HomeMy WebLinkAboutContract 47349 CRY SECRETARY
D.O.E. F111
CONTPACIOR'S IRONEXNG CO.
T 20VAW
FORTWORH 06"WIN10101t�
C1 IENI' DEPAR IMENT
PRO.JECTNIANVAL
FOR 1151,1117
THE CONSTRUCTION OF
MC 2 2 2015
North Beach Street 1mprovements
City ProJect No. 02238
Betsy ]Price David Cooke
Mayor City Manager
Douglas W. Wiersig, P.E.,
Dire,c�t()j-,, 'T'r,misportat-ioii and PuNic Works Depaulment
ftepared for
The ("ity of Fort Worth
Transportation and Public Works Department
,July 2015
Brown&Gay EngU neers,hc,
500 vVem "40"SO met,smite 1800
Fom vv,o m rX 76 CY),
mm Te: W74387-6130
MA
II aft: W-887-6135
C'M enWneenu&Ra veym 9 -
TME.Rogistratmn No F W46
OF
L..........................
`E
'LIF. AULDROG.
................................ ...........................P,
982.23 :0-
0 , ow
OFFICIAL RECORD
...... AW
C11111"Y13ECRETAIty ;0 AL, AMW
"74
FT WORr"No TX RE.
jj
1,
FORT WORTH
PROJECT MANUAL
FOR
T HE CONSTRUCTION OF
North Beach Street Improvements
City Pro,ject No, 02238
Betsy Price David Cooke
Mayor City Manager
Douglas W. Wiersig, P.E.
Dfi-ector, Trwisportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
July 2015
Browse&Gay EnqMeers,Inc.
500 West 7'M Street,Suite 1800
ED Fvt War&i,TX 76102
47 T'e 817-887.6130
*NO ilt��NA Faw 8170876135
Qvil engmm'm'&sum(tyrns
r5PE IReg stratioin No FA046
�,�V OF r Ak
Aw, ..........
AV C�,
AW
%-
�01
00.............................
JI". AULDRDGE
.......................
98223
Qi•
ENS
Aw
ON L &F-09
,
City of F Worth
Standard Construction Specification
Documents
Adopted September 2011
000000-1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Pagel of
SECTION 00 00 00
TABLE OF CONTENTS
Division 00- General Conditions
0005 10 Mayor and Council Communication
0005 15 Addenda
00 11 13 Invitation to Bidders
0021 13 Instructions to Bidders
0035 13 Conflict of Interest Affidavit
0041 00 Bid Form
00 42 43 Proposal Form
0043 13 Bid Bond
0043 37 Vendor Compliance to State Law Nonresident Bidder
0045 11 Bidders Prequalifications
0045 12 Prequalification Statement
0045 13 Bidder Prequalification Application
00 45 26 Contractor Compliance with Workers'Compensation Law
00 45 40 Minority Business Enterprise Goal
00 52 43 Agreement
0061 13 Performance Bond
0061 14 Payment Bond
0061 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division 01 -General Requirements
01 11 00 Summary of Work
01 25 00 Substitution Procedures
01 31 19 Preconstruction Meeting
01 31 20 Project Meetings
01 32 16 Construction Progress Schedule
01 3233 Preconstruction Video
01 33 00 Submittals
01 35 13 Special Project Procedures
01 4523 Testing and Inspection Services
01 5000 Temporary Facilities and Controls
01 5526 Street Use Permit and Modifications to Traffic Control
01 5713 Storm Water Pollution Prevention Plan
01 5813 Temporary Project Signage
01 6000 Product Requirements
01 6600 Product Storage and Handling Requirements
01 7000 Mobilization and Remobilization
01 7123 Construction Staking and Survey
01 7423 Cleaning
01 77 19 Closeout Requirements
01 7823 Operation and Maintenance Data
01 7839 Project Record Documents
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised November 22,2013
000000-2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 3
Division 32 - Exterior Improvements
32 11 29 Lime Treated Base Courses
32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 84 00 Planting Irrigation
Division 33—Utilities
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
Division 3 - Transportation
3471 13 Traffic Control
Technical Specifications listed below are included for this Project by reference and can be
viewed/down loade from the City's Buzzsaw site at:
!Ltrtu ._.1?s,. s�1 ant I Uzz.sa ,r aqn c lc�;u�j=lus€�w e,u ;,kr�2 n, Garx��� �Ra tr�_�ti�q li w��b l � � � � w Sub' r i
------ 9OU_R:Id1�0"ro/av _�
Division 02 - Existing Conditions
02 41 13 Selective Site Demolition
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 -Concrete
03 3000 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 8000 Modifications to Existing Concrete Structures
Division 26- Electrical
26 05 00 Common Work Results for Electrical
2605 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 05 4 3 Underground Ducts an(.] Raceways for Electrical Systems
Division 31 - Earthwork
31 1000 Site Clearing
31 23 16 Unclassified Excavation
31 25 00 Erosion and Sediment Control
Division 32 -Exterior Improvements
3201 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 13 13 Concrete Paving
32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 1723 Pavement Markings
3232 13 Cast-in-Place Concrete Retaining Walls
3291 19 Topsoil Placement and Finishing of Parkways
3292 13 Hydro-Mulching, Seeding, and Sodding
3293 43 Trees and Shrubs
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised November 22,2013
000000-3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 3
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing
33 01 31 Closed Circuit Television (CCTV) Inspection
3303 10 Bypass Pumping of Existing Sewer Systems
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains
33 05 10 Utility Trench Excavation, Embedment, and Backfill
33 05 13 Frame, Cover and Grade Rings
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
33 05 17 Concrete Collars
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
33 11 05 Bolts,Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride(PVC) Pressure Pipe
33 1220 Resilient Seated Gate Valve
33 1225 Connection to Existing Water Mains
33 1240 Fire Hydrants
3331 20 Polyvinyl Chloride (PVC)Gravity Sanitary Sewer Pipe
33 39 10 Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete Manholes
3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts
3349 10 Cast-in-Place Manholes and Junction Boxes
. 33 49 20 Curb and Drop Inlets
Division 34-Transportation
3441 10 Traffic Signals
3441 11 Temporary Traffic Signals
3441 13 Removing Traffic Signals
3441 15 Rectangular Rapid Flashing Beacon
3441 16 Pedestrian Hybrid Signal
34 41 20 Roadway Illumination Assemblies
3441 30 Aluminum Signs
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-6.06.1) Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised November 22,2013
M&C Review Page I of 4
1 f wW sle of the Oty(V fart gent, lioxas,
CITY COUNCIL AGENDA, FORT%my
........................ .......
..................... ................
COUNCIL ACTION: Approved on 1211512015-Ordinance No. 22016-12-2015& Resolution No. ....
4558-12-2015
DATE: 12/15/2015 REFERENCE C-27574 LOG NAME: 20N BEACH
NO.: CONSTRUCTION-02238
CODE: C TYPE: NOW PUBLIC NO
CONSENT HEARING:
SUBJECT: Authorize Execution of a Contract with JLB Contracting, LLC, in the Amount of
$5,,846,846.00 for the Construction of North Beach Street from Fossil Creek
Boulevard to NE Loop 820 and Provide for Additional Project Management,
Inspections, Testing and Survey Costs and Contingencies in the Amount of
$1,053,154.00 for a Total Project Construction Phase Cost of$6,900,000.00, Adopt
Reimbursement Resolution and Adopt Appropriation Ordinance (2014 BOND
PROGRAM) (COUNCIL DISTRICT 4)
...........
RECOMMENDATION:
It is recommended that the City Council,
11. Authorize the execution of a contract with JLB Contracting, LLC, in the amount of$5,846,846.00 for
the construction of North Beach Street from Fossil Creek Boulevard to NE Loop 820, CPN 02238"
2. Adopt the attached resolution expressing official Intent to Reimburse expenditures with proceeds of
future debt for the construction oft North Beach Street from Fossil Creek Boulevard to NE Loop 820
Project-, and
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water/Sewer Direct Purchase Note Fund in the amount of$183,551.00.
DISCUSSION:
This project provides for the reconstruction of North Beach Street as a six-lane divided arterial street as
provided for in the 2014 Bond Program. Existing 6-inch and 12-inch water mains and a 15-inch sanitary
sewer in will also be replaced as a part oft is project. The project was advertised on July 16, 2015 and
July 23, 2015 in the Fort Worth Star-Telegram requesting competitive sealed proposals. Two proposals were
received on August 20, 2015. The proposals were evaluated based on a pre-,established criteria provided in
the solicitation. JLB Contracting, LLC, submitted the highest ranking proposal,
.........................
== Total Points
Bid Amount]
� �CaD E i_ea_nyds a_r P
—ic
Time [ M_
BCo t ra ctor F - _
]
Total
(o 75) 15) (0_1 0)
J LS t on Contracting,
=[!5:,8�6_,1§4_59fl 65 75-0' —1 6-0 96.0
Jackson Construction, Inc. 4 2 1,�34 7.....5 16.0
0 -.0
F.................5-- =E:E�_11=
The budget for the reconstruction of North Beach Street(Fossil Creek Boulevard to NE Loop 820)consists of
the following-
http://apps.cfwnet.org/council—packet/m,c-,,rev-iew.asp?ID=. . . 12/16/2015
................... . ..................................... .............
f ,
m
FORT WORTH.
CITY OF FORT WORTH, TEXAS
� TRANSPORTATION & PUBLIC T
ADDENDUM No. 1
To the Specifications and Contract D Documents
For
ARTERIAL IMPROVEMENTS
Rif NORTH BEAC114 STREET
from Fossil Creek Boulevard to NE Loopy 820
City orth CIP Project No. 02238® DOE No. 7237
Addendum No. 1 Issued: July 20, 2015
uo Bid Receive ate: august 13, 2015
This addendum forms part of the Specifications and Contract Documents for the above
referenced project and modifies the original Specifications and Contract Documents.
Bidder shall acknowledge receipt oft is addendum in the space provided below and
acknowledge receipt on the outer envelope of or bid. Failure to acknowledge receipt
of this addendum could subject the bidder to disqualification.
The addenda and updated documents have been posted on-line and can be viewed ate
sar .per .� � . a r.cof �Jign ort ortl q �tm i t � w .w�2 . 23 '%
dtt' f ro tact omnf bar°
20 IF'2%8 3 20 20° eacli%2O trt3et%2 fi,orri 2 14E%2 f. Q82 Q% .o,
�
' t�ot � f 1 _ 1mcts1p q
nda
The specifications and contract documents for North Beach Street from Fossil Creek
Boulevard to Loop 820 are hereby revised by ddendum No. 1 as follows:
1. The Section 00 11 13 - Invitation to Bidders is replaced by the following
SECTION N 1
INVITATION TO BIDDERS
RECEIPT OF B11DS
Seated bids for the construction of North Beach Street Improvements from NE hoop 820 to Fossil Creek
k
Boulevard will be received by the City of Fort Worth Purchasing Office:
City of Fort Worth
Transportation &Public Works Department
urtment
1000 Thr ckmorton Street
Fart Worth,Texas 76102
Page 1 of
uir
until 1030 P.M.CST,Thursday, August 13,,2015,and bids will be opened publicly and read aloud at 2:00
PM CST in the Council Chambers.
GENERAL DESCRIPTION OF WORK
The maJor work will consist of the(approximate)following®
Unit I Water Iroprovernenrts
100 LF 12"PVC Water.pipe
Unit IIn Sanitary Sewer Improvements
615 LF_, Sanitary Sewer Ripe(various sues from "to 15")
3 EA-.4' Manholes
Unit III: Paving and Drainage Improvements
36,000 SY•_. "Lime Treatment
34,500 SY 1.1"Concrete Pavement
4 ,000 SF- 4""C:'oncrete Sidewalks
3,700 LF RCP(various sues from 21"°to 48")
)
60 LF--4x4 and 5x4 Box.Culvert;
EA_ 10720" Recessed Inlets
5 EA 10720' Type 2 Recessed Inlets
I LS.....Traffic Management Plan
1 Street Lighting,Pavement Marking and Si na e
PREQUALEFICATION
y The improvements included in this project must be performed by a contractor who is pre-qualified by the
City at the time of bid opening, The procedures for qualification and pre-qualification are outlined in the
Section 00 21 1.3 —INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
MENTS
The Bidding;and Contract Documents may be examined or obtained on-line by visiting the City of Fort
Worth's Purchasing Division website at h111;&wiYA J nt� t�Mq s q ttM n � 11g/and clicking on the
T` Bu saw link to the advertised project folders on the City's,Buzzsaw site.The Contract;Docurnen hs may
be downloaded,viewed,,and printed by interested contractors and/or suppliers. Construction Documents
will be mailable July 20,2015.
Copies of the Bidding and Contract Documents may be purchased upon request from:
Brown&Clay Engineers,Inc.
500 W 7a"Street Suite 1800
Port Worth,Texas 76102
Phone®(817)887-,6130
'or to arrival,provide the number and size of sets for reproduction purposes.
Set of Bidding and Contract Documents with full size drawings: $200
Set of Bidding and Contract Documents with half size(if available)drawings. 120
PREBID CONFERENCE
prebid conference may be held as described in Section 00 21 1.3 -INSTTZI..ICT`IONS TO BIDDERS at
u
the following location,date,and tune.
DATE: Monday,August 3,2015
TI ,': 2:00 PM
PLACE: 1000 T°lnrockinnortorn St.and(Zoom#270
Fort Worth,Texas 76102
Page 2 of
p�;s
10
HI
LOCVA'T:l'OIN: City Hall 2nd Floor,Traire.sportatlon and ublic Works Conference Room
CITY'S RIGHT TO ACCEPT OR REJECT BLDS
City reserves the right to waive irregularities and to accept or reject bids.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Michael 'Feiss,PE,City of"lAoft Worth
Email: Michael. Weiss@ fasrt r.)rthte as. ov
Phone: (817)392-8485
ANDIOR
Attn: J.T.Auldrid e, PE,Brown&Clay.Engineers,Inc.
Email: Jaulddd e @b wngay.corn
Phone:(817)887,-6141
ADVERTISEMENT ANT
July 1 ,2015
July 2 ,2015
END OF SECTION
This Addendum No. 1 forms part of the Specifications & Contract Documents for the
above referenced project and modifies the original Project Manual and Contract
Documents of the same.
Acknowledge your receipt of Addendum No. 1 by completing the requested information
at Y
the following locations:
( ) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3m
Indicate in upper case letters on the outside of your sealed bid envelope:
r
"RECEIVED K L EDGE ADDENDU
Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid
1 submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the
subject bidder to be considered "NONRESPONSIVE",PONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED TRANSPORTATION PUBLIC WORKS
DEPARTMENT
k2= By
ael /e
issp P.E.
gom an : roject Manager
N
Page of
9S'N'IDI➢:
y ° WOR11H
0
Nye, i,
CITY T WORTH, TEXAS
low TRANSPORTATION & PUBLIP WORKS DEPARTMENT
ADDENDUM o.
To the Specifications and Contract Documents
For
ARTERIAL ROADWAY IMPROVEMENTS
V NORTH BEACH TREE T
From ossil Creek Boulevard to NE Loop 820
City of orth CIP Project No. 02238, DOE No. 7237
Addendum No. 2 Issued: August 10,
aNr
Bid Receive Date (Revh5e(#: August 20, 2015
This addendum forms part of the Specifications and Contract Documents for the above
referenced project and modifies the original Specifications and Contract Documents. Bidder
shall acknowledge receipt of this addendum in the space provided below and acknowledge
receipt on the outer envelope of your bid. Failure to acknowledge receipt oft is addenda
OW could subject the bidder to disqualification.
The addenda and updated documents have been posted on-line and can be viewed to
FIN
I ..,s: p jpa ii lw
It Lz m v _ r ( �iei it,tfortwortli&o,yll,! tas,tructure MiM rpm s 1234,-. .m.N. Beach
Street from p... Pac' . mm:.._..I�.... .t
Grp t�� 1 � �p�,I� a� o� tgmISid Iogl,.M....wtil�.�..... „,„�„, erv�trtrlermm..w.w
The specifications and contract documents for North Beach Street from os it Creek Boulevard
to NE Loop 820 are hereby revised by Addendum No. 2 as follows;
1. The Section 00 11 1 - Invitation to idders is replaced by the following.
PIT-
SECTION 11 13
INVITATION BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction,of North Beach Street Improvements from E Loop 820 to Fossil Creek
Boulevard will be received by the City of Fort Worth Purchasing Office:
City Of Fort Worth
Transportation&Public Works Department
..
TRANSPORTATION SPORTATI AND PUBLIC .. l�KS DEPARTMENT ._..... � . _. ....
THE Crry or FoKr WoRm * 1000`1°HROO owrm S"rmx * roRT WoRni,'Tmms 76102
517-392-7912 * FAx 817-392-1092 pages 1 of 4
Mated on recyded 4m1wr
rigvu�y
m !'
FORT' WOR'11-f
1000 Throckunorton Street
Port Worth,Texas 76102
until 1:30 P.M.CST,Thursday,August 20,2015,and bads will be opened publicly and read aloud at
2:00 PM CST in the Council C°harnber&
GENERAL L DESCRIPTION OF WORK
The major work will consist of the(approximate)te)following:
Unit I: Water Improvements
100 LF 12"PVC Water Pipe
Unit II: Sanitary Sewer Impr wrernents
615 LF—Sanitary Sewer Pipe(various,sizes from "to 15")
3 EA........4' Manholes
1.1nit III: Paving and Drainage Improvenients
36,,000 SY_... " Lime Treatment
34,,500 SY w- 11"Concrete Pavement
48,,000 Sp"-- 4"Concrete Sidewalks
3"700 LPRCP(various sizes from 21 m"to 48")
LF_.4x4 and 5x4 Box Culvert
TIM 8 EA 10'/20" .Recessed Inlets
5 P -- 10'/20' Type 2 Recessed Inlets
1 LS,.-Traffic Management Plan
Street Lighting, Pavement Marking and Signa e
PREQUALIFTICATION
The improvements included in this Iurgject:must be performed by a contractor who is pre-qualified by the
City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the
Section.00 21 13 _INST'RtiCI'IONS"I°CI BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract I:ocuarnents may be examined or obtained on-line by visiting the City of Port
Worth's Purchasing Division website at I.mi�timW wP.w� tw rflig m prepmtu ,tuusi,n and clicking;on the
Bu7°.zsaw link to the advertised project folders on the City's lluuzzsaw site.The Contract I)ocurnents may
be downloaded,viewed, and printed by interested contractors and/or suppliers. Construction Documents
will be available July 20,2015.
NFIF Copies of the Bidding and Contract l:)ocuumu2ents may be Purchased upon request from:
Brown&Gay Engineers, Inc
500 W 70'Street Suite 1 800
Port Worth,Texas 76102
Phone: (817)887-6130
Prior to arrival,provide the number and size of the sets for reps duction purposes.
1`11ANSPORTATION AND PUBLIC WORKS DEPARTMEN-F
T#1E Corry OF t'Omm•m°WORM 1000'T"R0CK 0Ku,)N 817-392..8092 S Foycir oRTr i, TmAs "76t02
t .•.......�.._P_..,
age 2 of 4
Pidinu.ed oin meyded papii!,u
WORTH
a i;rm��rydkN�f NA'°�Na'tnruraom.°"
vnr
Set of i i and Contract Documents with full size drawings: 2
Set of Bidding and Contract Documents with half size(if available)drawings: 120
PREBID CONFERENCE
A prebid conference may be held as described in Section 00 21 13 ® INSTRUCTIONS TO BIDDERS at
"
the following location,date,and time:
Monday,August 3,2015
I 2:00 PM
PLACE: 1000 Throckmorton St.and Room#270
Port Forth,Texas 76102
LOCATION: City all 2nd Floor,Transportation and Public Works Conference Room
RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject bids.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Michael Weiss,PE,City of Fort Worth
Email: michael.weiss@fortworthtexas.gov
Phone: (817)392-$4135
m . J.T.Auldridge,PE,Brown&Gamy Engineers,.Inc.
Email: jauldridge@browngay.com
hone:(817)887-6141
ADVERTISEMENT A S
July 1 ,2015
lo
July 23,2015
os
END OF SECTION
This n dum No. 2 forms part of the Specifications above
referenced proj ii es the original Project Manual and Contract of the
Acknowledge u receipt o u o. 2 by completing the requested information at the
following locations:
(1) In the space rovi in Section 00 4100, i r of 3.
(2) Indicate in upper case letters on the outside of your sealed bid envelope:
"RECEIVED &ACKNOWLEDGE ADDENDUM NO. 2"
ROW
r
TRANSPORTATION AND PUBLIC W()RKS DEPARTMENT.._.w....._.-.
HE i:i,v of FoKr Wok,m * AMU AHROCaaLi!!6TUN SMELT * Fowr Wu.—"'p TmAs 76102
A 817-392-7913 * FAx 817.3928092 Page 3 of
RpaNre ted on mr.¢^iu:k A paper
ll)�
yaa
o F 0 RT WO R]"14
Include signed copy of Addendum No. 2 in sealed bid envelope time f bid
submittal. Failure to c ncv I d a receipt Of Addendum o. 2 below could cause the subject
bidder to be considered "NONRESPONSIVE",PONSIVE", r ulting in disqualification.
RECEIPT ACKNOWLEDGED OWLEDGED °ARAN POR I LIC WORK
DEPARTMENT
PAP
Michael Weiss, P.E.
cm n Project Manager
CONTRW-C-TING,
TRANSPORI'ArION AND PU WORKS DEPARTMENT
i�yl)k
r
ICJ))
oF FoRT Wom * 1000 TI iIROCKMO °ON STRECT * FoRT WoRTH,TF-XAS 70102
817-392-791 * FAx 817.392-8002 plas 4 Of 4
ICaill me d an r"a•.Poed pma.,dpm
'FORI' WOR111
1-111"N"'114111111111111 P,)' 5000.
CITY OF FORT WORTH, TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM No. 3
To the Specifications and Contract Documents
For
ARTERIAL ROADWAY IMPROVEMENTS
NORTH BEACH STREET
From Fossil Creek Boulevard to NE Loop 820
City of Fort Worth CIP Project No. 02238, DOE No. 7237
Addendum No. 3 Issued: August 13, 2015
Bid Receive Date (Revised): August 20, 2015
This addendum forms part of the Specifications and Contract Documents for the above
referenced project and modifies the original Specifications and Contract Documents. Bidder
shall acknowledge receipt of this addendum in the space provided below and acknowledge
receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum
could subject the bidder to disqualification.
The Addenda and updated documents have been posted on-line and can be viewed at:
N.
gy1!('ftastrU Pro
CtUre j Beach gg
Street from 11E.L.0012,,g2p,.I�Lf�qssfl (".reekJ&d DOCUrnents FladMg� �Leq�ja
The specifications and contract documents for North Beach Street from Fossil Creek Boulevard
to NE Loop 820 are hereby revised by Addendum No. 3 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS
1. SECTION 00 00 00— STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
This specification has been removed, replaced, and attached herein with modifications.
The modifications consist of removing Technical Specification 31 10 00 Site Clearing
from the list of modified specifications and placing it on the list of specifications included
by reference. See the attached specification for more detail.
2. SECTION 00 42 43— PROPOSAL FORM
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
THE CITY OF Fogy WORTH *1000 THROCKMORTON STREET * Fowy WORTH,TEXAS 76102
817-392-7913 * FAx 817-392-8092 Page 1 3
Printed of on recycled pal)el
-40R" W
f OR11H
This specification section has been removed, replaced, and attached herein. The Bid
Proposal Workbook will be revised on Buzzsaw with the changes herein. The
modifications include the following:
DELETIONS
Bid Item 148— 9999.0000 Signal Fiber has been removed from the Bid Form.
Bid Item 153— 9999.0000 Tree Root Removal by Prequalified Water Utilities
Contractor has been removed from the Bid Form.
Clarification: Once the bid items have been removed, the Bid Form has been
renumbered and the following bid items have been added in order.
ADDITIONS
Bid Item 29—3201.0400 Temporary Asphalt Paving Repair has been added at
3,684 Linear Foot.
Bid Item 134—0241.1118 4"-12" Pressure Plug has been added at 2 Each.
Bid Item 141 — 3312.2204 2" Private Water Service has been added at 500
Linear Foot.
Bid Item 160— 9999.0000 T 508-2002 Constructing Detours has been
added at 6,200 Square Yards.
Bid Item 181 —9999.0000 T 681-2001 Temp Traf Signals has been added
at 2 Each.
3. SECTION 01 71 23—CONSTRUCTION STAKING AND SURVEY
This specification has been removed, replaced, and attached herein with modifications.
The modifications consist of requiring the Contractor to perform construction staking.
See the attached specification for more detail.
CONTRUCTION PLANS
1. General Construction Notes Sheet 1 of 4 (4 of 183)
TRANSPORTATION AND PUBLIC WORMS DEPARTMENT
THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * Fowr WORTH,TExAs 76102
817-392-7913 * FAx 817-392-8092 Pap
.,e 2 of 3
Printedon ecyded prpo
IV
her � �.....ao»a, ✓(JIoY
MY
i..-"
Note 1 will be added to Division 34,-Transportation under a new heading titled
""Constructing Detours" that will require a minimum detour pavement section of 4"
Asphalt Pavement Type C surface and 4"g Flexible Base, See Bid Item 160 added by
this addendum, Plan sheet modification will be provided with conformed documents,
IF
2. Drainage Details Sheet 5 of 5 (87 of 183)
Recently issued detail D417 Storm in Manhole Frame, Cover and Grade Rings"
attached herein, will be added tot is sheet. Plan sheet modification will be provided
with conformed documents.
rw . Removal Plan Sheets (2 -30 of 183)
All references to tree root removal wiil be removed from thou plan sheets. Sae Sid Item
153 deleted by this addendum, Plan sheet modification will be provided with conformed
documents„
4. Lighting and Fiber Interconnect Sheets 1-12 of 12(134145 of 183)
II quaantities for"Fiber Interconnect" conductors in Summary of Conduit and Cables
table will be removed from these plan sheets. See Sid item 148 deleted by this
addendum. Plan sheet modification will be provided with conformed documents.
This Addendum No, 3 forms part of the Specifications & Contract Documents for the above
R referenced project and modifies the original Project Manual and Contract Documents of the
same.
PON Acknowledge your receipt of Addendum No. 3 by completing the requested information at the
following locations:
(1) In the space provided in Section 00 4100, Bid Form" Page 3 of 3.
( ) Indicate in upper case letters on the outside of your sealed bid envelopew
"RECEIVED &ACKNOWLEDGE ADDENDUM NO. 31"
Include a signed copy of Addendum No. 3 in the sealed bid envelope at the time f bid
submittal,. Failure to acknowledge receipt of Addendum No. 3 below could cause the subJect
bidder to be considered "NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED TRANSPORTATION I PUBLIC ORK S
DEPARTMENT
�Mich�el" 'eiss" P.E.
mom an : JLB CONTRACTING, LLC Project iUlanager
TRANSPORTATION., �PUBUIC STREET'WORKS DEPARTMENT
_..�............ -.......... ° � O � TB 10 ._......_ �...._
o»
817 392-791.3 h FAx 17..3 2 09 Pal;3 of
POn4,ed rrurr"iirir.,rywr:kw8 gaaaprtmr
00 If 13-1
INVITATION ToBIDDERS
Page | m2
/
SECTION 0WIt 13
2 INVITATION TO BIDDERS
4 RECEIPT OF BIDS
5 Sealed bids for the construction of North Beach Street Improvements from NB Loop 82Ok/ Fossil Creek
0 Boulevard will 6e received hy the City o[Fort Worth Purchasing Office:
7
8 City ofFort Worth
g Transportation& Public Works Department
|O |OOOThcockoortonStreet
|I Fort Worth,Texas 76|O2
12 until |:3O9.M. CST, Thursday,August 20,2015,and bids will hc opened publicly and read aloud o12:OO
13 PM CST in the Council Chambers.
14
15 GENERAL DESCRIPTION OF WORK
10 The major work will consist o[the(appcoxinate)following:
|7
18 Unit 1: Water Improvements
|g |OO LF— 12~ PVC Water Pipe
20
21 Unit 11: Sanitary Sewer Improvements
22 615 LP—Sanitary Sewer Pipe(various sizes from 8'`oo 15")
23 3BA-4' Manholes
34
25 Unit III: Paving and Drainage Improvements
26 36,OOO5Y-8"Lime Treatment
27 34.500 SY— ||"Concrete Pavement
28 48,OOOSP-4~Concrete Sidewalks
29 3.7OOLP—RCP(various sizes from 2|^to48'`)
30 6OLP-4x4 and 5x4 Box Culvert
31 8 E&— 10'/20` Kucusacd Inlets
32 5 E&— 10'/2 0' Type Recessed Inlets
33 | LS—Tcaffiu Management Plan
34 Street Lighting, Pavement Marking and Sigoagc
35
36 PREQ0ALUFXCATXON
37 The improvements included in this project must be performed by a contractor who is pre-qualified by the
38 City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the
39 Section OO2| |3—INSTRUCTIONS TOBIDDERS.
40
41 DOCUMENT EXAMINATION AND PROCUREMENTS
42 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City ofFort
43 Worth's Purchasing Division vvehaiteo1 and clicking onthe
44 Quzrsuvv link to the advertised project folders on the City's Buzzoavv site. The Contract Documents may be
45 downloaded,viewed,and printed by interested contractors and/or suppliers. Construction Documents will
46 be available July 20,2015.
47
48 Copies of the Bidding and Contract Documents may be purchased upon request from:
49 Brown&Gay Engineers, Inc
50 5OOW7m Street Suite |8O8
51 Fort Worth,Texas 76|O2
52 Phone: (817)887-6130
53
CITY op FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.nzzsx
Revised July 1,2011
00 11 13-2
INVITATION TO BIDDERS
Page 2 of 2
1 Prior to arrival,provide the number and size of the sets for reproduction purposes.
2 Set of Bidding and Contract Documents with full size drawings:$200
3 Set of Bidding and Contract Documents with half size(if available)drawings:$120
4
5 PREBID CONFERENCE
6 A prebid conference may be held as described in Section 00 21 13 fNSTRrLJCTIONS TO BIDDERS at the
7 following location,date,and time:
8 DATE: Monday,August 3,2015
9 TIME: 2:00 PM
10 PLACE: 1000 Throck-morton St.and Room#270
11 Fort Worth,Texas 76102
12 LOCATION: City Hall 2nd Floor,Trdnsportation and Public Works Conference Room
13
14 CITYS RIGHT TO ACCEPT OR REJECT BIDS
15 City reserves the right to waive irregularities and to accept or reject bids.
16
17 INQUIRIES
18 All inquiries relative to this procurement should be addressed to the following:
19 Attn: Michael Weiss,PE,City of Fort Worth
20 Email: michael.weiss@fortworthtex.as.gov
21 Phone: (817)392-8485
22 AND/OR
23 Attn: J.T.Auldridge,PE,Brown&Gay Engineers, Inc.
24 Email: jauldridge@browngay.com
25 Phone:(817)887-6141
26
27 ADVERTISEMENT DATES
28 July 16,2015
29 July 23,2015
30
31 END OF SECTION
32
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CO,NSTRucirION SPECHACATION DOCUMENTS City Project No,02238
Revised July 1,201 1
ooz/ o |
INSTRUCTIONS noBIDDERS
Page / ^/i3
|
SECTION 00 21 13
2
INSTRUCTIONS TOBIDDERS
3
4 Defined Terms
6 |.l. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00
7 7200 GENERAL CONDITIONS.
0
V 1.2. Certain additional bonna used in these INSTRUCTIONS TO BIDDERS have the
10 meanings indicated below which are applicable to both the singular and V!unu| thereof.
l}
12 |.2.|. Bidder: Any person, Finn, partnership, company, association, nr corporation acting
G directly, through uduh authorized representative, submitting u bid for performing
14 the work contemplated under the Contract Documents.
15
16 1.2.2. Nonresident Bidder: Any person, fin-n, partnership, company, association, or
17 corporation acting directly through a duly authorized representative, submitting a
10 bid fbr[edomnirg the work contemplated under the Contract Documents whose
19 PdnoiVu| place nfbusiness im not inthe State nfTexas.
21 1l3. Successful Bidder: The lowest responsible and responsive Bidder io whom City
22 (on the basis ofCity's evaluation us hereinafter provided) makes umaward.
24 2. Copies of Bidding Documents
25
26 2.1. Neither City nor Engineer shall assume any responsibility for errors or
27 misinterpretations resulting from the Bidders use of incomplete meta of Bidding
28 Documents.
29
30 2.2. City and Engineer in making copies of Bidding Documents available do so only for
31 the purpose ofobtaining Bids for the Work and do not authorize or confer u license or
32 grant for any other use.
33
34 3, Prequmlifiomkiomof Bidders (Prime Contractors and Subcontractors)
35
36 3.{. All Bidders and their subcontractors are required to be prequalified for the work types
37 requiring Vrequu|iOouiionut the time ofbidding. Bids received from contractors who
38 are not prequalified(even if inadvertently opened)shall not be considered.
39 Prequu{ifioution requirement work types and documentation are as follows:
40
41 3.{.|. Paving— RLequirenuentsdncuruont located at,
42
43
44
45
46
47 3.1.2. Roadway and Pedestrian Lighting— Requirements document located at;
CITY op FORT WORTH North Beach Street
STANDARD CONSTRUCTION up5C/p|cx HON DOCUMENTS City Project No.OZ23x
Revised July 7,2015
0021 13-2
INSTRUCTIONS TO BIDDERS
Page 2 of 13
1 hMI,/ ra—e - I.-irit,,buzsawcoryi/fcrtwoii-thgg �it .s, 025.;,20-
2 1!,"20Coiistr�uct�on%�2ODocumeii'ts/C(�)�,�tractoi4,��,o2OPie�Ig-Alificiitionl['P' u,L)201)avin
3 3,,620Contracto&o20Pr fificafioM�'020Prp 10-0RFi
X-1 Ut ynpn!PUQ �A] 10NO,`
Q
4 1 NIRE IEI "SI,1/620FOR 201'A,,N"fNG%20C off" 'I'RA("I'O PQF`? fic
5
6 3.1.3. Water and Sanitary Sewer-Requirements document located at;
7 t.Bann zzsaw.corni/fortwo�r
-':imu&— putt ces/02'1/0'20-
8 %20Cotistr ctioti�,(')2ODocunteii�s/CoittiaetorO/�20P'Eggtr4!Lri lion/Wateel/u2Oartd%2
9 OSarfil %20Sewer%20(.11antractot%20PMcg Lifit ionO�Qopro I
10 qurA,11"o20r iLirg,!Ueiits.doc?pgblic
tt
12 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within
13 seven(7)calendar days prior to Bid opening,the docurnentation identified in Section
14 00 45 11, BIDDERS PRE( LALAFICATIONS.
15
16 3.2.1. Submission of and/or questions related to prequalification should be addressed to
17 the City contact as provided in Paragraph 6.1.
18
19 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
20 low bidder(s) for a project to submit such additional information as the City, in its sole
21 discretion may require, including but not limited to manpower and equipment records,
22 information about key personnel to be assigned to the project,and construction
23 schedule,to assist the City in evaluating and assessing the ability of the apparent low
24 bidder(s)to deliver a quality product and successfully complete projects for the
25 amount bid within the stipulated time frame. Based upon the City's assessment oft e
26 submitted inforination, a recommendation regarding the award of a contract will be
27 made to the City Council. Failure to submit the additional information, if requested,
28 niay be grounds for rejecting the apparent tow bidder as non-responsive. Affected
29 contractors will be notified in writing of a recommendation to the City Council.
30
31 14. In addition to prequali fication, additional requirements for qualification may be
required within various sections of the Contract Documents.
33
34 4. Examination of Bidding and Contract Documents,Other Related Data,and Site
35
36 4.1. Before submitting a Bid,each Bidder shall:
37
38 4.1..1. Exarn ine and carefully study the Contract Documents and other related data
39 identified in the Bidding Documents (including "technical,data" referred to in
40 Paragraph 42. below). No information given by City or any representative of the
41 City other than that contained in the Contract Documents and officially
42 promulgated addenda thereto, shall be binding upon the City,
43
44 4,1.,2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
45 site conditions that may affect cost,progress, performance or furnishing of the
46 Work.
47
48 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
49 progress, performance or furnishing of the Work.
50
Cf TT OFF(ATWORTH North Beach Street
STANDARD CONSTRuc"nON SPE(AFICATION(X)CUTOFNI'S Cky ProJect No.02238
Revised my"7,2015
ooz| o'3
INSTRUCTIONS rnBIDDERS
Page 3v/o
l 4.1.4.Stu6vaU: (i) reports oF explorations and tests of subsurface conditions ator
2 contiguous 1othe Site and all drawings of physical conditions relating toexisting
3 surface or subsurface structures u1the Site (except Underground Facilities) that
4 have been identified in the Contract Documents um containing reliable "technical
5 data" and(ii) reports and drawings of Hazardous Environmental Conditions, if any,
6 at the Site that have been identified in the Contract Documents uncontaining
7 reliable "technical duta."
0 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of
|O the information which the City will furnish. All additional information and data
l| vvbiuh the City will supply after promulgation of the fbnnul Contract Documents
12 shall be issued in the form of written addenda and shall become part of the Contract
13 Documents just un though such addenda were actually written into the original
14 Contract Documents.No information given by the City other than that contained in
15 the Contract Documents and officially promulgated addenda thereto, mbu|| be
16 binding upon the City.
|7
10 4.1.6. Perform independent research, investigations, tests, borings, and such other means
19 um may be necessary 10 gain u complete knowledge of the conditions which will be
20 encountered during the construction of the project. (Jnrequest, Citymnuyprovide
21 each Bidder access tothe site tu conduct such examinations, investigations,
22 explorations, tests and studies as each Bidder deems necessary for submission of a
23 Bid. Bidder must fill all holes and clean up and restore the site to its former
24 conditions upon completion of such explorations, investigations, tests and studies.
25
26 4.l.7. Determine the difficulties of the Work and all attending circumstances affecting the
27 cost of doing the Work, time required for its completion, and obtain all iufbmuu1ino
20 required to make apmopoau|. Bidders shall rely exclusively and solely upon their
20 u �mt�estimates, investigation, ��n�u�ub ��stm explorations, and other own /mu � , , , �� / , /
JO necessary for full and complete information upon vvbiub the proposal is to be based.
31 It in understood that the submission ofuproposal is prima-facie evidence that the
32 Bidder has made the investigation, examinations and tests herein required. Claims
33 for additional compensation due to variations between conditions actually
34 encountered in construction and as indicated in the Contract Documents will not be
35 allowed.
36
37 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or
30 between the Contract Documents and such other related documents. l[beCoutruotor
30 shall not take advantage of any gross error or omission iu the Contract Oouunucntu,
40 and the City shall be permitted to make such corrections or interpretations as may
41 be deemed necessary for fulfillment of the intent of the Contract Documents.
42
43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification
44 of-
45
46 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
47 the site vvbiub have been utilized by City in preparation of the Contract Documents.
48 The logs of Soil Borings, if any, ou the plans are for general information only.
40 Neither the City nor the Engineer guarantee that the data shown is representative of
50 conditions which actually exist.
51
CITY 0p FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.ozz»n
Revised July 7.zo|5
0021 13...4
INSTRUCTIONSTo BIDDERS
Page 4 of 13
1 4.2.2. those drawings of physical conditions in or relating to existing surface and
2 subsurface structures(except Underground Facilities)which are at or contiguous to
3 the site that have been utilized by City in preparation of the Contract Documents.
4
5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder
6 on request. Those reports and drawings may not be part of the Contract
7 Documents, but the "'technical data"contained therein upon which Bidder is entitled
8 to rely as provided in Mara. ph 4.02.of the Gieneral Conditions has been identified
9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
to responsible for any interpretation or conclusion drawn from any "technical data"or
11 any other data, interpretations,opinions or information.
1.2
13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder
14 (i)that Bidder has complied with every requirement of this Paragraph 4,(ii)that
15 without exception the Bid is premised upon pert"brming and furnishing the Work
16 required by the Contract Documents and applying the specific means,methods,
17 techniques, sequences or procedures of construction (if any)that may be shown or
18 indicated or expressly required by the Contract Documents,(iii)that Bidder has given
1.9 City written notice of all conflicts,errors,ambiguities and discrepancies in the
20 Contract Documents and the written resolutions thereof by City are acceptable to
21 Bidder,and when said conflicts,etc.,have not been resolved through the
22 interpretations by City as described in Paragraph 6.,and(iv)that the Contract
23 Docunients are generally sufficient to indicate and convey understanding of all terms
24 and conditions for performing and furnishing the Work.
25
26 4.4. The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,
27 Polychlorinated biphenyls(PCBs), Petroleum, Hazardous Waste or Radioactive
28 Material covered by Paragraph 4.06.of the General Conditions, unless specifically
29 identified in the Contract Documents.
30
31 5. Availability of Lands for Work,Etc.
32
33 5 1. The lands upon which the Work is to be performed, rights-of-wayr and easements for
34 access thereto and other lands designated for use by Contractor in performing the
35 Work are identified in the Contract Documents. All additional lands and access
36 thereto required for temporary construction facilities,construction equipment or
37 storage of materials and equipment to be incorporated in the Work are to be obtained
38 and paid for by Contractor. Easements for permanent structures or permanent changes
39 in existing facilities are to be obtained and paid for by City unless otherwise provided.
40 in the Contract Documents.
41
42 5.2. Outstanding right-of-way,easements,and/or permits to be acquired by the City are
43 listed in Paragraph SC 4.01 of the Supplementary Conditions.In the event the
44 necessary right-oaf-way,easements,and/or pen-nits are not obtained,the City reserves
45 the right to cancel the award of contract at any time before the Bidder begins any
46 construction work on the project,
47
CITY OF FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No,02238
Revised July 7,2015
nou8-s
INSTRUCTIONS TOBIDDERS
Page 5or0
| 53. The Bidder shall be prepared to commence construction without all executed right-of-
2 way, easements, and/or permits, and shall submit a schedule to the City of how
] construction will proceed in the other areas ofthe project that do notrequioc permits
4 and/or easements.
5
6 6. Interpretations and Addenda
7
8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed
Y to City in writing on or before p.m., the Monday prior tmthe Bid opening. Questions
\O received after this day may not be responded to. Interpretations or clarifications
l | considered necessary hy City in response to such questions will he issued hy Addenda
12 delivered to all parties recorded by City as having received the Bidding Documents.
13 Only questions answered h} formal written Addenda will hobinding. Oral and other
14 interpretations or clarifications will be without legal cMeuL
|5
16 Address questions to:
|7
18 City of Fort Worth
19 l000ThrookmortonStreet
20 Fort Worth, T}( 76102
Zl Attn: Michael Weiss, P.E, City o[Fort Worth Transportation and Public Works Dept.
ZZ Fax: (017) 392-0092
23 Email:
24 Phone: (8\7) 3V2-8485
25
26 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable
27 by City.
28
29 6.�. Addenda or clarifications may hc posted via Buzzouv/ at:
30
31 h��m�/��n;��1�o[o� bu��a�v/ �o��c|�oo�fbr1wor1b�ov/loOr�m1ro�1ur�9�2O� �c��O223
32 0g�20�6�2Y���Y6�3962Oy� ��2O�����96ZO�trcct9�2�{��nn�6�����Y62��m����2��2�962
33 Oto9/q)Z0U�osaill,��20(,,'r�ekJBi(I�'/(�20Z}uuuoncoim9"(�2Oflackage/A,ddenda
34
35 6.4. Aprchid conference may hc held at the time and place indicated inthe Advertisement
36 or INVITATION TOBIDDERS. Representatives o[City will hc present lmdiscuss
37 the Project. Bidders are encouraged lo attend and participate iu the conference. City
38 will transmit to all prospective Bidders of record such Addenda as City considers
39 necessary in response lo questions arising o1 the conference. Oral statements may not
40 he relied upon and will not bc binding or legally effective.
41
42 7. Bid Security
43
44 7.l. Each Bid must be accompanied by Bid Bond made pay'able to City in an amount of
45 five (5) percent o[Bidder's maximum Bid price on form attached, issued by aauncty
46 nuccdng the requirements o[Paragraphs 5.0l of the General Conditions.
47
CITY op FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICATION nocxwLmTs City Project No.ozzzx
Revised]v|/zzo/5
0021 13-6
INSTRUCTIONS TO BIDDERS
Page 6 of 13
1 7.2. The Bid Bond of all Bidders will be retained until the conditions oft e Notice of
2 Award have been satisfied. If the Successful Bidder fails to execute and deliver the
3 complete Agreement within 10 days after the Notice of Award,City may consider
4 Bidder to be in default,rescind the Notice of Award,and the Bid and of that Bidder
5 will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults.
6 The Bid Bond of all other Bidders whom City believes to have a reasonable chance of
7 receiving the award will be retained by City until final contract execution.
8
9 8. Contract Times
10 The number of days within which,or the dates by which, Milestones are to be achieved in
11 accordance with the General Requirements and the Work is to be completed and ready for
12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
13 attached Bid Form.
14
15 9. Liquidated Damages
16 Provisions for liquidated damages are set forth in the Agreement.
17
18 10. Substitute and "Or-Equal" Items
19 The Contract, if awarded,will be on the basis of materials and equipment described in the
20 Bidding Documents without consideration of possible substitute or"or-equal" items.
21 'Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or-
22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to
23 City,application for such acceptance will not be considered by City until after the Effective
24 Date of the Agreement. The procedure for submission of any such application by Contractor
25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.050. of the General
26 Conditions and is supplemented in Section 0125 00 of the General Requirements.
27
28 11. Subcontractors,Suppliers and Others
29
30 1 L 1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
31 12-2011 (as amended),the City has goals for the participation of minority business
32 and/ors all business enterprises in City contracts.A copy of the Ordinance can be
33 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and
34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor
35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint
36 Venture Form as appropriate. The Forms including documentation must be received
37 by the City no later than 2®0 P.M.CST,on the second business day after the bid
38 opening date.The Bidders all obtain a receipt from the City as evidence the
39 documentation was received. Failure to comply shall render the bid as non-
40 responsive.
41
42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person
43 or organization against who Contractor has reasonable objection.
44
45 12. Submittal Requirements
46
47 12.1 The Bidders all address each of the following items in the same order in which they
48 are set forth below. Tabbed sections are recommended, but are not required.
49
50 12.2 Bid Form--Provide the information as required in Section 00 4100 Bid Form, to
51 establish:
CITY OF FORT WORTH North Beach Street
sTAN DARD CONSIRUCI-IOW SPECtF.0"A"T IOW DOCUMENTS City Project No,02238
Revised July 7,2015
0021 13-7
INSTRUCTIONS TO BIDDERS
Page 7 of 13
2 12.2.1 Bidder's General Information
3 12.2.2 Bid Price
4 12.2.3 Contractor-Specified Time of Completion.
5
6 12.3 Minority Business Enterprise(MBE) Provisions:
7
8 12.3.1 All Bidders shall note that it is the policy of the City of Fort Worth to ensure
9 the full and equitable participation of Minority Business Enterprises (MBE)
10 in the procurement of goods and services. If the total dollar value of the
11 contract is greater than $50,000, then an MBE subcontracting goal may be
12 applicable.
13
14 12.3.2 The MBE Goal on this project is 16%.
15
16 12.3.3 Interested Bidders must obtain a MBE listing from the M/WBE Office at
17 817-212-2674 to ensure that MBE listings reflect only those currently
18 certified by the North Central Texas Regional Certification Agency
19 (NCTRCA) located in the six(6)county geographic marketplace that has
20 been accepted by the City ("Marketplace"). The Marketplace is made up of
21 the counties of. Tarrant, Dallas, Denton,Johnson, Parker and Wise. Bidders
22 are strongly encouraged to confirm that each MBE that it intends to use is
23 located in the geographic marketplace to ensure that the MBE will be
24 counted towards the established goal.
25
26 12.3.4 Minority Business Enterprise is defined as a business concern located in the
27 Marketplace meeting the following criteria:
28
29 12.3.4.1 is at least 51 percent owned by one or more minority persons, or,
30 in the case of any publicly owned business, at least 51 percent of
31 the stock is owned by one or more minority persons; and
32
33 12.3.4.2 management and daily business operations are controlled by one
34 or more minority persons who own it.
35
36 12.3.5 The business must be certified prior to recommendation of award in order for
37 the participation to be counted towards the established goal.
38
39 12.3.6 If a Bidder is certified as a DBE, MBE, SBE, or WBE firm, please be aware
40 that the City's Ordinance does not allow a certified company to count itself
41 towards the established goal; the goal represents subcontracting
42 opportunities.
43
44 12.3.7 If a Bidder(regardless of certification status or if a non- D/M/S/BE),
45 however, forms a joint venture with one or more MBE(s), the MBE joint
46 venture percentage participation will be counted towards the established
47 goal. The appropriate City of Fort Worth Joint Venture form must be
48 submitted for review and approval in order for it to be counted. The City of
49 Fort Worth strongly encourages joint ventures.
50
CITY OF FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICA'I"ION DOCUMENT'S City Project No.02238
Revised July 7,2015
0021 13-8
INSTRUCTIONS TO BIDDERS
Page 8 of 13
1 12.3.8 The information required is on the Bid Form provided with the Bid
2 Documents.The Bid shall include: (1)the name,address and telephone
3 number of each MBE;(2)the description oft e work to be performed by
4 each MBE; and(3)the approximate dollar amount/percentage of the
5 participation.
6
7 12.3.10 If Bidder fails to identify fi rms to meet the stated MBE goal, in part or in
8 whole,then a detailed explanation must be submitted to explain the Good
9 and Honest Efforts the Bidder made to secure MBE participation.
10
11 12.3.11 Failure to submit the MBE participation infon-nation or the detailed
12 explanation of the Bidder's Good and Honest Efforts to meet or exceed the
13 stated MBE goal,may render the Bidder non-responsive.
14
15 12.4 In addition to the information provided above, the Bidder shall submit the following
16 forms as part of the i ®
17
18 12.4.1 Section 00 35 13 Conflict of Interest Affidavit
19 12.4.2 Section 00 42 43 Unit Price Proposal Form
20 12.4.3 Section 00 43 13 Bid and
21 12.4.4 Section 00 43 37 Vendor Compliance to State Law Nonresident Bidder
22 12.4.5 Section 00 45 12 Bidders Prequalification Statement
23 12.4.6 Section 00 45 26 Contractors Compliance with Workers Compensation Law
24
25 13. Bid Form
26
27 13.1. The Bid Form is included with the Bidding Documents;additional copies may be
28 obtained from the City.
29
30 13.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
31 signed in ink. Erasures or alterations shall be initialed in ink by the person signing
32 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and it
33 price it listed therein. In the case of optional alternatives,the words ® Bid,"
34 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices,
35 written in ink in both words and numerals,for which the Bidder proposes to do the
36 work contemplated or furnish materials required. All prices shall be written legibly.
37 In case of discrepancy between price in written words and the price in written
38 numerals,the price in written words shall govern.
39
40 13.3. Bids by corporations shall be executed in the corporate name by the president or a
41 vice-president or other corporate officer accompanied by evidence of authority to
42 sign. The corporate seal shall be affixed. The corporate address and state of
43 incorporation shall be shown below the signature,,
44
45 13.4® Bids by partnerships shall be executed in the partnership name and signed by a
46 partner,whose title must appear under the signature accompanied by evidence of
47 authority to sign. The official address of the partnership shall be shown to the
48 signature.
49
CITY OF FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICATION D(,.)CLJMElq'FS City Project No.02238
Revised July 7,2015
0021 13-9
INSTRUCTIONS TO BIDDERS
Page 9 of 13
1 13.5. Bids by limited liability companies shall be executed in the name of the firm by a
2 member and accompanied by evidence of authority to sign. The state of formation of
3 the firm and the official address of the firm shall be shown.
4
5 13.6. Bids by individuals shall show the Bidder's name and official address.
6
7 13.7. Bids by joint ventures shall be executed by each joint venturer in the manner
8 indicated on the Bid Form. The official address of the joint venture shall be shown.
9
10 13.8. All names shall be typed or printed in ink below the signature.
11
12 13.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of
13 which shall be filled in on the Bid Form.
14
15 13.10. Postal and e-mail addresses and telephone number for communications regarding the
16 Bid shall be shown.
17
18 13.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
19 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance
20 to State Law Non Resident Bidder.
21
22 13.12. Within the Bid Package,submit conceptual traffic control plans communicating
23 the overall intent of the Traffic Management Plan per Section 34 71 13. The
24 Traffic Management Plan shall be submitted after the project has been awarded
25 and bid by lump sum. The conceptual plans should present a basic
26 understanding of construction phasing and traffic sequencing for the project
27 duration. At a minimum,the concept plan requires the following:
28
29 13.12.1. Hand drafting on the typical existing and proposed pavement section plan
30 sheets.
31
32 13.12.2. A short narrative summarizing construction phasing and traffic sequencing
33 by referencing the typical sections with preliminary intentions and phase
34 durations.
35
36 14. Submission of Bids
37 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
38 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
39 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope,
40 marked with the City Project Number, Project title,the name and address of Bidder, and
41 accompanied by the Bid security and other required documents. If the Bid is sent through the
42 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope
43 with the notation "BID ENCLOSED" on the face of it.
44
45
46
47
48
49
50
CITY OF FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 7,2015
0021 13-10
NSTRUCTIONSTO BIDDERS
Page 10 of 13
1 15. Modification and Withdrawal of Bids
2
3 15.1, Bids addressed to the City Manager and filed with the Purchasing Office cannot be
4 withdrawn prior t o t he time set for bid opening. A request for withdrawal must be
5 made in writing by an appropriate document duly executed in the manner that a Bid
6 must be executed and delivered to the place where Bids are to be submitted at any
7 time prior to the opening of Bids.After all Bids not requested for withdrawal are
8 opened and publicly read aloud,the Bids for which a withdrawal request has been
9 properly filed may, at the option of the City,be returned unopened.
10
11 15.2. Bidders may modify their Bid by electronic communication at any time prior to the
12 time set for the closing of Bid receipt.
13
14 16. Opening of Bids
15
16 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
17 abstract of the amounts of the base Bids and major alternates(if any)will be made available
18 to Bidders after the opening of Bids.
19
20 17. Bids to Remain Subject to Acceptance
21
22 All Bids will remain subject to acceptance for the time period specified for Notice of Award
23 and execution and delivery of a complete Agreement by Successful Bidder. City may, at
24 City's sole discretion,release any Bid and nullify the Bid security prior to that date.
25
26 18. Evaluation of Bids and Award of Contract
27
28 18.1 Bids will be evaluated by a Selection Team consisting of three(3)to five(5)people
29 from the relevant City Departments and may include one(1)person from the design,
30 fi rm who prepared the Bidding Documents.
31
32 18.2 The City shall score the received Bids based on the evaluation criteria below to
33 determine the Bidder that provides the Best Value.
34
35 18.3 Evaluation shall be based on the highest scoring of the Bids with a maximum score of
36 100 points apportioned as follows:
37
Evaluation Criteria Points
Price 75
Contractor-Specified Ti e o Com letion 15
MBE 10
Maximum Score: 100
38
39 18.4 Points for Bid Price shall be based upon prices submitted by Bidders. The lowest
40 responsible Bidder's Price determines the Baseline. All other Bidder's Prices will be
41 awarded Points according to the table below:
42
43
44
45
CITY OF FORT WORTH North Beach Street
STANDAdW CONsTRUC.T10N SPECWK.,ATION DOCUMENTS City Project No.02238
Revised Judy 7,2015
0021 13-11
INs'rRUCTIONS TO BIDDERS
Page I I of 13
Ranges from Lowest Responsible Price Total Points
from the Baseline
Lowest to $100,000 75
$100,000.6-1—to$2'- 50
$200,000.01 to $300,000 40
$300,000.01 to $400,000 30
$400,000.01 to $500,000 20
$500,000.01 to $-6-00,000
$600,000.01 to $700,000 5
1 Greater than$700,000 0
Maximum Score. .L......... 75 ........
fl
2 18.5 Evaluation of Contractor-Specified Time of Completion shall be based on the
3 difference in days between the City-Specifited Time of Completion and the
4 Contractor-Specified Time of Completion. Points shall be awarded as shown in the
5 table below:
6 ..................
Difference Between City-Specified Time of Total Points
Completion(540 Days)and Contractor-Specified
Time of Comeletion
The difference is zero(0)Days 0
The Contractor-Specified Ti e City S ec ified Ti e _
For every five(5)days that the Contractor-Specified 15 maximum
Time of Completion is less than the City-Specified
Time of Completion,one(1)additional point will be
added to the 0 Points with a maximum of 15 Points
For every five(5)days that the Contractor-Specified
Time of Completion is more than the City-Specified
Time of Completion, one(1)additional point will be
deducted from 0 Points with no maximum deduction
L ---.Maximum ScoK,_e_,- L
7
8 18.6 Points for Minority Business Enterprise, Provisions will be awarded according to the
9 table below.-
10
MBE Scoring Total Points
Offeror Addressed Goal I
Offeror Committed to Meet Goal 1.5
Offeror utilized diverse sub-contractor team 1.5
Sub-contractor(s)performing significant work
Offeror Exceeded e�al
Offeror exSSeded� ...........
Offeror exceeded oaf b 100®/
Acceptable Joint Venture for ELoject 2
Maximum Ac2re. 10
12 18.7 In the event of a tie in the total summation of Points for the Best Value,the lowest
13 Bid Price will break the tie and determine the Successful Bidder.
14
crry OF FORT WORTH North Beach Street
s'rANDARD CONSTRUCTION SPECIFICATION D(.)CUMI..-,N'I'S City Project No.02238
Revised July 7,2015
00 21 13-12
INSTRUCTIONS TO BIDDERS
Page 12 of 13
1 18.8 City reserves the right to reject any or all Bids, including without limitation the rights
2 to reject any or all nonconforming, nonresponsive,unbalanced or conditional Bids
3 and to reject the Bid of any Bidder if City believes that it would not be in the best
4 interest of the Project to make an award to that Bidder, whether because the Bid is
5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
6 meet any other pertinent standard or criteria established by City. City also reserves
7 the right to waive informa.lities not involving price,contract time or changes in the
8 Work with the Successful Bidder. Discrepancies between the multiplication of units
9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
10 between the indicated sum of any column of figures and the correct sum thereof will
11 be resolved in favor of the correct sum. Discrepancies between words and figures
12 will be resolved in favor of the words.
13
14 18.9 Any or all bids will be rejected if City has reason to believe that collusion exists
15 among the Bidders, Bidder is an interested party to any litigation against City,City or
16 Bidder may have a claim against the other or be engaged in litigation, Bidder is in
17 arrears on any existing contract or has defaulted on a previous contract, Bidder has
18 performed a prior contract in an unsatisfactory manner,or Bidder has uncompleted
19 work which in the judgment of the City will prevent or hinder the prompt completion
20 of additional work if awarded.
21
22 18.10 City may consider the qualifications and experience of Subcontractors, Suppliers,and
23 other persons and organizations proposed for those portions of the or as to which
24 the identity of Subcontractors, Suppliers,and other persons and organizations must
25 be submitted as provided in the Contract Documents or upon the request of the City.
26 City also may consider the operating costs, maintenance requirements,performance
27 data and guarantees of major items of materials and equipment proposed for
28 incorporation in the or when such data is required to be submitted prior to the
29 Notice of Award.
30
31 18.11 City may conduct such investigations as City deems necessary to assist in the
32 evaluation of any Bid and to establish the responsibility, qualifications,and financial
33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and
34 organizations to perforin and furnish the Work in accordance with the Contract
35 Documents to City's satisfaction within the prescribed time.
36
37 18.12 Contractor shall perform with his own organization,work of a value not less than
38 35%of the value embraced on the Contract, unless otherwise approved by the City.
39
40 19. Award of Contract:
41
42 19.1 If the Contract is to be awarded, it will be awarded to lowest responsible and
43 responsive Bidder whose evaluation by City indicates that the award will be in the
44 best interests of the City.
45
CITY OF FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 7,2015
00z| o 13
INSTRUCTIONS ToBIDDERS
Page Bmro
l 19.2 Pursuant to Texas Government Code Chapter 2252.00l, the City will not award
2 contract to uNoorcoideot Bidder uu|eom the Nonresident Bidder's bid is lower than
3 the lowest bid submitted by a responsible Texas Bidder by the same amount that a
4 Texas resident bidder would be required to underbid uNoormmideot Bidder to obtain u
5 comparable contract io the state io which the nonresident's principal place of
6 business is located.
7
8 19.3 A contract is not awarded until formal City Council authorization. If the Contract is
A to be awarded, City will award the Contract within 90 days after the day ofthe Bid
|O opening unless extended in writing. No other act o[City or others will constitute
I acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
|2 the City.
|3
14 194 Failure or refusal k/comply with the requirements may result in rejection o[Bid.
|5
16 20. Signing of Agreement
17
18 When City issues u Notice of Award kzthe Successful Bidder, it will be accompanied bwthe
|A required number of unsigned uouoterpurtoo[tbe Agreement. Within l4 days thereafter
20 Contractor shall sign and deliver the required number of counterparts of the Agreement 0u
21 City with the required Bonds,Certificates of Insurance,and all other required documentation.
22 City shall thereafter deliver one fully signed counterpart to Contractor.
23
24
25
26 END OF SECTION
CITY or FORT WORTH North Beach Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.ozzsx
Revised July 7.zo|5
003513-1
CONFLICTCAF'INTIJUEST AFFIDAVIT
RIM Pap
.,e I of I
SECTION 00 35 13
2 CONFLICT OF INTERESTAFFIDAVIT
3
4 Each bidder,offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth
5 (also referred to as"'City"")procurement are required to complete Conflict of Interest
6 Questionnaire(the attached CI Q Fonn)and Local(3ovemment Officer Con fllicts Disclosure
POP 7 Statement(the attached CIS Forin)below pursuant tostate law.This affidavit will certify that the
8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on
9 City Work. The referenced forms may be downloaded from the website links provided below.
1
Pf 0
12
13 litt ://m�%Ny.eiihics.state
I- P .
V0 14
15 Ej CIQ Form is on file with City Secretary
16
101 17 CI Q Form is being provided to the City Secretary
18
19 CIS Form is on File with City Secretary
AN/ 20
21 CIS Form is being provided to the City Secretary
22
23
24
25 BIEDDER:
26
27 JLB Contracting,',LC,r,.--'---.-I.--........-....-.....-.,. By:James G 1-lumphrey_.-A.,
28 Corripany (Please Print.)
29
30 PO Box 24131 Si&rnature:
.....................................................................
31 Address
32
NO 33 -.1"ort Worth,Texas 76124............-.—Ir Title: Sr Vice.President—! , ......................
34 City/State/Zip (Please Print)
35
36
37 END OF SECTION
POW
WN
CITY OF FORT WORTI I North Beach Street Improvements
STANDARD(.:ONSTRIXTioN SPFCIFICAT'101114 1XKJJMFN1'S City PTpiect No.02238
Revised March 27,201.2
qp
00 41 00
BID FORM
10—W, Page 1 of 3
SECTION 00 4100
BID FORM
� TO: The City Manager
c/o: The Purchasing Department
1000 Throckmorton Street
ur City of Fort Worth,Texas 76102
FOR: North Beach Street Improvements
E Loop 620 to Fossil Creek Boulevard
r
City Project No.: 02238
Units/Sections: Unit I Water Improvements
Unit If-Sanitary Sewer lmprovements
Unit III-Paving and Drainage'Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the o
Included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
forte Bid Price and within the Contract Time indicated In this Bid and in accordance with the other terms and conditions
oft the Contract Documents.
. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealling with the disposition of Bid Bond.
2.2. Bidder is war of II costs to provide the required insurance, will do so pending contract award„ and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
VAR
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false r sham Bid.
2.5, Bidder has not solicited or induced any individual or entity to refrain from bidding.
2. . Bidder has not engaged in corrupt,fraudulent„collusive„ or coercive practices in competing for the Contract.
For the purposes of this Paragraph.°
a. ""corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice"means an intentional misrepresentation of ct made(a)to influence the
bidding process to the detriment of City(b)to establish Bid prices at artificial)non-cornpefltive
J levels" or(c)to deprive City of the benefits of free and open competition.
c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
rr r levels.
CITY OF FORT WORTH
STANDARD CONSTRucTION SPECIFICATION DOCUMENTS
Foffn Revised 20120327 Beach&820 Pro I
�
�
nnw no
BID FORM
Page umo
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
�
Contract.
3. Pmmqualification
�
The Bidder acknowledges that the following work hypes must be performed only by pvaquaUfled contractors and
subcontractors:
^� a. Water Distribution, Urban and Renewal, 12-inch diameter and smaller
b. CCTV. 48-inches and smaller for Storm Drain
c. Sewer Interceptors, Urban/Renewal, 15-inohee and smaller
d. Concrete Paving Construction/Reconstruction (15.OQO square yards and GREATER)
e. Roadway and Pedestrian Lighting
4. Time of Completion
=
4.1. The Work will be complete for Final Acceptance within 640 days after the date when the
Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
�
42. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure bocomplete
the Work(and/or achievement of Milestones)within the times specified in the Agreement.
� 4.3' Contractor Specified Time of Completion for Final Acceptance days.
� 5. Attached to this Bid
The following documents are attached tP and made e part of this Bid:
�
' a. This Bid Form, Section 00 41 OQ
b� Required Bid Bond, SeoUonOD43 13 issued byoouvab/ meeting the requirements ofParagraph
� 5.O1of the General Conditions.
c. Proposal Form, Section 00 4243
�
d. Vendor Compliance to State Law Non Resident Bidder, Section OO4337
� e. MVVBE Forms(optional ot time ofbid)
f. Pnmque|ifioetion Btotement, Section OQ45 12
� g. Conflict of Interest Affidavit, Section OO 35 13
*If necessary, C|Qor CIS forms are hoba provided directly to City Secretary
� h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
6' Total Bid Amount
�
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided be|mw, p|aeaa enter the total bid amount for this project. Only this figure will he naed publicly
by the City atthe bid opening.
�
CITY op FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
�
Form Revised eo1uouur Beach&820 Proposal
PRY
00 41 00
BID FORM
Page 3 of 3
62. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay it by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
Total Bid $ 5,846,845.93
7. Bid Submittal
This Bid is submitted on Thursday, August 20,2015 by the entity named below.
Respectfully submitted, Receipt is acknowledged of the Initial
........ following Addenda:
By: Addendum No. V
(Signature) Addendum No. 2:!
Addendum No. 1
James G HumpDgrej Addendum No. 4:
(Printed Name)
Title: Sr Vice President
Company: JLB Contracting, LILC Corporate Seal:
Address: PO Box 24131
Fort Worth, Texas 76124
State of Incorporation, Texas
Email:
Phone: 817-261-2991
END OF SECTION
FOR
U40
OR$
NO
"V
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
ffiffilp Form Revised 20120327 Beach&820 Pry
FOR
00 42 43
hJr
BID PROR"AL
Pap,I of'6
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Infix-mation Biddees Proposal
Bid list Ek-scription Syvxificatiorw I.Mit of Bid thIlitr IY[Ce Bid Value
Item No. Smlion No. Measwv Quantay
Unit I®Water Imerovernents
1 0241.1305 Remove 12"Water Valve 02 41 14 1 $650.00 $650.00
2 02411510 Salvage Fire Hydrant 0241 14 EA 1 $955.00 $955.00
3 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 65 $35.00 $2,275.00
4 3305.0103 Exploratory Excavation of Existing Utilities 330510 EA 3 $1,065.00 $3,195.00
5 3305.0109 Trench Safety 330510 LF 342 $1.06 $362.52
6 3311. 01 Ductile Iron Water Fittings w/Restraint 3311 11 TN 1 $8,500.00 $8,500.00
7 3311.0161 6"PVC Water Pipe 331112 LF 296 $90.50 $26,788.00
8 3311.0462 12"PVC Water Pipe,CSS Backfill 3311 12 LF 72 $165.00 $11,880,00
POP 9 3312.0001 Fire Hydrant 33 12 40 EA 1 $4,250.00 $4,250.00
10 3312,0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 4 $4,780.00 $19,120.00
11 33,12.3005 12""Gate Valve 331220 EA 2 $2,230,00 $4,460.00
1 12 13312.4106 12"x 6"Taeping Sleeve&Valve 33 12 25 1 EA 1 1 $6,900.00 $6,900.001
Unit I-Water Improvements®Subtotal $89,335.52
Unit 11-Sanity g Sewer Imerovements -
1 0241.2201 Remove 4'Sewer Manhole 02 41 14 EA 2 $1,275.00 $2,550.00
2 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 80 $35.00 $2,800,00
3 3301.0002 PostwCCTV Inspection 33 01 31 LF 506.0 $2.15 $1,087.90
4 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $210.00 $420.00
5 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 6 $1,065.00 $6,390.00
1001 6 3305.0109 Trench Safety 330510 LF 506 $1.06 $536.36
-7 3305.0112 Concrete Collar 330517 EA 2 $650.00 $1,300.00
8 3331.4215 15""Sewer Pipe 3311 '12 LF 406 $90.00 $36,540.00
9 3331,4216 15"Sewer Pipe,CSS 6acki'10 3311 '12 LF 65 $150.00 $9,,750.00
r 10 3331.4223 16"DIP Sewer,CSS Backffll 33,1110 LF 35 $225.00 $7,875,00
11 3339.1001 4"Manhole 333910 EA 3
33 39 20 $4,250.00 $12,750.00
12 3339.1003 4'Extra Depth Manhole 33 39 10 VF 1
33 39 20 1 $215.00 $2150
Unit It-Sanitary Sewer Improvements®Subtotal $82,214.26
MY OF FORT WORTH
0 ANDARD CONSIRUCTION Spr-,CUICATION DOCAMENTS Beazh&920 ft*�w
Forin Ravized 20120120
00 42 43
BID PROPOSAL,
Page 2 of6
SECTION 00 42 43
PROPOSAL FORM
r
UNIT PRICE BID Bidder's Application
Project ftern Rnfq)rmation Bidder's Proposal
We Bid list Description speciflcation Unit of Bid Unit Price
It em No. I I Section No. Measure Quantity laid��lue
Unit III-Paving and Drainage Improvements
1 0241.0100 Remove Sidewalk 0241 13 SF 14745 $0.53 $7,814.85
2 0241.0300 Remove A Ramp 0241 13 EA 26 $4100 $1,11118.00
3 0241.0401 Remove Concrete Drive 0241 13 SF 7425 $0.69 $5,12125
4 0241.0550 Remove Guardrail 0241 13 LF 305 $3.70 $1,128.50
5 0241.0600 Remove Wall<4' 0241 13 LF 25 $5.30 $132.50
RIP, 6 0241.0800 Remove Rip Rap 024113 SF 1144 $1.06 $1,212.64
7 0241.1000 Remove Conc Pvmt 0241 15 SY 4994 $5.31 $26,518.14
8 0241.1300 Remove Conc Cu utter 024115 LF 52 $7.50 $390.00
M" 9 0241.3013 Remove 18"Storm Line 0241 14 LF 390 $10,60 $4,134.00
10 0241.3014 Remove 21'°Storm Line 0241 14 LF 130 $1170 $1,521.00
11 0241.3018 Remove 33" to Line 0241 14 LF 30 $13.80 $4,14.00
12 0241.3402 Remove 5'Storm Juntion Box 0241 14 EA 2 $955.00 $1,910.00
13 0241.4101 Remove 10'Recessed Inlet 0241 14 EA 5 $850.00 $4,250.00
14 0241.4103 Remove 20'Recessed Inlet 024114 EA 3 $1,275.00 $3,825.00
15 0241 A301 Remove 2' to Inlet 0241 14 EA 2 $800.00 $1,600.00
16 2605.0111 Fumish/Ins tall El Sery Pedestal 260500 EA 1 $4,150.00 $4,150.00
17 2605.3001 1 1/4"CONDT PVC SCH 80(T) 260533 LF 10 $6.90 $69.00
18 2605.3011 2"CONDT PVC SCH 40(T) 260533 LF 545 $5.31 $2,893.95
19 2605.3012 2"CONDT PVC SCH 40(B) 260533 LF 840 $15.93 $13,381.20
20 2605.3015 2"CONDT PVC SCH 80(T) 260533 LF 7175 5.52 $39,606.00
59 21 2605.3016 2"C PVC SCH 80(B) 26 05 33 LF 855 16.36 $13,987.80
22 2605.3021 3"CONDT PVC SCH 40(T) 260533 LF 240 7.22 $1,732.80
23 2605.3022 3"CONDT PVC SCH 40(B) 260533 LF 1460 19.12 $27,915.20
10011 24 2605.3031 4"CO PVC SCH 40(T) 26 05 33 LF 3380 9.03 $30,521.40
25 3110.0101 Site Clearing 31 1000 LS 1 91,860.00 $91,850.00
26 3123.0101 Undassified Excavation by Plan 312316 CY 2780 6.25 $17,375.00
27 3124.0101 Embankment by Plan
312400 CY 2715 3.45 $9,366.75
IP 28 3125.0101 SWPPP a 1 acre 312500 LS 1 1,600.00 $11,600.00
29 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 3684 25.50 $93,942.00
30 3211.0400 Hydrated Lime 321129 TN 878 156.00 $136,96B.00
IMMII 31 3211.0501 6"Lime Treatment 32 11 29 SY 654 2.65 $11,73310
32 3211.0502 8"Lime Treatment 321129 SY 36075 2.32 $83,694.00
33 3213.0106 1 1"Conc Pvmt 321313 SY 34555 63.62 $2,198,389.10
34 3213.0301 4"Conc Sidewalk 32 13 20 SF 47913 5.57 $266,875.41
1�001 35 3213.0401 6"Conc to Driveway 32 13 20 SF 5884 5.51 $32,420.84
36 3213.0503 Barrier Free Ramp,Type M-1 321320 EA 5 650.00 $3,250.00
37 3213.0506 Barrier Free Ramp,Type P-1 321320 EA 19 650.00 $12,350.00
38 3213.0510 Barrier Free Ramp,Type C-3 321320 EA 4 925.00 $3,700.00
39 321T0001 4"SLD Pvmt Marking HAS(W) 321723 LF 6030 1.00 $6,030.00
40 3217.0003 4"BRK Pvmt Marking HAS(W) 32 17 23 LF 3330 1.06 $3,529.80
41 3217.0005 4"DOT Pvmt Marking HAS(W) 321723 LF 48 1.35
42 3217.0201 8"SLD Pvmt Marking HAS(W) 321723 LF 1425 1.91 $2,721.75
43 3217.0301 12"SLD Pvmt Marking HAE(W) 321723 LF 350 3.45 $1,207.50
44 3217.0401 18"SLD Pvmt Marking HAE(W]i(Yield 321723 LF 76
Triangles) 26.0 $2.017.80
45 3217.0501 24"SLD Pvmt Marking HAE(W) 32 17 23 LF 32231 5.791 $18,661.171
MY OF FORT WORni
STANDARD CONSTRUMON SPECIRCATION DOCUMENT'S
Fmm ReviW 7.012012.0 Bewh&820 P
004243
BID PROPOSAL
A
P%V,9of6
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID Bidder's Application
Po„4�
Project Item Information Bidder's Proposal
Bid list Specification ➢hair art" Bid
�T�zi? .�rip�iaan Unit Price did�+a0a
It Nam. section No. Measure Quantity
3217.1002 Lane Legend rr 32 17 23 EA 25 100.00 $2,500.00
47 321710 ne Legend my 32 17 23 EA 5 130.00 $650.00
01") 48 3217.1006 Lane Legend ike 32 17 23 EA 16 340.00 $5,440.00
49 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 72 3.75 $270.00
0 3217.2103 REFL Raised Marker TY II-A-II-A-A 32 17 23 EA 13 3.75 $48.75
1 3217.21 REFL Rai Marker II-C-R 321723 476 3.75 1,785.00
°D7 52 3217.4301 Remove 4"Pvmt Marking 321723 LF 340 0. $217.60
3217.4303 Remove "Pvmt Marking 321723 LF 1545 0.85 $1,313.25
3217.4304 Remove 12"Pvmt Marking 321723 F 10 $135 $13.50
1 55 3217.4306 Remove 24"Pvrnt Marking 32 17 23 LF 165 $2.10 $346.50
56 3217.4307 Remove Raised Marker 321723 EA 180 $0.55 $99.00
7 3217.4402 Ra ov Lane Legend Arrow 321723 EA 5 $55.00 $275.00
8 3217.4404 Remove Lane Legend Only 321723 EA 4 $64.00 $256.00
w 59 3232.0100 Conc Ret Wall with Sidewalk, Face 32 32 13 SF 227' $58.00 $13,166.00
3291.0100 Topsoil 3291 19 CY 1785 $14.00 $24,990.
61 3292.0100 Block Sod Placement 329213 SY 10706 $3.72 $39,82632
2 3292.0600 Mowing 329213 EA 5 $1,275.00 ,375.00
63 3293.0103 Plant 3"Tree 32 93 43 EA 19 $455.00 $8,645.00
64 3301.0002 Post-CCTV Inspection 33 01 31 LF 3684 $2.12 $7,810.08
65 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 52 $1,060.00 $55,120.00
�7r 66 3305.0107 Manhole Adjustment,Minor 33 051 1 $670.00 $670.00
67 3305.0109 Trench Safety 330510 LF 3684 $1.06 $3,905.04
3341.0201 21"RCP,Class III 3341 10 LF 158 $103.00 $16,274.00
3341.0205 24°'RCP,Class III 334110 F 1073 $114.00 $122,322.00
mw 70 3341.0208 27"RCP,Class III 3341 10 LF 440 $124.00 $54,560.00
71 3341.0302 30"RCP,Class III 3341 10 LF 494 $130.00 $64,220.00
72 3341.0305 3 °'RCP,Class 111 3341 10 LF 126 $145.00 $18,270.00
73 3341.0309 „Class III 3341 10 LF 508 $167.00 $84,836.00
74 3341.0402 42"RC ,Class III 3341 10 LF 336 $193.00 $64,848.00
75 3341.0409 8"RCP,,Class III 3341 10 LF 496 $225.00 $111,600.00
76 3341.1103 4x4 Box Culvert 3341 10 LF 25 $489.00 $12,225.00
77 3341„1202 5x4 Box Culvert 3341 10 ' LF 2 $520.00 $14,560.00
78 3346.0008 4"Pipe Underdrain,Type 8 334600 LF 170 $31.00' $5,270.00
79 334&0105 6'°Pipe Underdrain,Type 5 334600 LF 8075 $31.90 $257,592.50
80 33463001 6"Trench Drain 334602 LF 2 57.00 $10,968.00
RF 81 3349.0001 4'Stomn Junction Box 334910 EA 6 $4,140.00 $24,84.0.00
82 3349.0002 5'Storm Junction Sox 334910 Ede 2 $4,885.00 $9,770.00
3 3349.0003 6'Storm Junction Box 334910 EA 1 $5,735.00 $5,735.00
3349.0105 Manhole 334910 EA 1 $5,735.00 $5,735.00
�0? 5 3349.6001 10'Recessed Inlet 33 49 20 EA 3 $3,720.00 $11,160.00
86 3349.6003 20'Recessed Inlet 22 49 20 EA 5 $7,000.00 $35,000.00
87 3441,1001 3-Sect Signal Head Assmbly 3441 10 EA 32 $665.00 $21,280.00
88 3441.1002 -Sect Signal Head Assmbly 3441 10 EA 12 $825.00 $9,900.00
89 3441.1003 5-Sect Signal Head Assmbly 3441 10 EA 1 $955.00 $955.00
0 3441.1011 Ped Signal Head Assmbly 3441 10 EA 33 $530.00 $17,490.00
1 3441,1021 Station /Sign 3441 10 EA 33 $475.00 $15,675.00
crry or FoRT woRTl I
STANEIA Cad T'RU(°r[ONSPECIFICATION DOCUMENTS
rilf!Y,4 Ism gsaE 2012,0120 I2G &820 ftqmg
00 42 43
BID PROPOSAL
Page 4 of 6
SECTION 00 42 43
PROPOSAL FORM
Bidder's UNIT PRICE BID i i
Project Item Information Bidder's Proposal
Bid list Description Specification Unit of Bid Unit Price Bid Value
Item No. Section No. Measure Quantity
92 3441.1220 Furnish/Install Model 711 Preemption 3441 10 EA 7
Detector $2,283.49 $15,984.43
93 3441.1224 Furnish/Install Preemption Cable 3441 10 LF 1160 $0.98 $1,136.80
94 3441.1232 Install Radar Presence Detection Device 3441 10 EA 12 $400.00 $4,800.00
95 3441.1234 Furnish/Install Radar Cable 3441 10 LF 1980 $2.66 $5,266.80
96 3441.1236 Furnish/Install Radar Detector Back Plate 4 3441 10 EA 3 $2,760.00 $8,280.00
f 97 3441.1311 5/C 14 AWG Multi-Conductor Cable 3441 10 LF 1505 $1.06 $1,595.30
98 3441.1315 20/C 14 AWG Multi-Conductor Cable 3441 10 LF 1980 $4.99 $9,880.20
99 3441.1405 NO 2 Insulated Elec Condr 3441 10 LF 30 $2.40 $72.00
100 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 870 $1.27 $1,104.90
a 101 3441.1409 NO 8 Insulated Elec Condr 3441 10 LF 4280 $0.90 $3,852.00
102 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 2350 $0.80 $1,880.00
103 3441.1501 Ground Box Type B 3441 10 EA 2 $475.00 $950.00
® 104 3441.1502 Ground Box Type B,w/Apron 3441 10 EA 1 $560.00 $560.00
105 3441.1503 Ground Box Type D,w/Apron 3441 10 EA 18 $585.00 $10,530.00
106 3441.1603 Furnish/Install 10'-14'Ped Pole Assmbly 3441 10 EA 21 $690.00 $14,490.00
107 3441.1611 Furnish/Install Type 41 Signal Pole 3441 10 EA 4 $3,610.00 $14,440.00
• 108 3441.1613 Furnish/Install Type 43 Signal Pole 3441 10 EA 1 $4,250.00 $4,250.00
109 3441.1615 Furnish/Install Type 45 Signal Pole 3441 10 EA 7 $6,375.00 $44,625.00
110 3441.1623 Furnish/Install Mast Arm 16'-36' 3441 10 EA 4 $2,335.00 $9,340.00
111 3441.1624 Furnish/Install Mast Arm 40'-48' 3441 10 EA 1 $2,655.00 $2,655.00
112 3441.1625 Furnish/Install Mast Arm 52'-60' 3441 10 EA 7 $4,565.00 $31,955.00
113 3441.1701 TY 1 Signal Foundation 3441 10 EA 22 $795.00 $17,490.00
114 3441.1703 TY 3 Signal Foundation 3441 10 EA 4 $2,655.00 $10,620.00
115 3441.1704 TY 4 Signal Foundation 3441 10 EA 1 $3,185.00 $3,185.00
116 3441.1705 TY 5 Signal Foundation 3441 10 EA 7 $3,500.00 $24,500.00
117 3441.1711 Signal Controller Foundation 3441 10 EA 3 $1,890.00 $5,670.00
118 3441.1724 Install Controller&Cabinet,Ground MNT 3441 10 EA 3 $1,275.00 $3,825.00
® 119 3441.2001 Salvage Traffic Signal 3441 13 EA 3 $3,400.00 $10,200.00
120 3441.3003 Rdwy Ilium Assmbly TY 18,18A,19,and D- 34 41 20 EA 16
40 $2,070.00 $33,120.00
121 3441.3102 20OW HIPS PC Lighting Fixture 24 41 20 EA 44 $370.00 $16,280.00
122 3441.3302 Rdwy Ilium Foundation TY 3,5,6,and 8 344120 EA 16 1,170.00 $18,720.00
123 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 LF 3635 2.34 $8,505.90
124 3441.3501 Salvage Street Light Pole 34 41 20 EA 12 265.00 $3,180.00
125 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 3441 30 EA 32 388.00 $12,416.00
126 3441.4002 Furnish/Install Alum Sign Ground Mount 3441 30 EA 1
TxDOT Std. 525.00 $525.00
127 3441.4003 Furnish/Install Alum Sign Ground Mount City 3441 30 EA 37
Std. 400.00 $14,800.00
128 3441.4004 Furnish/Install Alum Sign Ex. Pole Mount 34 41 30 EA 4 133.00 $532.00
129 3441.4108 Remove Sign Panel and Post 3441 30 EA 8 100.00 $800.00
130 3441.4109 Remove Sign Panel 3441 30 EA 6 53.00 $318.00
131 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 11 525.00 $5,775.00
132 3471.0001 Traffic Control 3471 13 MO 18 2,500.00 $45,000.00
133 3471.0002 Portable Message Sign 3471 13 WK 16 630.00 $10,080.00
134 0241.1118 4"-12"Pressure Plug 0241 14 EA 2 106.00 $212.00
® 135 0241.1514 Salvage 2"Water Meter 0241 14 EA 2 745.00 $1,490.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
r Form Revised 20120120 Beach&820 Proposal
MAT
004243
WD PROPOM
Page 5ofG
SECTION 00 42 43
PROPOSALFOR
UNIT PRICE BID Bidder's Application
'PA
Project hem Information Bidders PropaW
Bid list �a e�ifrrrr a¢iausa II.Srait o' Bid f aiptiaru Unit Price Bid Value
Item o.
Section No. M,.sur� ' Quantity
136 3305,0108 Miscellaneous Structure Adjustment,Sta. 330514 1 1,275.00 $1;275.00
3305.0103 Miscellaneous Structure Adjustment,Sta.
OF 137 113+56.07 330514 EA 1 5,840.00 $5,640.00
136 3305.0111 Valve Box Adjustment 330514 EA 6 300.00 $1,600.00
139 3312.2201 2'°Water Servf eter Reconnection 331210 EA 2 600.00 $1,600.00
140 3312.2203 2'°Water Service 33 12 10 EA 2 2,655.00 $5,310.00
141 3312.2204 2"Private Water Service 33 12 10 LF 500 39.50 $19,750.00
142 9999.0000 Miscellaneous Structure Adjustment(Per Flan 1
Haltom City Standards),Sta. 114+%67 Details 5,650.00 $5,650.00
SIM 143 9999.0000 Salvage Fire Hydrant(Per Haltom City Plan 2
Standards) Details 955.00 $1,910.00
144 9999.0000 12°"Waterline Lowering(Per Haltom City Plan 9
Standards) Details 6,500.00 $76,500.00
`k^n 145 9999.0000 Fire Hydrant(Per Haltom City Standars) Plan ans 2 4,760.00 $9,560.00
146 9999.0000 Connection to Existing 4".-12"Water Main Plan 2
(Per Haltom City Standards) Details 4,660.00 $9,760.00
147 9999.0000 6"°Gate Valve(Per Haltom City Standards) Plan 2
Details 600.00 $1,600.00
146 9999.0000 Valve Box Adjustment(Per Haltom City Plan EA 2
Standards) Details 300.00 $600.00
��YUr 149 9999.0000 Remove Asphalt Overlay$Conc Pvmt Plan SY 23425
Details 9.56 $223,94100
150 9999.0000 Irrigation System Installation el Is LS 1 52,000.00 $52,000.00
151 9999.0000 Ground Box Type DS 3441 10 EA 17 1,660.00 $31,620.00
152 9999.0000 Traffic Management Plan 3471 13 LS 1 5,300.00 $5,300.00
153 9999.0000 5"Colored Textured Concrete TxDOT 526 SF 10794 7.61 $84,301�,14
154 9999.0000 Fumisl'IllnstallGu'ardrail TxDOT 540 LF 240 24.15 $5,796.00
c 155 9999.0000 10'Type 2 Recessed Inlet 33 49 20 EA 2 $6,900.00 $13,800.00
156 9999.0000 20°Type 2 Recessed Inlet 33 49 20 EA 3 $10,620.00 $31,660.00
157 9999.0000 TxDOT 247-2041 FL BS(CMP IN PLC)(TY TxDOT 247 CY 62
A GR 1)(FNAL POS) $66.00 $4,092.00
'7 156 9999.0000 TxDOT 3602004 CO NC PV MT(CONT TxDOT 360 SY 275
REINF.-CRCP)(11") $112.00 $30,600.00
159 9999.0000 TxDOT 361-2004 FULL-DEPTH REPAIR TxDOT 361 SY 42
CRCP(11"®) $150.00 $6,300.00
l/7r 9999.0000 TxDOT 506-2002 CONSTRUCTING 160 DETOUR TxDOT 506 SY 6200 $26.57 $164,734.00
161 9999.0000 TxD0T 526.2006 COLORED TEXTURED TxDOT 526 SY 97
CONC(5°°) $126.50 $12,270.50
y 162 9999.0000 TxDOT 5292030 CO NC CURB(MONO) TxDOT 529 LF 310
(TY II A) $6.30 $1,953.00
163 9999.0000 TxDOT 531.2005 CURB RAMPS 1) TxD0T 531 EA 1 $725.00 $725.00
164 9999.0000 TxDOT 531-2010 CURB RAMPS( 7) TxDOT 531 EA 3 $725.00 $2,175.00
!401 165 9999.0000 TxDOT 531-2015 CO NC SIDEWALKS(4") TxDOT 531 SY 56 $44.001 $2,552.00
166 9999.0000 TxDOT 531-2017 CURB RAMPS(TY 21) TxDOT 531 EA 3 $900.00 $2,700.00
t»f
CITY OF r oR7r women
rarimt Rewiwd 20120120 Bewh&820 o,.w
00 42 43
BID MROSAL
Page 6 of 6
SECTION 00 42 43
PROPOSAL FORM
UNIT PRIDE BID Bidder's Application
Project Iterrrrn I nf'on-nation Bidder's Proposal
Bid list SBn1 °iii"rr t... I➢rna¢auf'' Bid
J ItRi n Nor. l.�a sn I iIN iannn Section No. Measure Quantity 6�ruat�ri� ff�aad�aia��^
167 9999.0000 TxDOT 666-2003 REFL PAV MRK TY I(W) TxDOT 666 LF 221
4"(SRK)(100MIL) $1.06 $234.26
166 9999.0000 TxDOT 666-2036 REFL PAV MRK TY I(W) TxDOT 666 LF 100
13"(SLID)(100MIL) $1.90 $190.00
169 9999.0000 TxDOT 666-2046 REFL PAV MRK TY I(W) TxDOT 666 LF 1285
24"(SL®)(I001kMIIL) $6.37 $8,185A 5
170 9999.0000 TxDOT 666-2099 REF PAV MRK TY I D T'xOOT 666 EA 33
16"(YLDO TRI)(1100MIIL) $21.25 $701.25
171 9999.0000 TxDOT -2169 PAVEMENT SEALER 4" TxDOT 666 LF 221 $0.27 $59.67
172 9999.0000 TxDOT -2191 PAVEMENT SEALER 6" TxDOT 666 LF 100 $0.53 $53.00
' 173 9999.0000 TxDOT 666°2195 PAVEMENT SEALER 24°" TxDOT 666 LF '1265
$1.06 $1,362.10
174 9999.0000 TxDOT 666-2257 PAVEMENT SEALER TxDOOT 6 33
(YLD TRI) $5.30 $174.90
9999.0000 TxDOT 672-2015 REFL PAV R II..
175 .. TxDOT 672 /3
A A $375 $48.75
176 9999.0000 TxDOT 672-2017 EFL PAV RK 11 a TxDOT 672 26
O-R $3.75 $105.00
177 9999.0000 TxDOT 676°2001 PAV F P FOR TxDOT 676 LF 221
MRK(4""} $0.05 $11.05
9999.0000 TxDOT 676-2003 PAV SURF PREP O
176 MRK(8") $0.09 676 LF 100 $0.09 $9.00
179
9999.0000 TxDOT 676-2006 PAV SURF PREP FOR
TxDOT 676 LF 1265
MRK(24""y $0.53 $681.05
160 9999.0000 TxDOT 676-2019 PAV SURF PREP FOR TxDOT 676 EA 33
MIRK(16")(YLO TRI) $0.27 $8,91
161 9999.0000 Tx T'661-2001 TEMP TRAF SIGNALS Tx T 676 EA 2
$29,200.00 $56,400.00
Unit III-Paving and Drainage Improvements®Subtotal $5,675,296.15
8 Im1 Snunnxarlr
Raw Bid
Unit I-Water Improvements $69,335.52
Unit 11-Sanitary Sewer Improvements $82,214.26
" Unit III 75 296.15'
Total Bid $S, , .
011, END OF SECTION
Vp
C,rrY OF 1 ORT WCbRD4
UJA
SMANDARD C°C"DNSIR1.nC7"1'IO N SP C°OCKTIO N LD¢X:G.t lhNT Rn YG�ff"� ryrocws
Foan RA m'sedl 20120120
0043 13
BID BOND
Page 1 of 1
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, (Bidder Name) 0 hereinafter
called the Principal, and (Surety Name)
a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety,
are held and firmly bound unto the City, hereinafter called the Obligee, in the
sum of and No/100 Dollars
($ .00), the payment of which sum will be well and truly made and the
said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly
and severally, firm by these presents.
WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee,
identified as North Beach Street Improvements
NE Loop 820 to Fossil Creek Boulevard
NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to
the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the
Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,
then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of
such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in
accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract
in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal
and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between
Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount.
SIGNED this day of , 2015.
By: 0
(Signature and Title of Principal)
*By: 0
(Signature of Attorney-of-Fact)
*Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed
Surety Seal
Only
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 201 10627 00 41 00_00 43 13_00 42 43_00 43 37_Bid Proposal Workbook.xls
004337
VENDOR COMPLIANCE TO STATE LAW
7opw rage I of I
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that® in order to be awarded a contract as low bidder, nonresident bidders (out of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction„ improvements, supplies or services in "Texas at an amount lower than the st Texas resident
bidder by the amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the t t which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the ox in Section B.
A. Nonresident bidders in the State of our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of our principal place of business„
are not required to underbid resident bidders.
,ply B. The principal place of business of our company or our parent company or majority owner is
in the t t of Texas. E
EIDER.
JLB Contracting„ LLC : Jaynes G Humphrey
PO Box 2411 , m .
u Fort North® Texas 76124 " (Signature)
0
Title: Sr Vice President
T
Date: "
END OF m�
riNr
I��Ir
SECTION
CITY of FORT WORTH
STANDARD CONSTRUCTION SPFC9INCA"riON DOCUMENTS
1
Form Revised 20110627 Beach&820 Pro 6
0045 |\ |
oIDoERorRE0uALIFICAT0m
Page/ of3
| SECTION 00 45 11
Z B/D0ERSPRE0UAL[FlCAT/ONS
3
4 1, Summary. All contractors are required to be pcequu|ified by the City prior to submitting
5 bids. Tobe eligible to bid the contractor must submit Section 00 45 12, Prequalification
6 Statement for the work type(s) listed with their Bid. Any contractor orsubcontractor who is
7 not prequu|ified for the work Lype(m) listed must submit Section OO45 13, Bidder
8 Prequa/ifiuctioo /\pp|ium1ioo in accordance with the requirements below.
0
|O The prequalification process will establish a bid limit based on a technical evaluation and
l} fiouocia| analysis of the contractor. The information must be submitted seven (7) days prior
lZ to the date of the opening of bids. For example, a contractor wishing to submit bids on
13 projects to be opened on the 7th of April must file the information by the 3 1 st day of March
14 in order to bid on these projects. In order to expedite and facilitate the approval of Bidder's
15 Prequalification Application, the following must accompany the submission.
16 u. /\ complete set o{audited or reviewed financial statements.
17 (() Classified Balance Sheet
|# (2) Income Statement
10 (3) Statement of Cash Flows
20 (4) Statement of Retained Earnings
21 (5) Notes to the Financial Statements, if any
22 b. 8 certified copy ofthe firm's organizational documents (Corporate Charter, Articles
23 of Incorporation, Articles of Organization, Certificate o{Formation, LL[
24 Regulations, Ceriifium1eof Limited Partnership/\greemneot).
25 c. /\ completed Bidder Prequa|ificukiooApplication.
26 (() The firm's Texas Taxpayer ldeudficm1iooNumber am issued by the Texas
27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
28 number visit the Texas Comptroller of Public Accounts online u1the
20 following web address ' and fill out the
30 application to apply for your Texas tax ID.
31 (2) The finu`me-mail address and fax number.
32 (3) The finu`mDUNS number um issued by Dun 8k Bradstreet. This number
33 is used bv the City for required reporting on Federal Aid projects. The DUNS
34 number may bc obtained 41 .
35 d. Resumes reflecting the construction experience of the principles ofthe finofor finoo
36 submitting their initial preQua|ifiuu1ioo. These resumes should include the size and
37 scope nf the work performed.
38 e. Other information as requested 6v the City.
30
40 2. B^mcqualification Requirements
41 u. Financial Statements. Financial statement submission must be provided io
42 accordance with the following:
43 (l) The City requires that the original Financial Statement or a certified copy
44 be submitted for consideration.
c|TYOFPUxrWORTH North Beach Street improvements
STANDARD CONSTRUCTION Srsc|F|cArmwDOCUMENTS City Project No.ozzso
Revised July 1,2011
0045 11 -2
BIDDERS PREQUAIJIFICA,rfONS
Page 2 of'3
1 (2) To be satisfactory,the financial statements must be audited or reviewed
2 by an independent,certified public accounting fi rm registered and in
3 good standing in any state.Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of'rexas be property licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting fi rm should state in the audit report-or review whether
8 the contractor is an individual,corpomtion,or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current to
to of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the financial statements oft e contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
17 It should:(1)express an unqualified opinion,or(2)express a,qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any inonth,
21 not more than one year of and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph L
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital (,working capitarl :=current assets current
26 liabilities)by a factor of 10.Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared,the previous statement shall be updated with
31 proper verification.
32 b. Bidder 1requali/ication,Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed Financial statements by fi rms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report,the notation of
37 "None"or"MA"should be inserted.
38 (2) A minimum of five(5)references of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of or for
41 which the Contactor is seeking prequalification. The schedule must
42 include the manufacturer,model and general common description of
43 each piece of equipment. Abbreviations or means of describing
44 equipment other than provided above will not be accepted.
45
46 3. Eligibility to Bid
47 a. The City shall be the sole judge as to a contractor's prequalification,
48 b. The City may reject,suspend,or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
M'Y OF FORT WORTH North Beach Street Impmements
STANDARD CONSTRUC,710N SM""(11MATION DOCUMIENTS Cit.y Project,No 022,38
Revised July 1,2011
0045 11 -3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid
2 the prequalified work types until the expiration date stated in the letter.
3
4
5
6
7
8 END OF SECTION
9
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
004512-1
PREQUALiFfCATION STATEMENT'
IP
Page I of I
I SECTION 00 45 12
2 PREQUALIFICATION STATEMENT
3 Each Bidder for a City procurernent is required to complete the infonnation below by
4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
5 major work type(s)listed.
6
MaJor Work Type Contractor/Subcontractor Pre qualification
CoMp! e I air iration Date
Water Distribution, Urban and
Renewal, 12-inch diameter and sMaller_
CCTV,48-inches and smaller Ra
Sewer Interceptors, Urban/Renewal,
15-inches and smaller
Concrete Paving
Construction/Reconstruction(15,000
Road
Z!ZZ
�tra�i .jg!itky
7
8
9 The undersigned hereby certifies that the contractors and/or subcontractors described in
10 the table above are currently pre qualified for the work types listed.
11
IF" 12 BIDDER:
13
14
15 Cornpany (Please Print)
16
17
Signature:
18 address
19 FORT WORTH,YX 76124
20 Title:
.................
21 city/state/Zip (Please Print)
ar
22
23 Date: ..........
24
25 END OF SECTION
o
26
sY
crry OF FORT WORTH North Beach Street Improwmems
STANDARD CONSTRUCTION SPECIFICATION D(K.JIMENTS City PrqjeAt No.02238
Revised Jtdy 1,2011
NYC
FOR'r WORTH
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Date of Balance Sheet
Mark only one:___
Individual
Limited Partnership
Name under which you wish to qualify General Partnership
Corporation
:J Limited Liability Company
Post Office Box city State Zip Code
Street Address (required) city State Zip Code
Telephone Fax Email
Texas Taxpayer Identification No.
Federal Employers Identification No.
DUNS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO:
CITY OF FORT WORTH TEXAS
1000 THROCKMORTON STREET
FORT WORTH, TEXAS 76102-6311
AND MARK THE ENVELOPE: "BIDDER PPLEQUALIFICATfON APPLICATION"
004513-2
BIDDER PREQUA11FICATION APPUCATION
Page 2 of 8
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly clais,ify your fi rm:
(Check the block(s)which are applicable Block 3 is to be left blank if Block I and/or Block 2 is
checked)
Li Has fewer than 100 employees
and/or
Has less than $6,000,000.00 in annual gross receipts
OR
Does not meet the criteria for being designated a small business as provided in Section
20060001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become pre qualified,
MAJOR WORK CATEGORIES
Water Department
Augur Boring-24-inch diameter casing and less
Augur Boring-Greater than 24-inch diameter casing and greater
,lunneling 36-Inches 60--inches,and 350 LF or less
Tunneling-36-(riches 60 --inches,and greater than 350 LF
Tunneling 66"and greater, 350 LF and greater
Tunneling 66"and greater,350 LF or Less
Cathodic Protection
Water Distribution,ion, Development, 8-inch diameter and smaller
Water Distribution,Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smal ter
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
WaterTransinission,Development,24-inches and smaller
Water Tramsmission,Urban/Renewal,24-inches and smaller
Water Transmission, Development,42-inches and smaller
Water Transmission, Urban/Renewal,42-inclies,and smaller
WaterTiansmission,Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping,, 18-inches and smaller
Sewer Bypass Pumping, 18-inches - 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
C(.,"TV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV,24-inches and smaller
CCTV,42-inches and smaller
CCTV',48-inches and smaller
MY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMIENTS City Project No,022-38
Revised December 20,20 I 2
004513-3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
MAJOR WORK CATEGORIES,CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP,42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development,24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning ,24-inches and smaller
Sewer Cleaning, 42-inches and smaller
Sewer Cleaning, All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
LJ Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance(UNDER$1,000,000)
Asphalt Paving Heavy Maintenance($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER)
Roadway and Pedestrian Lighting
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
0045 13-4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
1. List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPKiENT NAME AND DETAILED ADDRESS OF OWNER
....................
....................... .......
..............
2. How any years has your organization been in business as a general contractor under your present
name?................................................... .................
List previous business narnes:-...........
............. ........
3 How any years of experience in or has your organization
had:
(a) As a General Contractor:....................................................................... (b)As a Sub-Contractor:____
4. *What projects has your organization completed in Texas and elsewhere?
............. .......
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU RE FER
.....................
...............................I........................................................
*If requalifying only show work performed since last statement.
5.Have you ever failed to complete any work awarded to yw?.........................................
Ifso,where and why?..... ...... .........................
6.Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?---...---__,,,..
If so,state the name of the individual, other organization and reason
7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?-..—.....—...........
If so, state the name of the individual, name of owner and
.............................................................. ............1................................................. .........
CITY OF FORT WORTH North Beach Street Improvements
ST' D CONSTRUCTION SPECIFICA'HON DOCUMENTS City Project No,02238
Revised December 20,2012
0045 13-5
IBIDDER PREQUAILIFICATION APPLICATION
Page 5 of 8
8. In what other lines of business are you financially interested?,_..__.,_,,,,,
................... .................................. ............. .........
-111-11........................1---------.................. .. ........... .................
9. Have you ever performed any work for the City?... ...................................-__.............. ...... .............
If so, when and to whom do you refer?--,..- ...........
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
FN,A-M"'-E-"--0-F—FI R—M0—RC-0 M'-P A—NY -,-D-E-TA—IL-",E""D-AD—D",R"I-',S'S
.............................. ..... ........................................................... ..............
.......................---........................ .......................................
........................................... ................................... ........................... ......................... ........ .............................----...........................................
........................ ...................................... ............................-..................- ............................. .............................
.........................................-'--.. .............----.................. ........... ................................. .......
...................... ............................................................... ....................... ..............
......................................................---...................--.- ................................................................... ..............
11. Give the names of any affiliates or relatives currently debarred by the City,, Indicate your relationship
to this person or firm, ....m ..................... ...............
.............................................. ................................ ...................---
.......................... .................................................................. ...........
12. at is the construction expenience of the principall individuals in your organization?
................................................ ................... .............................
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
.................................................. ----------------.............- .............................................. .............
.................................... ..... ............................................................................ .......................—
------------------------------- ............
.............
.........................I.............-——--------- ---—----------------.........................
13. If any owner,officer, director, or stockholder of your fi rm is an employee of the City,ors es the
same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child,or parent of an owner,officer, stockholder, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage, ............ . .. .......................................................
.......................................... ...............................................
.................... ............ ........... ................................................- ...................-
CITY OF FORT WORTH North lBeach Street Improvemefft
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
004513-6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organization
Charter/File No. Date of organization
..........
President Is partnership general, limited,or registered limited
liability partnership?
Vice Presidents
File No.(if I-Amited
Partnership)
General Partners/Officers
.................
Secretary I.Amited Partners(if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers or Managers(with titles, if any)
.............
Except for limited partners,the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised.Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes,partnership agreement,power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPE(,',IFICATION DO(XMENTS City Project No.02238
Revised December 20,20t2
0045 13-7
BIDDER PREQUALIFICATION APPLICAHON
Page 7 of 8
14. Equipment
TOTAL
............... ........ .......... ................................................._...,m...___.... ......—.—....... ........... ... ...........
BALANCE SHED7
i
ITEM QUANTITY' ITEM DESCRIPTION VALUE
I ..........------ ...................
- ........................ ....... ..................-.1............ .......
............-T---",-—---------..........- .............. .......................
. ............................. ........... ..........-................--....................................-.................... ..............
3
...
4
.....................-1-............... ..._........___V__................. ............-..................-......... .................. .......................
5
—--—-----------
6
.................. ............ ........................................ .............................---l.-...............I.................. ...........................................
...........................-...............................—.................--....................................
8
--—-----------.............................................. ............
............. ........... --—--------- ................................ .........
10
--—---------- ------- ........ .........
.......... _...._.............................._n..._......
....................... ....................................................... ..........
14
.................. ..............
15
.............. ......... ............ ......................
..........................
............
............................... ——----------- -
- ----------- ........................
20
.......... --------------------------------- .................... ——--------------------
—--- ---------------------
22
--ij..............--.—....................................... .............. ......................—.-.......
.............................. .......... ......................................................-- ..............--.-........................
25
--------............ ............----................ .......
26
---i ............... ................. .. ..................
28....._.............
8................. —---------........... ...........................
29 — - --------
.. ...................................... .............---------
Various-
.................... ........... ............................................. ................................
TOTAL
............–...T.......... .........
Similar types of equipment may be lumped together. If your fi rm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various".The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete,deluided list of all your equipment.
The equipment list is a representation of equipment under the control oft e firm and which is related to
the type of work for which the fi rm is seeking qualification. In the description include,the manufacturer,
model, and general common description of each.
CITY OF FORT WORTH North Beach Street Impmvements
STANDARD CONSTRUCT10N SPE0 HCATION DOCUMENTS City Project No.02238
Revised December 20,2012
0045 13-8
BIDDER PR EQ1 W,J FICAJ70N APPLICA,rION
Page 8 of 8
BIDDER PREQUALI]FICATION AIFFIDAVIT
STATE OF
COUNTY'OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein fi rst named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any inliormation, while this statement
is in (bive,necessary to vetify said statement,.
being duly sworn, deposes and says that
he/she is the ..............................................................................................................-—---------- of-"-"--`""'.......... .......—,,, the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder,
Prequalification Application are correct and true as of the date of this affidavit.
Finn Name:
Signature-
...............
Sworn to betore me this
dayof ........................................................................
........................... ...................................................................................................
Notary Public
Notary Public must not be an officer,director,or stockholder or relative thereof.
CITY OF FORT WORTH Nonh Beach Street Improvements
STANDARD CONSTR(KA10N SPEUM'ATION DOCUMENTS City Project Igo.02238
Revised Decanter 20.,2012
F0
004526-1
CONTRACTOR COMPLIANCE CF:WITH WORKER'S COMPENSATION LAW
FRI Page 1 of i.
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER!S COMPENSATION LA
3
VOR 4 Pursuant to Texas Labor Coe Section 4 6. (a),as amended,Contractor certifies that it
5 provides worker's compensation insurance coverage for all of its employees employed on City
Project o® 02238. Contractor further certifies that,pursuant to Texas Labor Code, Section
7 ),as amended, it will provide to City its cto 's certificates of compliance wi
worker's compensation coverage.
10 CONTRACTOR:
11
2 JLB Contracting,LLC By: James G Humphrey
pp 13 Co (Please t)
1
5 PO Box 24131 Signature:_
16 Address
17
18 Fort Worth,Texas 7 124 item Sr Vice President_
19 City/State/Zip (Please t)
o„r 2
21
22 THE STATE TEXAS
i 23
24 COUNTY OF TARRANT §
25
f
26 BEFORE ME, the under sig,red authority,on this day personally appeared
27 � K ,, known to to be the person whose name is
subscribed to the ford rein 7 rn tru ne it, ° acknowledged o a that he/she execute e same s
0A 29 e act d deed of'� � forte purposes
30 consideration there and in the c aity therein stated.
31
32 GI DER MY HAND AND SEAL OF OFFICE this . � . a of
33 2 .°
34
35
,w
36
0
37 ry ublic in the State of Texas
P
3
39 END OF SECTION
40 ���”' LINDA OIIPHANT
a Notary Public,State®f Texas
y Commission Expire,
March 10, 201"y
been®a®
P�yy
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No.02238
���Yp Revised July 1,2011
004540-1
Minority'Business Enterprise Spceifilcali on
Pte',t of 2
1 SECTION QO 45,40
2 Minority Business Enterprise'Specifications
3
4 APPLICATION DE ' L CX
5 I the total dollar value of the contract is greater than $50,000 then a MBE subcontracting goal is
applicable.
7
PCI- I §1,41E,MV1KNT
9 It is the policy of the City of Fort Worth to ensure the full and equitable participation b Minority
1" Business Enterprises (MB"l ) in the procurement f all goods and s,, ices. All requirement: and
I 1 regulations stated in the City's current Business Diversity Enterprise 0irdinance apply to this bid.
12
13 i' ,r T , 1
14 The City&s t `E goal on this project is 16% of the total bid value of the contract (Base bid applies to
15 Parks and Cmmunily Services).
16
17' Note:,tt berth t1 lE'and S E subcontracting goats'are sta llsba, dr 18, prop",then an Ofkror
18 rnir t ubmitboth a l E Litil'iza on:'Form and a S lid IJtili atioo orris to lie deemed repo ire.
I
2 li' P .
T Ls
2t tx i can t '$ ltt?ld or more, ilree a B suiorrtrattinl l is applied, rocs are rego to
2-2 corrrply with the intent of the,pity"s business Diversity 1�nterpcise r�irrt rr e one o the Tolle wrn
23 I. lent otoxceed the above,stated ft goal through MOK 44�r purwlieip�rtiort,or
24 24' �cet or exoe d tithe 'l aboyve,stnt� U goat through KBE i ;otrtt'leer>ltrrfre akt t��patitri��nr
2 tact it id Effort,,docun ent or}
26, Ptitfte ?'aiv,er doiw nentutio ,,
2�
IS Sgg OJK 1Cl' +1 . NT; ll' l�
2 e iopff eail le„doeutuctits �trs be" received by ,the Purchasing Division, within the tall° r ti°
341 allocated,;in r er for the entire bid to be considered re5 -slur° toth s oications°"
,,.� 1//1l fJ . ✓ ,��fn(Ur%!l/I/Uqi✓/rrol�T'p//f'Y�rllly//%/���%'0� �/i0%%/l%�l( +f�l ll/I' ' l'"' + 0" fJ
i
33
34
l $rtheontract r Utilipatisorr Form, if received:no ter than 2;00 peal,, on the;second City, bti in sa
oal is et or exceeded: day afterthe bid opening te' exclusive of the bid opening
date, �
24 Good l ith l fort and received no later than 2:00 p.m., on the second City l',usi es
S0kootracto r IflitizationForm, if day after the bid opening date, exclusive of the bid opening,,'
ii i 'tion, is less tan stated oil; date,
0 Good Fa t Mo-rt and received no Ylater than 2.00 p.m., on the second City business
Sulacootractor li dItzration Farms, if no day after the bid opening date, exclusive of the bid'openin , `
MB artiei ation date,
4. Prime'C"ootractorWaiver Form, received no later than 20 00 p.m., on the second City business
if you will perform all day after the bid opening,'date, exclusive of the bid opening,
coritractin so tier wor ; date.
35
CITY OF SORT WORTH Nonh ewh Sinet Itnprovtotat,
STANDARb CO S"1`lTt.JC1°ION SPEC[ Dt,XUM,EP+T a city prgjoct"Nod 022,38
e,vised dune 9,20`14
rr
r
lity
RZ rr ,
rrr/ 0 � i
%,.
rr ,
�
�� /, r
,i,,, r
iqtfr
r
a rr
/ r
``r � ''i�i ����'
JV VC��'� ' �'�" i�
"� arr ✓ ,,, ,„o rrr/i%//r / 'ter" �iiiii
, '
A
rill
" ,,,: ., „✓ „": ,,,:,, ,ri,,,,< ' ,.,,..�,,,;..... ,/a... %ir/i.://i ' r� i,/!//lire, r /rrro;" �,/��i/
r„oi r r �, r / � ✓ oi.., rri: '///,,...r ”" iii,";;
,,,rr/ /, r; ,,,, „i „, ...✓% /, r.r�Oia / r/�/�."iii pl i„ /i�ii�/// % ��ri%%i,., r�,.
,� rid/r,,,
,��„/r r„ alai/a % r
�� ,,,,,,,, airy% � ii,�,,, �i �i iiic,�j r �iG�/i%�� //�� ���j ///
���
rr r
r
i, rrr r
., l/
<,,
O ..ail o/ ✓ii , „aoaiiri� p �/ �� ✓ �/ % �,rrr �� ��/� �..%�����
r,
/ ,,, ,,,, „r .✓ of ,,,,,,,,, o, ��o r ,,,���” //i ,
rr i"",/////
/ rrrr
,,,
r rr /ic r
r�
rill r,,,,,,,,
%/ / r ✓ /i aa� r rri/
%,�- �„
moo/ r � Dili aloe
%,, r O o, ✓ o r„
o, oil...,, .
ra„
////,,, ,rri,
OO� ,,, ri ���
��
a „. ,,,, „,✓/i�roil//%/ //,//io�pia/<%// �i �������:,///r � o
,,
,,, o
„,,,, / / r„ /..
r /i%O /
,.
rrr///
,,,... ,�r �,..�����
✓ r, ra rra. � %/ �� rroa
..✓/ r �u� ,,.r �,,,,,,; i„r G. of ! � � // or... //// ,,,,/ r
v r
//
% ,�
/,"
r
rrr rrr a
/a
ai%i "
iiri '%�%%i r
ro,
,",,,,rrr r/ !
r
pr r% P/1
ri%i
rr
r
5,1- r
CITY'OF'F C WT Of(T"1I
T C 4,x)1 'T a1C:�C N,,,Sp �,S�l(;'A Cri o' R)(:),cT
CITY SEC 192 00 52 43I
zgreement
CONTRACT NO.
Page I of'4
I SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on is made by and boween the City of Forth
4 Worth, "l e as home rule niunicipalityl- . n 3 P
C through its duly authorized City Manager,
5 ("City"), and JLB ContraLtin.
,, authorized to do business in 'Texas, acting by and through
6 its duly authorized representative, ("Contnactor"),
7 City and Contractor, in consideration of the mutual covenants hereinafter set fcirthi, agree as
8 ftfllows:
9 Article 1.WORK
10 ("ontractor shall COMplete all Work as specified or indicated in the Contract Documents for the
11 Pro.ject identified herein.
12 Article 2.PROJECT
t3 The prqject for which the Work under the Coritnact, Documents may be the whole or-,only a part is
14 gerierally described as follows:
5 North Beach Mreet.1n1provement, Loy
p 820 to Fossil Creek Bou&vq1:(j1,
16 City Protect Number 02238
17 Article 3® CONTRAcr TIME
18 3.1. Time is of the essence.
9 All time limits for Milestones, if any, and Final Acceptance as stated in the Coritract
20 Documents are of the essence to this Contract.
211 3,2 Final Acceptance,,
22 The Work will be coniplete for Final Acceptance within m54 0. days after the date when the
23 Contract'rime commences to run as provided in flaragralph 2.03 of the General Conditions.
124 3.3 Liquidated dwinages
25 Contractor recognizes that time is of the essence of this A. reerznernt and that City will
26 suffer financial loss if the Work. is not coinpleted within the times specified in Paragraph
27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the
28 General Conditions. The Contractor also recognizes the dclays,, expense and difficulties
29 involved in proving in a legal proceeding,the actual loss suffered by the City if the Work
30 is not completed on time, Accordingly, instead of requiting any such proof, Contractor
31 agrees that as liquidated darmIrges For delay (but not as a penalty), Contractor shall pay
32 City % U�M(� J I ftj�_.D&Y� ($0a99) for each day that expires after the time
33 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
34 Acceptance.
.......................................................................................
01114CIAL RECOlt!)
CITY SECRETARY
F T W ORTI III TX
C17 FY OF FORT WORTH North BeachVtreel Inaprovements
STANDARD('ONSTRI X7 10N SPECIFICATION DOCI,MEN'll's Cig.'y Projea Number 02238
005243...2
Agreement
Page 2 of 4
35 Article 4. CONTRACT PRICE
36 City agrees to pay Contractor for performance of the Work in accordance with the Contract
37 Documents an amount in current funds of firya_Mp&,Q rte.A.'jZ nd ... .........
LgL '6 Tho ai
38 Hundr (LE,
e
q_and 931100 Dollars
39 Article 5. CONTRACT DOCUMENTS
40 5.1 CONTENI I S�
41 A. The Contract Documents which comprise the entire agreement between City and
42 Contractor concerning the Work consist of the following:
43 1. °his Agreement.
44 2. Atta,clinlents to this Agreement:
45 a.. Bid Form
46 1) Propl )sal Form
47 2) Vendor Compliance,to State.11L.aw Non-Resident Bidder
48 3) Prequalification Statement
49 4) State and Federal documents(project ypec�k)
50 b. Current Prevailing Wage Rate Table
51 c. Insurance ACORD Forni(s)
52 & Payment,Bond
53 e. Performance Bond
54 f Maintenance Bond
55 g. Power of Attorney for the Bonds
56 h. Worker's Compensation Affidavit
57 L MBE and/or S Conirnitnient Form
58 3, General Conditions,
59 44 Supplementary Conditions.
60 5. Spec i fications specifically made a pail. of the Contnact Documents by attachment
61 or, if not attached, as incorporated by reference and described in the Table of
62 Contents of the Prqject's Contract Documents.
63 6. Drawings.
64 T Addenda.
65 8. DOCLImentation.submitted by Contractor prior to'Notice of Award.
66 9. The following which may be delivered or issued after the Effective Date of the
67 Agreement and, if iswed, become an incorporated part of the Contract 1)ocutnents:
68 a. Notice to Proceed.
69 b. Field Orders,
70 c. Change Orders.
71 d. Letter of Final Acceptance,
72
'73
UTY OF FORT WOR'rii North Beach&reel Improvements
STANDARD CONSIRUcnON STIECIFICATION DOCUMENTS City 11roject Number 027.38
Revised,AnuN112,2012
00 52 43 -3
Ngrctnient
Pape 3 of 4
74 Article 6. INDEMNIFICATION
75 6.1 (-..'ontractor covenants and agrees to indemnify, of harmless and defend, at its own
76 expense, the city, its officers, servants and employees, from and against any and all
77 claims arising out of, or alleged to arise out of, the or and services to be pet-formed
78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
79 under this contract. This indemnification provision is specifically intended to operate
80 and be effective even if it is alleged or...proven that all or some of damages being
81 sought were caused,in whole or in part, by any act, omission or ne at orence of the
82 This indemnity provision is intended to include, without limitation, indemnity for
83 costs,expenses and legal fees incurred by the city in defending against such claims and
84 causes of actions.
85
86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
87 the city,its officers,servants and employees,from and against any and all loss,damage
88 or destruction of property oft a city,arising out of,or alleged to arise out of,the or
89 and services to be performed by the contractor, its officers, agents, employees,
90 subcontractors, licensees or invitees under this contract. This indemnification
91 e effective even if it is alleged o
92 proven that all or some of the damages being sought were caused, in whole or in part,
93 by any act,omission or negligence of the city.
94
95 Article 7. miscru,LANEOUS
96 7.1. Terms.
97 Terms used in this Agreeinent which are defined in Article 1. of the General Conditions will
98 have the meanings indicated in the Gieneral Conditions,
99 7.2 Assigninent of Contract.
100 'this Agreement, including all of the Contract Documents may not be assigned by the
101 Contractor without the advanced express written consent of the City.
102 73 Successors and Assigns.
103 City and Contractor each binds itself, its partners, successors, assigns and legal
104 representatives to the other party hereto, in respect to all covenants, agreements and
105 obligations contained in the(.,ontract Docurnents.
106 7.4 Severability.
107 Any provision or part of the Contract Documents held to be unconstitutional, void or
108 unerif6rceable by a court of' competent jurisdiction shall be deemed stricken, and all
109 remaining provisions shall continue to be valid and binding upon CITY and
110
111 7.5 Goverrflng Law and Venue.
112 This AD-eement, including all of the Contract Documents is perforinable in the State of
113 "I"exas. Venue shall be 'ra 1 rrant Texas, or the United States District Court for the
1114 Northern District of Texas, Fort Worth Division.
CITY OF FORTWORPH North BearhStreet hiprovementf
STAM)ARD CONSTRI�CTION SPECIFICATION DOCI WENTS CIO,Project Number 02238
Rev�sed&,ZwLL7.20_12
005243-4
Agreennent
Page 4 of'4
115 T6 Other Provisions.
116 The Contractor agrees to pay at least minfinum wage per hour for all labor as the same is
I
117 classified, promulgated and set out by the City, a copy of which is attached hereto and
118 made a part hereof the same as if it were copied vej�bafim herein.
119 T7 Authority to Sian.
120 Contractor, shall attach evidence of authority to sign Agreement, if other than duly
121 authorized signatory of the Contractor.
122
123 IN WITNESS WHUIREOF, City and Contractor have executed this A,greenilelit in multiple
124 coutiterpa,fts,,
125
126 This Agreernet'it is of as of the last date signed by the Parties ("Effectivel3ate").
127
Contractor: JLB CONTRACTI C of
NG LLC ity Fort Worth
,
.................................................................................................................................................................................................................................................................................... 1�v
By �4
.............. ... ......... .............
J--- I
qk– 3P ChtT a vo
.....By........ Assistant("'hy
(Signature)
Date m - 0
......................................
Attest:
(Printed Namn�e�j�'F/........................................... (lity S e etary
Can
(SeaD
Tifle��M i�
..............-- - V!11"'�� -............ ................................ ....................... .
Address:
M&C C
Date: !S1--1-S"—
City/State/Z Approy as to Fonn and Legality
......................................................................................
......... ............ ............. ....... .
................................................................
(I L
"I
Date I.. ouglas W. Black
Assistant,City Attorney
128
129
130 AP 'SAL RJECOMMENDED:
131
132
133
134 av lr ersig, AE,
135 DIREC-11 i.,
136 Trevis1mrialion& Public Worb,Department
137
OFFICIAL RECORD
CITY 31CRUITAIt'j,
"I TX1
(TrY OF FORI'WORTI I Norl 31 ..Ac9f
s'rANDARD CONS TIU jc,r]ON S113CIFICATION 1.30CUMENTS City ProjectNumber02238
R.cviscdAu.UqsUj2Qt2
0OWB'|
PERFORMANCE BOND
Pagelof2
Bond No.
l SECTION 00 61 13
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS G
5 G KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TABRANT G
7 That we, , known um ^^priuoipu)"herein and
8 , acorporuto surety(sureties, if more
9 than one) duly authorized to do business in the State o[Texas, kuovvu as ^^Surety"herein(whether
10 one ornuorc), are held and fion|y bound unto the City o[Fort VVodb, arnuuicipal corporation
I created pursuant to the laws nf Texas, known uo"City" herein, io the penal sum of, Ff\qE
12 MILLION, EIGHT HUNDRED FORTY-SIX THOUSAND, EIGHT HUNDRED FORTY-FfVE
13 lawful money nf the United States, 0o
14 be paid in Pod VVndb, 7'uouot County, Texas for the payment of which onmu well and truly to be
15 made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly aud
16 severally, firmly by these presents.
17 WHERE/&S, the Principal has entered into acertain written contract with the City
18 awarded the____day of , vvbiob Contract is hereby referred to and
19 made u part hereof for all purposes as i[fully set forth herein, to furnish all materials, equipment
20 labor and other accessories defined by law, io the prosecution of the Work, including any Change
21 Orders, as provided for in said Contract designated ao NORTH BEACH STREET
22 IMPROVEMENTS (NE LOOP 820 TO FOSSIL CREEK BOULEVARD), CITY PROJECT
23 NUMBER 02238
24 NOW,THEREFORE,the condition of this obligation im such that if the said Principal
25 obuU faithfully perform it nb|igadnoo under the Contract and shall in all respects duly and
26 5ubb[uUy perform the Work, including[buoge Orders, under the Contract, according to the plans,
27 specifications, and contract documents therein referred to, and as well during any period of
28 extension of the Contract that may 6e granted ou the part of the City,then this obligation shall 6o
29 and become null and void, otherwise to remain iu full force and effect.
30 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in
31 Tarrant County, Texas nrthe United States District Court for the Northern District ofTexas, Fort
32 Worth Division.
CITY 0v FORT WORTH NORTH BEACH STREET IMPROVEMENTS
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.ozz»x
Revised July 1,2011
o0uD'2
PERFORMANCE BOND
Page%o[z
BoudNn.
I This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions nfsaid statue.
4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED
5 this instrument by duly authorized agents and officers on this the day nfI DEC � � �M��
�_- � ~ ��.�
6 , 2015__
7 PRINCIPAL:
X
9
)O
I BY:
12 ~ Signature
13 ATTEST:
14
\5
16 (J*rifuc pal) S Name and Title �
17
18 &ddcnon: P.O. Box 24131
19 Fort Worth,Texas 76124
20
21
22 �9do ��
23 SURETY:
24 WESTFIELD INSURANCE COMPANY
25 K/
26
27 BY:
28 atnre�~�
29 �
30 Kyle W. Sweeney,Attomey-in-Fact
31 Name and Title
32
33 &ddzono: 555 Republic Drive, Suite 450
34 Plano,Texas 75074
35
36
37 VVi1uooubbto Surety Elizabeth{}ruy0 Telephone Number:
38
39
40
41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
42 from the hy-)uvvu mbovviug that this person has authority to sign such obligation. If
43 Surety's physical address iu different from its mailing address, both must be provided.
44 The date ofthe hood abu11 not hu prior to the date the Contract is awarded.
CITY op FORT WORTH NORTH BEACH STREET IMPROVEMENTS
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.ozzax
Revised July 1,2011
0061 l4-1
PAYMENT BOND
Page 1 of 2
Bond No. 7992072
1 SECTION 00 61 14
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, JLB CONTRACTING, LLC known as "Principal" herein,
8 and WESTFIELD INSURANCE COMPANY a corporate surety (sureties),
9 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or
10 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
11 pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of FIVE
12 MILLION EIGHT HUNDRED FORTY-SIX THOUSAND EIGHT HUNDRED FORTY-FIVE
13 DOLLARS & NINETY-THREE CENTS ($5,846,845.93), lawful money of the United States, to
14 be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be
15 made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and
16 severally, firmly by these presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded
18 the day of nrr, m r oin4c 2015 , which Contract is hereby referred to and made a
19 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor
20 and other accessories as defined by law, in the prosecution of the Work as provided for in said
21 Contract and designated as NORTH BEACH STREET IMPROVEMENTS (NE LOOP 820 TO
22 FOSSIL CREEK BOULEVARD), CITY PROJECT NUMBER 02238.
23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
27 force and effect.
28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
30 accordance with the provisions of said statute.
31
CITY OF FORT WORTH NORTH BEACH STREET IMPROVEMENTS
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02238
Revised July 1,2011
0061 14-2
PAYMENT BOND
Page 2 of 2
Band No. 7992072
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the day of n �2015
3 , 2015
4
PRINCIPAL:
JLB CONTRACTING, LLC
SrI afore -
ATTEST: BY: . .
(I ri pal) Secr tar Nan-le and Title
° Address: P.O. Box 24131
Fart Worth, Texas 76124
Wit es as to Principal
SURETY:
WESTFIELD INSURANCE COMPANY
ATTEST: BY:
Signature
Kyle W. Sweeney, Attorney-in-Fact
(Surety) Secretary Name and Title
Address: 555 Republic Drive, Suite 450
Plana, Texas 75074
--.
Witness A to Surety ElizabeYh Gray
Telephone Number: 972-516-2600
5
6 Nate: If signed by an officer of the Surety, there must be on file a certified extract from the
7 bylaws showing that this person has authority to sign such obligation. If Surety's physical
8 address is different from its mailing address, both must be provided.
9
10 The date of the bond shall not be prior to the date the Contract is awarded.
11 END OF SECTION
12
CITY OF FORT WORTH NORTI I BEACH STREET IMPROVEMENTS
VEMENTS
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02238
Revised July 1,2011
ooun'1
MAINTENANCE BOND
Page| of 3
Bond No. 7492{y72
| SECTION 006ll9
2 M/\[NTENANCEBOND
2
4 THE STATE OF TEXAS 8
5 8 KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARQAMT 8
7
8 That we known um ''pduoipal" herein
A and WESTFIELD lNSURANCE COMPANY a corporate surety(mu,etics, if
10 more than one) duly authorized tndnbusiness in the State n[Texas, known um ^'8ureiy" herein
|l (whether one nrnuore), are held and firmly bound unto the City of Fort Worth, umunicipal
12 corporation created pursuant tn the laws n[the State n[Texas, known oa ^'Ciiy"herein, io the sum
13 of FfVEMILLION, EIGHT HUNDRED FORTY-SIX THOUSAND, EIGHT HUNDRED
14 lawful money n[the
15 United States, to he paid in Fort Worth, Tarrant County, Texas, for payment of which auou well
16 and truly be made unto the City and its successors, we bind ourselves, our heirs, executors,
17 administrators, successors and assigns,jointly and severally, firmly by these presents.
18
19 WHEREAS,the Principal has entered into aoertaiu written contract with the City awarded
20 the day nf which Contract bhereby referred to and amade
21 part hereof for all purposes as i[fully set forth herein,to furnish all materials, equipment labor
22 and other accessories am defined bylaw, iu the prosecution n[the Work" including any Work
23 resulting from u duly authorized Change Order(collectively herein, the "Work") as provided for
24 io said contract and designated aa NORT-111'"EACH STREET IMPROVEMENTS (NE LOOP
25 8; and
26
27 WHEREAS, Principal binds itself to use such ouoiedn]m and to so construct the Work in
28 accordance with the plans, specifications and Contract Documents that the Work im and will
29 remain free from defects in materials or workmanship for and during the period of two (2)years
20 after the date of Final Acceptance ofthe Work by the City(^^Maiute0000e Period"); and
31
22 WHEREAS, pduoipo) binds itself to repair or reconstruct the Work in vvbu)e or in part
22 upon receiving notice from the City of the need thereof at any time within the Maintenance
34 Period.
CITY 0p FORT WORTH NORTH BEACH STREET IMPROVEMENTS
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.mo38
Revised July 1,2011
0061 19-2
MAINTENANCE BOND
Page 2 of 3
Bond No. 7992072
1
2 NOW THEREFORE, the condition of this obligation is such that if Principal shall
3 remedy any defective Work, for which timely notice was provided by City, to a completion
4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
5 full force and effect.
6
7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely
8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to
9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
10 the Surety under this Maintenance bond; and
11
12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
14 Worth Division; and
15
16 PROVIDED FURTHER,that this obligation shall be continuous in nature and
17 successive recoveries may be had hereon for successive breaches.
18
19
20
CITY OF FORT WORTH NORTH BEACH STREET IMPROVEMENTS
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02238
Revised July 1,2011
0061 19-3
MAINTENANCE BOND
Page 3 of 3
Bond No.ZY220[72
x xw WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this
z instrument hy duly authorized agents and officers vn this the____day vf
s .20l5_
5 pmmc/x^L:
r
x
» ax:
m ��'
3gnamo
/| ATTEST:
o
o
14 ( oo��Vuoo4tayA�
wum c and Title
n
m Address:P.O.Box 24131
n Fort Worth.Texas 76124
m
n
20 Witniss s to Principal �
n u xuuETy
o WESTFIELD INSURANCE COMPANY
23 =
24
zs a,:
26
z7 - �
zo Kyle W.Sweeney,Attorney-in-Fact
29 Arzeor Name and Title
m
3/ aomco:555 Republic Drive,Suite 450
zz (Surety)Secretary Piano,Texas 75074
o
34
35 Witness�momm��auzmvmsnwu ru/ovxmmwomov':
so
37 ~mvm: If signed by an officer of the Surety Company,there must be on file a certified extract
m from the by-laws showing that this pu,vno has authority to oiAp such obligation. K
39 Surety's physical address is different from its mailing address,both must be provided.
*o The date of the bond shall not hv prior to the date the Contract bawarded.
w
CITY u,mxzWORTH xonn/BEACH STREET oww*vcmamry
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.mz3n
Revised July/.m//
IMPORTANT NOTICE AV|SO |MPORTANTE
To obtain information or make a complaint: Para obtaner/nfbnnaoion o pana somete,una
queja:
You may call Westfield Insurance Company's
and/or Ohio Fannom|nnumnoo Company's Ustod puede||ama/o| numom de telef nn gratis do
toll-free telephone number for information or to Westfield Insurance Company's/Ohio Fanna/
make o complaint at: Insurance Company's paminfonnedonopam
snmetnrunaquejaal:
1-800-368-3587
1'$0$-368'3597
You may also write toWestfield Insurance
IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a compWft Para obtener informacion o para someter una
queja-
You may call Westfield Insurance Company's
and/or Ohio Farmers Insurance Company's Usted puede llamas al numero de telefono gratis de
toil-free telephone number for information or to Westfield Insurance Company's / Ohio Farmers
make a complaint at: Insurance Company's para informacion o para
someter una queja al:
1-800-368-3597
1-800-368-3597
You may also write to Westfield Insurance
Company and/or Ohio Farmers Insurance Usted tambien puede escribir a Westfield Insurance
Company at: Company /Ohio Farmers Insurance Company-,
555 Republic Drive, Suite 450 555 Republic Drive, Suite 450
Piano, Texas 75074-8848 Piano, Texas 75074-8848
You may contact the Texas Department of Puede comunicarse con el Departamento de
Insurance to obtain information on Segluros de Texas para obtener informacion acerca
companies, coverages, rights or complaints de companias, coberturas, derechos o quejas al-
at:
1-800-252-3439
1-800-252-3439
Puede escribir al Departamento de Seguros de
You may write the Texas Department of Texas:
Insurance,
Box 149104
Box 149104 Austin, TX 78714-9104
Austin, TX 78714-9104 Fax: (512) 475-1771
Fax: (512) 475-1771 Web: http://wwwtdistate.tx.us
Web: t!tp://www.tdi.state.txus E-mail° ConsumerProte2Lion tdLL_statetx.us
E-mail- ConsumerE[glegfion tdistate.tx.us
DISPUTAS SOBRE PRIMAS 0 RECLAMOS:
PREMIUM OR CLAIM DISPUTES: Si tie ne una disputa concerniente a su prima o a un
Should you have a dispute concerning your reclarno, debe comunicarse con el agente o
premium or about a claim you should Westfield Insurance Company/Ohio Farmers
contact the agent or Westfield Insurance Insurance Company primero,, Si no se resuelve la
Company and/or Ohio Farmers Insurance disputa, puede entonces comunicarse con el
Cornapny first. If the dispute is not resolved, departamento (TDI),
you may contact the Texas Department of
Insurance,, UNA ESTE AVISO A SCI POLIZA: Este aviso es
solo para proposito de informacion y no se
ATTACH THIS NOTICE TO YOUR convierte en parte o condicion del documento
POLICY- This notice is for information only adjunto,
and does not become a part or condition of
the attached document.
THIS POWER OF ATTORNEY SUPERCEIDES ANY PRLVIOUS POWER BEARING THIS SAME
POWER#AND ISSUED PRIOR TO 04120111, FOR ANY PERSON OR PERSONS NAMED BELOW.
General POWER NO. 4220052 06
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
CERTIFIED COPY Ohio Farmers Insurance Co.
Westfield Center, Ohio
........................
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company" and CmIlectively as '( omparies,' duty
organized and existing and the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County,Ohio, do by these
presents make,constitute and appoint
CHARLES D. SWEENEY, MICHAEL A.SWEENEY, KYLE W.SWEENEY,ELIZABETH GRAY,JOINTLY OR SEVERALLY
of FORT WORTH and State of TX its true and lawful Attorney(s)-i n-Fact,with full power and authority hereby conferred in its narne,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship. - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - --- - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE,OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate
s of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do In
the premises. Said appointment is made under and by authority of the following resolution adopted by the Eloard of Directors of each of the
WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHt0 FARMERS INSURANCE COMPANY:
'Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)4n-Fact to represent and act for
and on behalf of the Company subject to the following provisions'.
The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and
deliver,any and all bonds, recognIzanr4.s, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceAmg or terminating the Company's liability thereunder, and any such Instruments so executed by any such
Attorney-in-Fact shall be as binding upon the Company as It signed by the President ands I and attested by the Corporate Secretary.'
`Be It Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affi xed to any
power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting
held on February 8,2.OW).
In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of
APRIL A.D.,2011
..... WESTFIELD INSURANCE COMPANY
j%0NA1
Corporat• . ....... ®!$!
Is
ed
WESTFIELD NATIONAL INSURANCE COMPANY
Affix
Z_
1. 40U 40
% 0. P1_ OHIO FARMERS INSURANCE COMPANY
-fuz 1 I.-Y I-
7-
,
461Z I
so.,
11848
0 Z, I, ..
State of Ohio By. ;chard L.. Kinnaird, Jr., National Surety Leader and
County of Medina s Senior Executive
On this 20th day of APRIL A.D., 2011 , before me personatly came Richard L. Kinnaird, Jr. to me known,who, being by me duty
sworn,did depose and say,that he r' ides`In Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which executed the above
Instrument;that he knows the seals of said Companies;that the seals affi xed to said instrument are such corporate seals,that they were so affixed
by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order.
Notarial
Seat
Affixed
V
William J Kahelin,A rney at Law, Notary Public
State of Ohio
My Comraiisslon Does Not Expire(Sec. 147.03 Ohio Revised Code)
County of Medina ss.: q 0
1,Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby.certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said
Companies,which is still in full for and effect',and furthermore,the resolutions of the Boards of[Nrectors. set out In the Power of Attorney are
In full force and eff ect.
In Witness Whereof, I have hereunto set my hand and affi xed the seals of said Companies at Westfield Center. Ohio, this day of
A.D.,
V ONAC
J'A....... CEC 5 2015
5
SEAL z secirwoy
0
Frank A. Carrino, Secretary
BPOAC2 (combined) (06-02)
A'" RO CERTIFICATE LIABILITY INSURANCE DATE(MI DNY (
12/83/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT; If the certificate holder is an ADDITIONAL INS policy(ies)must Ise endorsed. ff SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement" A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
I--AME -_T y,,,,Pearce t ...:.....y0 th.esweeneyco costa
The Sweeney, Company ONE --
.-.
Y' P y (8317)457--6700 FAX
(es.�71457 7246
QNJ'C No X� . ...... ........_ ... ..._......_ pA/C�lak _
E-MAIL ___
1121 Ea ��� 2a ®� ADDRE��:
_ _-.
Box 0 INSURERI ),AFFORDING COVERAGE NAIC#
Fort Worth TX 7 124°a72a INSURERA:Bxtco National Insurance Corn an 20109
—........ - _-,_ _ _P_ Y._..._
...........
INSURED INSURERS:BS.ta . General Corporation.. -
Contracting, LLC IN�URERC:Great American Ins Co 16691 1. -_ .... . ..... ._...-
P O O9c 4131 INSURER D:
__- _ ..... ._
INSURER E
Or Worth TX 76124 INSURERF:
COVERAGES CERTIFICATE NUMBER.15/16 GENL REVISION NUMBER:
THIS IS TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REOUIREMENT„ TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO ICH 'THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, 'THE INSURANCE AFFORDED BY 'II'HE POLICIES DESCRIBED HEREIN IS SUBJECT TO AI...L THE 'TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
_._.... _ __. ..._.. .._.,.. _._
0dk ADDL.TSUBR.._... POLICY .... POLICY E71F>
LTR TYPE OF INSURANCE POI_I(°Y NDMeF'R MOLICY?YYY POLO Y E Y LIMITS
X COMMERCIAL GENERAL LIABILITY EACIA OCCURRENCE 1,000,000 1. 000,000
D..__ f E TO RENTED A CLAIMS DE P.X,.. OCCUR PREA�I'if"S�'Ee or..ourrer $ n _
X XC."U
CONTRACTUAL CLP D 627406 1 9/00/201.15 9/30/2016 MED EXP(Any varoe pa son( $ ._ a,000..
...... _.
_ ...._
.... _. PERSONAL,6 ADV INJURY $ 1,OOa,000
.. ..... ___..
GENT AGGREGATE rE LIMfF APPLIES PER: GENERAL AGGRI C ATL $ 2,000,000
_. _. — - -
.....
POLICY X..B JECT �LOC PRODUCTS-C;OMP/OP AGG $ 2,000,000
- ......... _.__.. ..... .....__.............
OTHER: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
CIcriderrl�__
Y AUTO BODILY INJURY(Per person) $
_.... .._.....
... ._ ....__
ALL OVMED SCHEDULED CAP
............... AUTOS AUTOS 3 62 7405 9/30/2015 9/30/2016 BODILY INJURY(Pew a my $
N4BN..OUNED PROPERrY DAIUTAGE
--...
HIRED AUTOS AUTOS (Per.. xrde ra.). $
Underinsured motorist $ 1,000,000
X UMBRELLA LIAB X OCCUR EACH OCC URRENCk $ 5,000,000
1.sLAJMS . ,., .,... ....---........... .EXCESS LIAB MADE AGGREGAFk $ 5 000 000
DED X RETENTION$ 10 000 TUU 0016409 06 9/50✓2015 9/30/2016 $
WORKERS COMPENSATION X PER OTH-
AND EMPLOYERS`LIABILITY YIN _...... STATi!6: .. ER
ANYPROPRIE TOR/PAR1'NER/EXECUIrIVE. N/A E.L.EACH ACCIDENT 1 .0 0,,00,0
OFFICE EMPER EXCIL.UDE:D7 __,_ _
B (Mandatory in NH) WC 3 627404 9/30/2015 9/30/2016 E.L.DISEASE-LA EMPLOYE E_$ !-L-0-0-9 a 000
Ii yyes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000
A SIT 27406 9/50/2'015 9/30/2016 $1, $5,000 PD DED£ LT ION
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached It more space Is required)
'NORTH BEACH STREET IMPROVEMENTS ( LOOP 8320 TO FOSSIL CREEK BLVD) CITY PROs O, 02238 . ALL POLICIES
INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT THE GL, AUTO & UMB POLICIES INCLUDE
BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT PROVIDING ADDITIONAL INSURED & WAIVER OF SUBROGATION
STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED & THE
CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GL ADDITIONAL INSURED ENDORSEMENT CONTAINS SPECIAL
PRIMARY & NONCONTRIBUTORY WORDING. THE POLICIES INCLUDE ENDORSEMENT PROVIDING 30 DAYS NOTICE OF
CANCELLATION (10 FOR NON-PAY OF PREMIUM) TO THE CERTIFICATE HOLDER.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
CITY OF FORT WORTH & OTHERS ATIMA THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
BROWN & GAY ENGINEERS INC ACCORDANCE WITH THE POLICY PROVISIONS.
CHJ ENGINEERING INC
THE RIOS GROUP, TXDOT AUTHORIZED REPRESENTATIVE
1000 THROCKHORTON ST
FORT WORTH, TX 76102 Charles Sweeney/TA11fMY
0 19'8 8-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD
IN025(20940')
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS
Revisor.Dm=h,121,2012 2012
STANDARD GENERAL CONDITIONS� � � �� ���� _� `�^ ~~,�'
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article ( —Definitions and Terminology.......................................................................................................... (
1.01 CefiuedTerms----.---.------------.----------.—.----.-.--_—_—
1.02 Terminology..................................................................................................................................
Article 2—Preliminary Mottcrm-----.--.---------.----..---.—.----.------_.--..7
2.01 of°"p^�° --------------------.--.-----.----------..7
21%2 Commencement of Contract Time; Notice&n Proceed................................................................7
2.03 Starting the Work..........................................................................................................................
2/04 0cfhrc Starting Construction........................................................................................................8
2.05 Precoumbnct[ou Conference---.----------------'--.—..----.-------.8
2.06 Public MD:ct'
u'g..............................................................................................................................8
2.07 [udkd Acceptance of Schedules....................................................................................................8
Article 3 —Contract Documents: Intent, Amending, Reuse............................................................................8
3]31 Intent..............................................................................................................................................8
3{2 Reference Standards------------.------------.---------__—.—_.g
3�)3 and Resolving D --.----------'----.------.-----.g
314 Amending and Supplementing Contract Documents------------.—.---..---.—.. |O
3.05 Reuse of Documents................................................................................................................... (O
3.06 Electronic Data............................................................................................................................ 11
Article 4—Availability n[Lands; Subsurface and Physical Conditions; Hazardous Environmental
[nodkk/om; 0cfercooc Pn/uta-----------------------------------.. 11
4.01 Availability o[Lands ..................................................................................................................||
4.02 Subsurface and Physical Conditions —.--------------.--------------.|2
4.03 Differing Subsurface or Physical Conditions............................................................................. (2
4.04 Underground Foci/bk: --------.---.-----------..---.--'-----.--.(3
4.05 Reference Points ---.--------------.---.--.--.--.-----.-------|4
416 Hazardous Environmental Condition o1 Site..............................................................................|4
Article 5 —Bonds and Insurance ........................................................................................................—... ......(0
5/01 Licensed Sureties and Insurers................................................................................................... (0
5/02 Performance, Payment, and Maintenance Bonds....................................................................... (0
5.03 Certificates o[Insurance............................................................................................................. /8
5.04 Contractor's Insurance................................................................................................................ i8
5.05 Acceptance of Bonds and Insurance; Option Un Replace...........................................................(g
Article 0—Contractor's Responsibilities........................................................................................................ (g
0]31 Supervision and Superintendence-------------------------------lg
oFYopFORT WORTH
STANDARD CONSTRUCTION spEcIFcArxOmDOCUMENTS
Revision:Decernber2l,2012
��
6�2 [aho� �/orking0kou��~.~�.~..........~~._~_...~....^~~_.-...~..~~~~..�.~_~_^~~^~.~~..~~.~�.~~~-_,,�,�
6.03
Mr
Services, aterials,and _,__^,^^~~,,,^,,~~,~,~~,~,,~_,,,~,~__,^,,.,~,~..~,,,~,~_,,,,___-_..20
�l
6.04 P�����������,,,,,_,,~,,,,,~,~,,.,,,,,,_,~.~,,,,^,�,^~,~,,,,,,,,_,,�,,__,,_~_~,,.,,,,,,,~,,,,~~�,-~~,,^,~.,,.~~,
~ �{
6l%5 Substitutes and ~.._....~.~.._....~~...~~^~_~..._...._.^^.~,._,, ,,_,,,~,~~,_,_~,~,_,_,__~~,,
6.06 Concerning Subcontractors,Suppliers,and Others�~~~ _~~~~_~ ~~---^~~~...~~^~~-~~~24
6j07Wage ..~.~...~~~~�~ .,.^._._-_~.,~~~�~~.~~.~~~ ��
6J08 Patent Fees and Royalties.~~~,~.~~~~_~ ................. ---~~~.~~~~~.~...2e
�7
6.09 Permits and Ut ��eS.....,.._.._-.,_.^.^^,,_.,,~,,_,�,,,,,_,_,,~,^^,,,____,____~,,,,~~,.~,_,�,,,,,,~,~~,~~,,,
��
6.10 Laws and ^^^^^^^`~^~-^~-~^~'_~--.-~-~-~--^^^~^~~~~~~^^^^'^-�~~��~~ ...~
��
6.11 Taxes..~~~.....^..~~~�..~,......~~.~.._._-~^^`--~_..^`�^`-^^~�~`^^`^~^^-`~~-'^--'~`�--~-~�--~~^---^^`-`-
��
K.12 Use of S�e and K�her/��*�.....-_..._.._.~-~-_..~....^~~�.~_..^.........~~~,~.~...._..',~_....~~,,~,___
6.13 Record Docuooents.~- ........._..~..~.~.^.~..._.~.,..~.~~~~.~~,_~~,^~_.......... ^^^,~~.~~,^~,~,,~~,~29
6.14 Safety and Protection...~.~~~~~~~~~,~~~.........~,_~.........___........... _~.,.,_~~,29
6.15 Safety ~,,~,~~,~,,.~~,,~~.,~,,__~~. 30
6-16 Hazard Communication Programs............. _.._................. _..-_^^..~. ~ ......... . ,,~~-^~ ,3O
6.17 Emergencies and/or Rectificati0n...... ..........___ ..........._~~-,..-......-~..... ......... 30
6.18 Submittals.............. ...... ���������~^.................. ................ 31
6.19 Continuing the Wo&........ ~~ ....... ....~ .-~32
6]0 Contractor's General Warranty and Guarantee............_............................-.._.~........^^.~~............32
6.21 Indemnification__~~'~'--. ..- '~~-~~^..~-^--~^~-..~`~~-~~- ~~^~~~~~-~'--~ ----~~--~33
6.22 Delegation of Professional Design Services......................... .....~_.-,.~.....-....-^..._....... ...........34
6.23 Right to Audit.~~~........ ..~^^~~^`~--- 34
6.24 �.... ......... .................... .................. 35
Article 7-Other Work at the Site..................~.~.~ .................... ....^^.. ^`-...~~-.35
7.01 Related Work at Site..,~~,.~...~,.~~_-..~~..~. ........ 35
7.02 Ct-wdina±ion............__-............_....~............... .._.,~.~...36
Article 8_City's ..,._~..............~ __ 36
8,01 Communications to Contractor...-..,.~.~-........_..____.~-....^^^^._...... -._.~...................-.,............36
8.02 Furnish Data~.....~_............. .............~~..^^. _�.~..~~..~.~~.~.....^^~..~.^ ...36
8.03 Puy When Due.... ~_ ........ ~~^__~-_~^.._~.~.�..............~.. ,.�,�-....................-~..~.~..~~~~.'`'`-36
8/04 Lands and @nd'17ests..~.._ .~~~ ~ .~~ 36
8.05 Change OWders..._..'_-......^................... ^..,~ 36
8.06 hispections, 'rests,and Approvals...... ...... ....36
8.07 Limitations 0mCity's Responsibilities~..^....._~...~-. ..........~~.,,,_ ~~..�,~,~_~^.,~,.~_,_,,_,,,,,,,~-��
8.08 Undisclosed Hazardous Environmental Condition..^^~~_...._.................... -_.....~..................^-37
8.09 Compliance with SaNetm ___~ _~_~~37
Article 9-City~s Observation Status During Construction.........._..._~...___~...~......_......--^....-....~..~..........37
9.01 City's Project Representative ........__-~............~..........�~^~ _.~ ,,,~.,,, ....37
9J02Visits to ~_.~-~..........~.~,_.__~~,,,.~�.,.,~,~~,,__,,,,,~_.,,~~~~~~__,~_,~~,��
9.03 Authorized Variations in Work..... ...~ ..................................,.�~...~~^~.~~-..........._-,~,,,~~,,.,~38
9]04 Rejecting Defective Work__ ......
9.05 Determinations for Work ~...~.~.~ ..........
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.......-~,~.^___38
CITY OF F'ORTWORTE
STANDARD CONSTRII(MOwSPEMCmITON DOCcMENISS
Article |0-Chame« bm�� �o�� C�ms' Esb� �o�
Changes _______.___.___________._'-- 30
10i01 /�u1hoc�edChanges hm the \�ock --
____________________.____.___-.--.. 30
[&0Z Unauthorized Changes ''
__,=_ ______._________________._--.-.--39
10.03 Execution of Change Orders.......................................................................................................39
10.04 Extra Work
.._________._______.____________________---.--.-39
10.05 Notification Uo Surety..................................................................................................................39
10.06 Contract Claims ��
^ "` -----------------------------'--'---.-.4O
Article | | -Cost of the Work; A| Unit Price Work; Plans -
-------4l
l |'0| Cost of the Work -----------'----------'---'-----'----..4|
11.02 AUowuoccs------.--.--------------------.--------------
11.03 Unit Price Work..........................................................................................................................
11.04 Plans. `/u"."`y Measurement......................................................................................................45
Article l2-Change of Contract Price; Change of Contract Time.................................................................40
l2O| of' "'"''s� ---------------------------'--------..48
12.02 Change--`=- ------------------------'-----------..47
12.03 Dclays-----.------------------------------'----------
Article l3 -Tests and Inspections; Correction, Removal oc Acceptance of Defective Work......................40
lIOl Notice of Defects .------.------------------------------.---.40
13.02 Access 10 Work...........................................................................................................................40
13.03 Tests and Inspections--------------.----..--------'----------40
13.04 Uncovering Work........................................................................................................................49
13.05 City May Stop the Work.............................................................................................................49
|3.]h Correction oc Removal of Defective Work................................................................................5O
l3.O7 Correction Period........................................................................................................................5O
13.00 Acceptance of Defective Work...................................................................................................5|
|I0g City May Correct Defective Work.............................................................................................5|
Article |4-Payments Uz Contractor and Completion....................................................................................52
14.01 Schedule of Values......................................................................................................................52
14L02 Progress Payments-----------.----------------.-.--------._-52
14L03 Contractor's Warranty of Title...................................................................................................54
14.04 Partial Utilization........................................................................................................................55
14.05 Final Inspection...........................................................................................................................55
14.05 Final ---.-------------------------.-.------.----55
14.07 Final ---.----.--------.-------------------.------..56
14.00 Final Completion Delayed and Partial Retainage Release ........................................................56
14.04 Waiver o[Claims........................................................................................................................57
Article |5 -Suspension of Work and Termination ........................................................................................57
15]]1 City May Suspend Work.............................................................................................................57
15.02 City May Terminate for Cause...................................................................................................50
15.03 City May Terminate For Convenience.......................................................................................0O
Article |6-Dispute Resolution......................................................................................................................8|
16.01 Methods and Procedures.............................................................................................................8|
o�op��w�r
yTumoxno CONSTRUCTION apccrpcArmwDOCUMENTS
Articlel7—Miscellaneous..............................................................................................................................62
17.01 Giving Notice..............................................................................................................................02
17l2Computation mf Times................................................................................................................h2
17l[3 Cumulative Remedies.................................................................................................................62
1714 Survival of Obligations------.--.--.-----.'--_----._.—_--'.—_---..—'63
17.05 Headings-------_--.—.—.---_-----.—_----_----._'---.—_—'_''-.h3
C'FFYorFORT WORTH
STANDARD cowuTmucnowSpeo*cxnowDOCUMENT'S
Revision:Dw=ber2l,2012
oo72no'/
o,mxoConditions
Page | ot'm
A& TICLE % –DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these GcuemJ Conditions or in other Contract [Joounncn\s, the terms listed
bc|ovv have the meanings indicated which are applicable to both the singular and p|unu) thcncn[
and vvonjs denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in itu|/o», but not always. When used in o context consistent with
the dcfinidonofa |iok:d-dcfino± 1onn_ the term mbo|\ have a meaning aadcfimed below whether
capitalized or italicized nrotherwise. In addition toterms specifically defined, terms with initial
capital letters [n the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents orforms.
|' Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2' Agreement—The written instrument which io evidence o[the agreement between City and
Contractor covering the Work.
3. Application for Payment—The 5»nn uoocptmh|c to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos—Any material that contains more than one percent oshcmtom and is tiioh1c or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
5. Award–Authorization hy the City Council for the City to enter into on Agreement.
0. Bid—The offer orproposal of Bidder submitted on the prescribed fbno setting forth the
prices for the Work tobcperformed.
7. Bidder—The individual or entity who submits o Bid directly to City.
0. l//6dinr Documents—The Bidding Rcguincnucrts and the proposed Contract DoounncoLs
(including all Addenda).
g' Bidding Requirements—The advertisement or invitation to Bid, instructions to Bidders, Bid
security ofacceptable form, i[any, and the Bid Form with any supplements.
lO. /9uu/meoo /)un – /\ husiocma day is defined as odoy that the City conducts normal huaiocau,
geoeruUy ��'odoythrough Friday, except for federal nr state holidays observed hy the City.
11. Buzzsaw–City's on-line, electronic document management and collaboration system.
12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight.
CITY nr FORT WORTH
STANDARD CONSTRUCTION srsc/rcAnowDOCUMENTS
00" 00-I
G Conditions
Page 2 of 63
13. Change Order A document, which is prepared and approved byte City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the or or an
adjustment in the Contract Price or the Contract Tinie, issued on or after the Effective Date
of the Agreement.
14. City.— The City of Fort Worth, Texas, a home-rule municipal corporation,, authorized and
chartered under the Texas to Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized, under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement, and for whom the Work is to be
perfonned.
15. City Alta "y The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized mpresentative.
16. CUY Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
17. City Mdnager The officially appointed and authorized City Manager of the City of Fort
Worth,Tex&,;,or his duly authorized representative,
18. Contract Claim -A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract 'rime, or both, or other relief with respect to the terms of the
Contract.A demand.for money or services by a third party is not a Contract Claim.
19. Contract The entire and integrated written document between the City and Conti-actor,
concerning the Woric. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations,representations,or agreements,whether written or orul.
20. Contract Documents--Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals,, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
21. (:"Onlract Price- The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the
provisions of Paragraph 11.03 in the case of Unit Price Woric).
22. C"ontract Time- ...The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and(H)complete the Work so that it is ready for Final Acceptance.
23. Contractor-.-The individual or entity with whom City has entered into the AgTeement.
24, Cost of the Work-.-See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTU
STANDARD coNsi'RtcrION SPIECIFCNTION DOCI MENI S
Revisiow Dawnber2l,20 2
007200-1
General Conditions
Page 3 of 63
25- Damage Claims — A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day.
27. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
28. Director of Parks and Community Services — The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Planning and Development — The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
30. Director of Transportation Public Works — The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
3l. Director of Water Department — The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
32. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
34. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
35. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the
Contract Documents. Extra work shall be part of the Work.
36. Field Order— A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
37. Final Acceptance — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMFNTS
Revision,De mbei21,2012
oo'n w..i
General Conditions
hge 4 of 63
38. Final Inspection - Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely', and in
conformance with the Contract Docurnerits.
39. General Requirements—--Sections of Division I of the Contract Documents.
40. Hazardous Environmental ("'Ondition--The presence at the Site of Asbestos, P.('.Bs,
petroleum, Hazardous Waite, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
41. 1lizzarclous Waste—flazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
42. 1. s and Regpdations—Any and all applicable laws, rules, regulations, ordinances, codes,
and onlers of any and all govcnimental bodies, agencies, authorities, and courts having
jurisdiction,
43. Liens...........•Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
44. Major Its -An Its of work included in the Contract Documents that has a total cost equal
to or greater than 5%of the original Contract Price or$25,000 whichever is less.
45. Milestone- A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
46. Notice of Award---The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
47, Arolice to Pr-oceedA written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perfo rm the
Work specified in Contract Documents.
48. PCHv—Polychlorinated biphenyls.
49. Pelrolf�UMnnn-nl"L'
'tn)leUM, including crude oil or any fraction 1-hereof'which is liquid at sitandard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pot,inds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil reftise, gasoline, ker°osene, and
oil mixed with other non-Hazardous Waste and crude oils.
50. Plans See definition of Drawings.
C17Y OF FOU WORTH
STANDARD CONSTRUCTION SPECIR.NHON EX)CUMENIS
RcvWon:Da=d.w21,20l2
• 007200-1
General Conditions
Page 5 of 63
51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
52. Project—The Work to be performed under the Contract Documents.
53. Project Representative—The authorized representative of the City who will be assigned to
the Site.
54. Public Meeting – An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time.
56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for
access thereto, and such other lands furnished by City which are designated for the use of
Contractor.
61. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto. Specifications
may be specifically made a part of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)
of each Project.
62. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECITCATION DOCUMENTS
Revision.Deeernber2l,2012
0072 M®I
General Conditions
Page 6 of 63
61 ,5ub mitt als—.-All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
64. Succcs.�fW Bidder.-The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. ,5ulierintendenl The representative oft e Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. ,5ur7plementary Conditions---That part of the Contract Documents which amends or
supplements these General Conditions.
67. 5nppher----A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor,
0
68. Ukderground Facilities—-All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such f"acilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems.
69. Unit Price Work-----See Paragraph 11.03 of these General Conditions for definition.
70. Weekend WorkinA!Hours— Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday,as approved in advance by the City.
71. Work- e entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of periorming or
providing all labor, services, and documentation necessary t o p roduce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction,all as required by the Contract Documents.
72. Working�Day-A working day is defined as a day, not including Saturdays, Sundays,or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.,
B. Intent oj"Certain Terms or Adjectives:
crry'OF FORT WORM
STANDARD CONSTRUCTTON SPEC11•CATION DOCUMENTS
Rev sion:D=mta 2 L,2012
007200-1
General Conditions
Page 7 of`63
I The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents;or
c. has been damaged prior to City's written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2—PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within 14 days after the Effective Date of the Agreement.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Decetnber2l,2012
W M 00-I
General Condiums
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perfonn the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Con tract'rime commences to run.
2.04 Bqjbre Starling Convtruction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment„ materials or resources to the Site prior to Contractor
,attending the Public Meeting as scheduled by the City.
2.07 Initial Acceptance 9f5chedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING, USE
3.01 Intent
A. The Contract Documents am complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof) to be constructed in accordance with the Contruct Documents. Any labor,
documentation, services, materials, or equipment that reasonably may be inferred from the
Contract Documents or from prevailing custom or trade usage as being required to produce the
indicated result will be provided whether or not specifically called for, at no additional cost to
City.
C. Cladfications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style, Some Specification sections may be
written, in varying degrees of streamlined or declarative style and some sections may be
relatively narrative by comparison. Omission of such words and phrases as "the Contractor
shall,"' "in conformity with," "as shown," or "as specified" are intentional, in streamlined
sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions
may appear in various parts of a section or articles within a part depending on the format of the
CFTY OF FORT WORTH
STANDARD CONSTRUCT'10N STIECIFCATION DOCUMINIS
Revision:De=ber2l,2012
00 72 00-1
General Conditions
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications,Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision Dwerrkr2l,2012
007200-1
G Conditions
PW M of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrerjapicies.
I. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the (",ontract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier(whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and a5upplementing(.7ontract Documents
A. The Contract Documents may be amended. to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract 'l'ime, may be
authorized,by one or more of the following ways:
1. A Field Order;
2. City's review,of a Submittal (subject tot e provisions of-Paragraph 6.18.C);or
3. City's written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Suppliers all not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions;or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written
verification or adaptation by Engineer,
CITY OF FORT WORTH
STANDARD COINSTRLY010N SPECIFCA110S M"UMENISS
If DcumtwV,20 U
007200'/
General Conditions
Page|/ of 63
B. The prohibitions of this Paragraph I05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.00 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City ocEngineer
to Contractor, or by Contractor to City or Engineer, that may he relied upon are limited to the
printed copies included in the Contract [)ocurucutu (also known as bard copies) and other
Specifications rc{eccoccd and located on the City's 0uzzsovv a[tc' Files in c|ccbnoic rucdiu
fbrnon1 of text, data, graphics, or other types are furnished only for the coovco/cocc of the
receiving party. Any conclusion or information obtained or derived from such electronic files
will be at the user's sole risk. If there isa discrepancy between the electronic files and the hard
copies, the hard copies govern.
B. When transferring documents in electronic rucdiu 5bouu1, the transferring party makes no
ocpncscn1n1iouo as to )ouQ term compatibility, usability, or readability of documents resulting
from the use of ooftw'unc application packages, operating systems, or computer bondvvuoe
differing from those used by the data's creator.
ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability m'Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
gcucou} application but specifically nc|n1ed to use ofthe Site with which Contractor must comply
in performing the Work. City will obtain in u timely rumuoec and pay for cuscnucots for
permanent structures or permanent changes in existing facilities.
I. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project
8cbcdu}c submitted by the Contractor in accordance with the Contract Documents must
consider any outstanding hgbt-of-vvay, and/or easements.
2' The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule subruittcd
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable vvrii1eo request, City ahu\) furnish Contractor with u current statement of record
legal title and legal description of the lands upon which the Work istobcperforrued.
CITY np FORT WORTH
STANDARD CONSTRUCTION spcc|pcAnowDOCUMENTS
007200-1
General Conditions
Nge 12 of 63
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsuifiace and Physical ConditiorLs,
A. Rejwrts carte Drawings. The Supplementary Conditions identify:
1ro those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2,,, those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site(except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions, Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners,employees,agents,consultants,or subcontractors with respect to:
I. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and program. s incident
thereto;or
2. other data, interpretations, opinions,, and intibrmation contained in such reports or shown or
indicated in such drawings;or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations,opinions,or information.
4.03 Dijfering Subszt�,cace or Physical Conditions
A. Notice,,,- If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate;or
2. is of such a nature as to require a change in the Contract Documents;or
3. differs, materially from that shown,or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSMUCTION SPEC117CA110N EXX,',UMEN IN
Revisiow *T21,2012
007200'/
General Conditions
Page uv/m
then Contractor shall, promptly after becoming aware thereof and bcfbnc 5udbcr disturbing the
subsurface or physical conditions or performing any Work in connection dhcrevv/tb (except in an
emergency os required by Paragraph 6.l7.A), notify City inwriting about such condition.
B. Possible Price and Time Adjustments
Contractor shall not bc entitled tn any adjustment io the Contract Price or Contract Time if.
l. Contractor kocvv of the existence of such conditions at the time Contractor rnodc a final
commitment to City with respect to Contract Price and Contract Time by the submission of
Bid oc becoming bound under o negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
oF the examination oFthe Contract Documents orthe Sitc', or
3. Contractor failed to give the written notice os required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown *r /ndica/e& The information and data shown or indicated in the Contract DnxunncuLn
with mcxpcxt to existing Underground Facilities at or contiguous to the Site is based on
information and data furnished to City or Eog[uccr by the owners of such Underground
Facilities, including City, or by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
l. City and Engineer ubo|| not be responsible for the accuracy or completeness of any such
information or data provided by others;and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities xbovvn or indicated in the Contract Documents;
x. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown m~Inuicatud-
1. }fun Underground Facility vvbicb conflicts with the VKodu is uncovered or revealed at or
contiguous to the Site vvbixb was not xbovvn or indicated, or not obop/n or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY or FORT WORTH
STANDARD CONSTRUCTION apccIrcA nonoocnuEwra
007200-1
GeneW Conditions
Plage 14 of63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
is a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents, is required, a Change Order may
be issued to reflect and document such consequences.
3. Veriflcation of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Rqference Pointy
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment a r e necessary to enable Contractor t o p roceed. with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for
roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall
protect and preserve the established reference points and property monuments, and shall make no
changes or relocations. Contractor shall report to City whenever any reference point or property
monument is lost or destroyed or requires relocation because of necessary changes in grades or
locations. The City all be responsible for the replacement or relocation of reference points or
property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall
notify City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full
cost for replacing such points plus 25% will be charged against the Contractor, and the full
amount will be deducted from payment due the Contractor.
4.06 Hazardous Environmental C"oruhtion at Site
A. Reporls and .Dr-mvings,,- The Supplementary Conditions identify those reports and drawings
known to City relating to Hazardous Environmental Conditions that have been identified at the
Site.
B. Limited Reliance by Contractor on 7" chnical Data Authorize& Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners,employees,agents,consultants,or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
MY OF FORT WORTH
STANDARD CONSTRUCHON SPECIFCATION 1: 'UMENINS
RevWon:Dmanber2%20�2
007200-1
Generaf Conditions
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible
for a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by
Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing).
City may consider the necessity to retain a qualified expert to evaluate such condition or take
corrective action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered
written notice to Contractor: (i) specifying that such condition and any affected area is or has
been rendered suitable for the resumption of Work; or (ii) specifying any special conditions
under which such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then City may order the portion of the Work that is in the area affected by such
condition to be deleted from the Work. City may have such deleted portion of the Work
performed by City's own forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City,from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is
responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any
individual or entity from and against the consequences of that individual's or entity's own
negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS
Revision'.1X=mtvr21,2012
007200-1
GenaW Conditions
Page 16 of 63
ARTICLE 5—BONDS AND INSURANCE
5.01 Licemed Sureties and 1hsurers,
All bonds and insurance required byte Contract Documents to be purchased and maintained by
Contractor shall be Obtained from surety or insurance companwest at are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies forte limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5002 Perfbrmance, Payment, and Maintenance Bondy
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security forte faithffil perfon-nance and payment of all of Contractor's obligations under the
Contract Docurnents.
B. Contractor shall furnish maintenance bonds in an amount equal tote Contract Price as security
to protect the City against any defects in any portion of the or described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety on Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each on
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02-C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another and and surety, of of which shall comply
with the requirements of Pa. graphs 5001 and 5.02.0.
50 03 Certij'tcates of Insurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in
the Supplementary Conditions, certificates of insurance (and other evidence Of inWrwice requested
by City or any other additional insured)which Contractor is required to purchase and maintain.
1. The certificate of insurance shall dlocument the City, and all identified entities named in the
Supplementary Conditions as"'Additional Insured" on all liability policies.
CrTY OF FORT WORTH
STANDA.P,f,)('()NS'T'RI.JrCT'IIONSPE(,'[F(:'A,rior,i D.(XumF-:N7,s
Revision:D&,aTjkw21,2012
00 72 00-1
General Conditions
Page 17 of 63
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property &Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor's obligation to maintain such lines
of insurance coverage.
7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Ek-cernber2l,2012
007200-1
GenaW Conditions
Page 18 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups,must also be approved by City.
11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a
first-dollar basis,must be acceptable to and approved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party tote City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
13. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conforin the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 C antra ctor'y Insurance
A. W6rker,v Compensation and Ernployers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers,'
Compensation Act ('fex&s Labor Code, Ch. 406, as amended.), and minimum limits for
Employers" Liability as is appropriate forte Work being pertbrm..ed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the or and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
B. Commercial General Liability, Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
all be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CrTY OF FORT OR111
STANDARD("ONSTRUC710N SPF,',CIFCA n.ON DOCUMENTS
Rcvi�norr 11wntall,2M2
007200'/
General Conditions
Page nofm
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, ahm|\ have no exclusions hy endorsements that would alter m
� n�uu|iifvpnciaca/operatioo ,
prod ucta/comopictcd operations, contractual, personal injury, or advertising injury, which are
uoono/|y contained with the policy, unless the City approves such exclusions in writing.
For construction projects that present a substantial comnp|etedoperatioo exposure, the City may
require the contractor to maintain completed operations coverage [bra minimum of no 1caa than
three (3) years 0z|1op//ng the completion of the project (if identified in the Supplementary
Conditions).
C. '4o/wxvwhde Liability. A commercial business auto policy shall provide coverage ou "any outo",
defined as autos owned, hired and 000-ovvocd and provide indemnity for claims for damages
bnoouac bodily injury or death of any person and or property damage arising out of the work,
maintenance or use o[any motor vehicle by the Contractor, any Subcontractor or Supplier, orby
anyone directly or indirectly employed hy any of them to perform any oythe Work, orhyanyone
for whose acts any oythem may be liable.
D. Railroad Protective lbzhildy If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor aho11 comply with the requirements identified in the
Supplementary Conditions.
E. /Vo/ificu/iom of Policy Cancellation: Contractor shall immediately notify City upon coocc1\utiou
or other 1oaa of insurance coverage. Contractor ahm)1 atop work uud1 ncp1ucemocot insurance has
been procured. There shall bnuo time credit for days not worked pursuant k)this section.
5.05 '{ccep/onceoffomus and Insurance; Option koReplace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor iu accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the City nho1| so notify the Contractor io writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor
shall provide to the City such additional information in respect of insurance provided as the City may
ncoaonuh1y request. If Contractor does not purchase or moa(uCoiu all of the bonds and insurance
required by the Contract Documents, the City ybo11 notify the Contractor in writing of such failure
prior to the start of the Work, or of such failure to maintain prior to any change in the required
coverage.
ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CITY op FORT WORTH
STANDARD CONSTRUCTION srscIrcAnowDOCUMENTS
Revision.Dmeniber2l,2012
007200-1
GenaW Conditims
PaW 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's mpresentative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
6.02 Labor, orking Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required, by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the sat.,ety or protection of persons or the Woric or property at
the Site or adjacent thereto, and except as other rise stated in the Contract Documents, all Work
at the Site shall be perfbnned during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld), Written request (by letter or
electronic communication)to perforni Work:
1, for beyond Regular Wotking Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall pn)vi,.de and assume full
responsibility for all services, materials, equipment, labor, trxisportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
ternporary facilities, and all other facilities and incidentals necessary forte performance,
Contractor required testing,sta rt-up,tart-rup, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests)as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORT F1
STANDARD(IONSTRt fC'rfON Sal ECIFCATION O(M MENTS
Revision:De=x°21,2012
007200-/
General Conditions
Page z/ ma
C. All materials and equipment to be incorporated into the Work sbuU be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items ofstandard equipment to be incorporated into the Work shall be the latest rnodc\ at the
time ofbid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere tothe Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time tntime as provided below.
|. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit tn City u ruootb|y Project Schedule with uroontb|y progress payment
for the duration of the Contract io accordance with the schedule specification 01 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements ofArticle 12' Adjustments [n Contract Time
may only be made byu Change Order.
6.05 Substitutes and '^Ur-Eoua/x"
A. Whenever an item of material or equipment is specified ocdescribed in the Contract Documents
by using the name of proprietary item or the name ofuparticular Supplier, the specification or
description in intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or in K»||ovved by words reading that no like, equivalent,
or ^^or-equa|" item or no substitution is permitted, other items of material or equipment nfother
Suppliers may be submitted to City for review under the circumstances described below.
|. ''Or`Euou/'' Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may he considered by City an an ^^npequu|" item, in which
case review and approval of the proposed item ruuy_ in City's sole discretion, be
accomplished without oVooVliaooe with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 6'05.A.1, a proposed item of
nmutedu1 or equipment will be considered functionally equal to an item nn named if-
a. the City determines that:
|) it is at least equal in materials of cnnatnmcdnn_ quality, durability, appearance,
strength, and design characteristics;
c|rYnr FORT WORTH
STANDARD CONSTRUCTION spsc|nzxnuwDOCUMENTS
Revision:Decernber2l,2012
007200-1
General Conditions
PW 22 of 63
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole;and
3) it has a proven record of performance and availability of responsive service;and
b. Contractor certifies that, if approved and incorporated into the Work.:
1) there will be no increase in cost to the City,or increase in Contract Time;and
2) it will conform. substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a® If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or-equal"' item under Paragraph 6,05AI, it may be submitted as a
proposed substitute item.
b® Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute theretbr. Requests for review of proposed substitute
items of matedal or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
a) perfonm adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified;and
2) wills te:
a) the extent, if any, to which the use oft e proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design tote proposed
substitute item;
0TY OF Fowl-woRTTi
STANDARD CONSTRUCTI(N SPECIFCAT TON DOCUMENTS
Revision:DeamixY21,2012
007200-1
General Conditions
Page 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 6.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or-equal."City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents (or in the
provisions of any other direct contract with City) resulting from the acceptance of each proposed
substitute.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or-equal"at Contractor's expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision.Dwernbei21,2012
00"n.00-I
Ggeneral Conditions
Page 24 of 63
G. City Substilute Reimbursement: Costs (savings or charges) attributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Time Exlensionv:No additional time will be granted for substitutions.
6.06 Concerning.5ubcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% oft e
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to ernploy any Subcontractor,, Supplier, or other individual or entity to furnish or
perform any of the or against who Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6,06.Q.
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will pnwide such requirements in the Supplementary
Conditions,
D. Business Divei-sity Enterl)rise Ordinwice Coniplitince: It is City policy to ensure the full and
equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the
procurement of goods and services on a contractual basis. If the Contract Documents provide for
a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business
Diversity Ordinance(as amended)by the following:
1. Contractor shall, upon request byte City, provide complete and accur-ate information
regarding actual work performed by a MBE and/or SBE on the Contract and payment
therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted N4BE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MBE and/or E. Material misrepresentation of any nature may be grounds
for termination of the Contract in accordance with Paragraph 15.02.A. Any such
misrepresentation may be grounds for disqualification of Contractor to bid on future
contracts with the City for a period of not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
CrrY0F FORTWOR'ni
STANDAFM CONSTRuc'rlON SPECIFCATION EX)CUMENTS
%Msiom r ber21,2012
00 72 00-1
General Conditions
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints Of violations and City Determination Of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:December21,2012
00 72 00I
General Conditions
Nge 26 of 63
D. Arbitration Required if Violation Not Resolved, An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed tote City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator befbre the I It day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period oft ree (3)
years following the to of acceptance of the work-, maintain records that show (i) the name and
occupation of each worker employed byte Contractor in the construction of the Work provided
for in this Contract; and (ii)the actual per them wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain tot is inspection.
F. Progress Payntents. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258,Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. 5ubcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above,
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident tote use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a
particular invention, design, process, product, or device is specified in the Contract Documents
for use in the performance of the Work and if, tote actual knowledge of City, its use is subject
to patent rights or copyrights calling for the payment of any license fee or royalty, to others, the
existence of such rights shall be disclosed by City in the Contract Documents. Failure oft e City
to disclose such information does not relieve the Contractor from its obligations to pay for the
use of said fees or royalties to others.
B. To the fullest extent permitted by Laws and Regulations,, Contractor shall indemn and hold
harmless Cityfi-om and again all claims, costs, losses, and daniages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resultingtom
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Dwanber2l.,2012
007200-1
General Conditions
Page 27 of 63
the incorporation in the Work of any invention, design, process,product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution
of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as
provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining
clearances and coordinating with the appropriate regulatory agency. The City will not reimburse
the Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Damnber21,2012
007200-1
General Conditions
Page 28 of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract
Price or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization. which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may
purchase, rent or lease all materials, supplies and equipment used or consumed in the
performance oft is contract by issuing to his supplier an exemption certificate in lieu of the tax,
said exemption certificate to comply with State Comptroller's Ruling .007. Any such exern pt
certificate issued tote Contractor in lieu oft tax shall be subject to and shall comply with the
provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining t o t he
Texas Tax Code, Subchapter H.
B. Texas Tax pen-nits and information may be obtained from:
1. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711;or
2. s.htmI
6.12 Use of"Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1, Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
other materials or equipment. Contractor shall assume fall responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECII`CKFION DOCUMENTS
Revision:D=n*2 1,2012
007200-1
General Conditions
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor
fails to correct the unsatisfactory procedure, the City may take such direct action as the City
deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written
notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of
such costs, shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FCAT[ON DOCUMENTS
Revision:Da=ber2l,2012
007200 1
General Conditions
Page 30 of 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affiected by the Work;
2a all the Work and materials and equipment to be incorporated. therein, whether in storage on
or of!"the Site and
3a other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall cornply with all applicable Laws and Regulations relating to the safety of
persons or property, or tote protection of persons or property from damage, irtiury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal,relocation, and replacement of their,property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any oft
Work,or anyone for whose is any of them may be liable, shall be remedied by Contractor.
F. Contra ctor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Woric is completed and City has accepted the Work.
6015 5 aftty Representative
Contractor shall inform City in writing of Conti-actor's designated safety representative at the Site.
6016 Ha-zard Communiceition Programs
Contractors all be responsible for coordinating any exchange of material safety data sheets or other
hazard communication infimnation required to be made available to or exchanged between or among
employers,in accordance with Laws or Regulations.
6.17 E)nergrencies an&or Rectffic-ation
A. In emergencies affecting the safety or protection offer ns or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written, notice if Contractor believes that any significant
0"r Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCA 1101(X)CUMENIS
Remy on:V.Axwber2l,2012
00 72 00-1
General Conditions
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is
required because of the action taken by Contractor in response to such an emergency, a Change
Order may be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Dec crribei-21,2012
00 72 00-I
General Conditions
Page 32 of 63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered byte submittals will, after installation or incorporation in the Work, conform,
to the info given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
pn:)cedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and ex,pressly called for by the Contract
Documents)or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3 City's review and acceptance shall not relieve Contractor from. responsibility for any
variation from the requirements of the Contract Documents unless Contractor, has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Proj I ect Schedule
during all disputes or disagreements with City. No or shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contractor's General lVarranty and Guarantee
A. Contractor warrants and guarantees to City that all or will be in accordance with the Contract
Documents and will not be defective. City and its offlicers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee,
B. Contractor's warranty,and guarantee hereunder excludes defects or damage caused by-
L abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible;or
CXTY OF FOU WORTH
STANDARD CONSTRUCITON SPECIFCA110N EMUMENTIS
Revision:Down ber 21,20 2
007200-1
General Conditions
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test,or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the
City, its officers, servants and employees, from and against any and all loss, damage or
destruction of property of the City, arising out of, or alleged to arise out of, the work and
services to be performed by the Contractor, its officers, agents, employees, subcontractors,
licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFCATION DOCUMENTS
Revision:Derx nber2l,2012
007200_1
General Conditions
Page.34 of'63
EL,CIEICALLY INTF ED TO QUBAIL AND BE EF + +BCT LIEN IF IT IS
ALLEGED OR PROVEN THAT ALI, OK SOME OE ILIE DAMAGES BEING SOUGHT
W- ERE CAUSEL ,IN AHOLE OR N PART, BX ANY
NEGLIGENCE OF°THE_CITY.
6,22 Delegation fPr° tssr rr l Design Services
A. Contractor will not be required to provide professional design services unless such services
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify, all per-fonnance and design criteria that such services must satisfy. Contractors all
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seals all appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related tote Work designed or certified by
such professional, if prepared by others, shall bear such prof'essional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design pn,,)fessionals, provided City has specified
to Contractor per orrnance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents., City's, review
and acceptance of Submittals (except design. calculations and design, drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6,23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the C:;ontractor involving transactions relating
to this Contract. Contractor,agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits..
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
e subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to exarnine and photocopy any directly
pertinent beaks, documents, papers, and records of such Subcontractor, involving ttansactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
rrIYerrrORT oRTH
STANDARD Cerrs's-raI.CTioN SPECIFCA,V°ION DtCt;.YMENTS
Revision:t anntw2iv 2012
007200'/
General Conditions
Page oofa
Subcontractor facilities, and ohuU be provided ndnuumtc and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City obaU give
Subcontractor reasonable advance notice o[intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as fb|lovvo at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the D.S.
Department of Transportation and the Federal Transit Administration (FT/k), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. 7lde VI Civil R/ehtsActof/V64 as uxn,mued: Contractor shall comply with the ncquincoocots of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7—OTHER WORK AT THE SITE
7.01 Rc/u&d Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work pcdboncd by
utility owners. If such other work is not noted in the Contract Documents, dzeo written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is u party to such adirect contract, each utility
owner, and City, if City is performing other work with City's colp1oyccs or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage o[materials and equipment and the execution ofsuch other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that ncodcr it unavailable
or unsuitable for the proper execution and results of Contractor's VKodc. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
CITY opFonrwoxTx
STANDARD CONSTRUCTION xpuC/rcxrIowDOCUMENTS
Revision:DeLernber2l,2012
00 72 00-I
Geneml Conditions
Pqp 36 of 63
7.02 Coordination
A. If City intends to contra,ct with others forte performance of other work on the Proiect at the
Site,the following will be set forth in Supplementary Conditions:
1m the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2w the specific matters to be covered by such authority and responsibility will be itemized;and
3. the extent of such authority and responsibilities will be provided,.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordinations®
ARTICLE 8—CITY'S RESPONSIBILITIES
8.01 Communicatiomv to Conlractor
L-Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 f'iawish Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04
Land v and Easements;Reporls and Tests
City's duties with respect t o p roviding lands and casements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of
subsurface conditions and drawings of physical conditions relating to existing surface or subsurface
structures at or contiguous to the Site that have been utilized by City in preparing the Contract
Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 1mvpections, Tests, andApj)rovals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CTTY OF FOWI'WORT 14
STANDARD CONSTRUCTION SPECAWAPON DOCUMENTS
Pevision:Damix,01,2012
007200-1
General Conditions
Page 37 of 63
8.07 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents. The Project Representative(s) will be as provided in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision.December2l,2012
0072,00-1
General Conditions
Page 38 of 63
9.03 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design, concept of the completed Project as a functioning whole as
indicated by the Conti-act Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor,who shall pertiorm the Work involved promptly.
9.04 Rejecting Defective ork
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or
completed.
9.05 Determinationsfor Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review, with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Requirements of Contract Documents andAcceplability qf'Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written,decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10®CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly,
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order is may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CrTY OF FORT WORTH
STAND,/ARD CONSTRuc,r[ON SPECIFCAPON DOCU MUNTS
Revision:Oww*w2l,2012
007200-/
General Conditions
Page morm
10.02 Unauthorized Changes im the Work
Contractor shall not he entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not ncqu[ncd by the [ootnsot Documents as
amended, modified, or supplemented as provided in Paragraph 3.04, except in the cane of an
emergency an provided io Paragraph b.|7.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
l. changes in the Work vvbiob are: (i) ordered by City pursuant to Paragraph 10.01A, (ii)
required because of acceptance of defective Work under Paragraph \3.08or City's correction
of defective Work under Paragraph |3.09, or(iii)agreed toby the parties;
2. changes in the Contract Price or Contract Time vvb/ob are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
tben:of, and the City insists upon its performance, the Contractor shall proceed with the work
after making written request for written orders and shall keep accurate account of the actual
reasonable cost thereof. Contract Claims regarding Extra Work shall he made pursuant to
Paragraph 10.06.
B. The Contractor shall fbooinb the City such installation records of all deviations from the original
Contract Documents an may he necessary to enable the City to prepare for permanent record a
corrected set ofplans showing the actual installation.
C. The compensation agreed upon for Extra Work whether ornot initiated hyaChange Order shall
be a full, complete and final payment for all costs Contractor incurs an a result orrelating to the
change orExtra VVodc, whether said costs are known, unknown, 0bncneeu or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
if the provisions of any bond require notice to he given toa surety of any change affecting the
general scope of the VVodc or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will he Contractor's
responsibility. The amount ofeach upP|icuh|c hood will he adjusted by the Contractor to reflect the
effect of any such change.
CITY op FORT WORTH
aTAm&no CONSTRUCTION SpscIpcxnowDOCUMENTS
Revision.Decernber2l,2012
007200-1
Genend Conditions
PaV 40 of 63
10.06 Contract(Jaimv 11rocess
A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph
14.0 9, shall be referred to the City for decision. A decision by City shall be required as a
condition precedent to any exercise by Contractor of any rights or remedies he may otherwise
have under the Contract Documents or by Laws and Regulations in respect of such Contract
Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract(71ahn, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt oft e
claimant's last submittal (unless Contract allows additional time).
C. City s Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any,take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim;or
3. notil the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial..
crrYOFF(')RTWORTH
STAN DAR113CONSTRUCTION SPEMCNrION rX)CUMENIS
Rrvision:Lk=NT21,2012
007200-1
General Conditions
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 1 l.01.13, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in
the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55%markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH
STANDARD CONS'T'RUCTION SPECIFCATION DOCUMENTS
Revision:Decernber2l,2012
007200-1
General Conditions
Page 42 of 63
4. Payments made by Contractor to Subcontractors- for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the or plus a fee, the Subcontractor's Cost of the or and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.0 1.
5. Costs of special consultants (including but not limited to engineers-, architects, testing
laboratories, surveyors, attorneys, and accountants)employed for services specifically related
to the Woric.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Woric.
b. Co,..;t, including transportation and maintenance, of all materials, supplies, ecjuipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, is are consumed in the perlbrTnance of the Work, and cost,
less market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of thern or for whose acts any of them may
be liable,and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or
indirectly employed by any of the or for whose acts any of the may be liable. Such
losses shall include settlements made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Work for the
purpose of determining Contractor's fee.
f The cost of utilities, fuel,and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
coinmunication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CrIYOF roe WOWM
STANDARD CONSIRUC11ON SPE,CWCATION D(XUMENTS
RevWon:D=nhm-2�,2.012
«»72»» /
General Conditions
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required bv the Contract
Documents 10 purchase and maintain.
B. Costs Exclude& The term Cost of the Work shall not include any of the following items:
l. puvro|| costs and other compensation of Contractor's officers_ executives, principals (o[
partnerships and sole proprietorships), gcucco| managers, safety managers, cug/occry,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether olthe
Site or in Contractor's principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.0 I.A.I or specifically covered by Paragraph 11.0 I.A.4, all of which are to be
considered administrative costs covered hy the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's offiuc at the
Site.
3. Any pmt of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Coats due to the negligence ofContractor, any Subcontractor, or anyone directly or indirectly
cnnP|oycd hy any nfthem or for whose acts any nfthem may be |iuh|c, including but not
limited to, the unocct[nu of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage 0zproperty.
5. Other overhead or general expense costs of any kind.
C. Contractor's Fee: When all the Work iuperfonncdou the basis ofcout-pluu, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by
Cbomgc Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor's fee shall bc determined os set forth in Paragraph )2.0/.[.
D. Dwou/moo&ut600: Whenever the Coot of the Work for any purpose is to he dctconined pursuant to
Paragraphs 11.0l.A and 11'01.13, Contractor will cstuh)imb and maintain records thereof in
accordance with gcucru||y accepted accounting practices and submit in u 5mnn acceptable to City
an itemized cost breakdown together with supporting data.
11.07 ^4llwvvu000x
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
ol|ovvoocoS so named in the Contract Documents and Sho)| cause the Work So covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-b/d Allowances:
/. Contractor agrees that:
CITY op FORT WORTH
STANDARD CONSTRUCTION spsc/pcAnowDOCUMENTS
0072 00-I
GmerW Conditions
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered,at the Site,and all applicable taxes;and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency, allowance, if any, is forte sole
use of City.
D.
for to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of or covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A.. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contiract Price will be deemed, to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work, are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work perforined by Contractor will be made by
City subject tote provisions of Paragraph 9.05°
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Mcurrients, or reasonably inferred as inquired for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price
work listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if;
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly fi-om the estimated quantity of such item indicated in the Agreement;and
2. there is no corresponding adjustment with respect to any other item of Wo&
E. Increased or I) crease Quantities: The City reserves the right t o o rder Extra Work in
accordance with Paragraph 10.01 a
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CrrYOFFORTWORTH
STANDARD CONSTRUCTION SPECIFCWTION IDO""U1MENI S
Revisiow mid a2l,2012
007200-1
General Conditions
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The
party to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or
decreased by the amount involved in the change, and the 25% variance will apply to the new
plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans
quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Decanber21,2012
00 72 00..I
GeneW Condifims
Pap 46 of 63
E. For ca110Ut work or non-site specific Contracts,the plans quantity measurement requirements are
not applicable.,
ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contra Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
I. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject t o t he
provisions of Paragraph 11.03);or
2m where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents,
and agreement to a lurnp sum or unit price is not reached under Paragraph 12.01.13.2, on the
basis of the Cost of the Work (determined as provided in Para ph 11.01) plus a
Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.Q.
C. Contractor's Fee., The Contractor's additional fee for overhead and prof it shall be determined as
follows:
1. a mutually acceptable fixed fee;or
2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various
portions of the Cost of the Work:
am for costs incurred under Paragraphs 11.01.A.1, 11001.A.2. and 11001.A.3, the
Contractor's additional fee shall be 15 percent except for®
1) rental fees for Contractor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.0 I.A.4 and 11.0 1 A.5, the Contractor's fee shall be
five percent(5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the or plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF rORT WOR'ni
SIANDARD CIONSTRL)CTION SPECIRATION N14-1 MEMUSS
Revisiom Dx=ber21,20i2
00o00'/
General Conditions
Page 4r m63
tier, vvU/ be paid u fee of |5 percent of the costs incurred hv such Subcontractor under
Paragraphs | |.0|.A.l and | |.0|.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
io excess of2596;
c. no fee shall be payable on the basis of costs itemized under Paragraphs | |.0l.A.d, and
11.0 1.13;
d. the amount of credit to be a1|ovvcd by Contractor to City for any change vvbicb results in
u net dccncusc in cost will be the amount of the uotuu1 net dccmcusc in cost plus u
deduction in Contractor's fee by an amount equal k7 five percent (5Y6) of such net
dccmcuac'
12.02 Change nf Contract Time
A. The Contract Time may only bc changed byu Change Order.
B. No extension of the Contract Time will be u|1ovvcd for Extra Work or for claimed delay unless
the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis bovv the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delays
A. Wbcnc Contractor is reasonably delayed in the perfbonuooc or completion of any part ofthe
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay ifu Contract Claim is
made therefor. [}c1uys beyond the control of Contractor shall include, but not be limited to, acts
or neglect by City, acts or neglect of utility owners or other contractors performing other work us
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be |iuh|c to Contractor for any claims, costs, losses, or
damages (including but not limited toall fees and charges ofengineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be onddcd to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable toand within the control ofuSubcontractor
oc Supplier shall hc deemed tohc delays within the control ofContractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost tothe Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY or FORT WORTH
STANDARD CONSTRUCTION spcc/pcAr/owDOCUMENTS
Revision December2l,2012
00 72 00-I
Gen end Conditions
Page 48 of 63
ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Dqfects
Notice of all defective or of is City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected,or accepted as provided in this Article 13.
13.02 Access to or
City, independent testing laboratories, and governmental agencies with jurisd.ictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide the proper and safe conditions for such access and advise the of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspectibns
A. Contractor shall give City timely notice of readiness of the or for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase, thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
city.
D. City may arrange forte services of an independent testing laboratory cresting Lab") to
perform any inspections or tests ("Testing') for any part of the Work, as determined solely by
city.
1. City will coordinate such Testing to the extent possible,with Contractor;
2. Should any 'resting under this Section 13.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
MY OF FORT WORTH
STANDARD CONSTRUCTTON SPECIFCA'TION FX)CUMENTS
Revision:Dwanbalf,2012
007200-1
General Conditions
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out
of or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in
accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all
costs associated with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to
such uncovering, exposure,observation, inspection,testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Decernber2l,2012
007200-1
General Conditions
Page 50 oF63
Subcontractor,any Supplier,any other individual or entity,or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal ofDefective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
M 7
B. When correcting defective Work under the to ®a s of this Paragraph 13.06 or Paragraph 131.0 1,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any,on said Work.
13.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
Documents), any Work is found to be defective, or if the repair of any damages to the land or
are made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas;or
2. correct such defective Work;or
3. if the defective or has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the detective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement(including
but not limited to all costs of repair or replacement of work of others)will be paid by Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC IFCXTION DOCLMENTS
Revision:Damnkya21,2012
«»72»» /
General Conditions
Page s/nr63
C. In special o/rrurostamocs where u particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start Uo run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting thcncOmnn) has been corrected or
n:nnovcd and ncp/uccd under this Paragraph 13.07, the correction period hereunder with respect
0o such Work may be required V) be extended for uo additional period oF one year after the end o[
the initial correction period. City nhu|| provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing u
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 nhu1| not be construed as u substitute for, or
waiver of,the provisions of any applicable statute oflimitation or repose.
13.08 /4ccgptumceofl)e/&ct/ne Nyont
[[ instead of requiring correction or ncnnovu| and rcp|ucerocot of defective Work, City prefers to
accept it, City may do no. Contractor shall pay all c|uinnn, costs, |onacn" and durougcn (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and deteoniuo1ioo to
accept such defective Work and for the diminished value of the Work to the extent not otherwise
paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be
issued incorporating the occcnaury revisions in the Contract Documents with respect to the Work,
and City ahu// be cudd#1 to an appropriate decrease in the Contract F'riue, ncDccdug the diminished
value of Work noaccepted.
13.09 City May Correct I4fec//ne Work
A. If Contractor fails within u rcu000ubk: time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by CiLy in accordance with Paragraph
13.00.A, or ifContractor fails to perfbon the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7)days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the r/ubtn and nccncdicn under this Paragraph 13.09, City ahu// proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession ofall or part of the Work and suspend
Contractor's services nc|uto1 thereto, and incorporate in the Work all moa1cdu/a and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
stored e|acwvbcrc. Contractor ahu|| allow City, City's ncpncacututivca_ agents, consultants,
crop|oycca, and City's other contractors, ucccan to the Site to enable City to exercise the rights
and nccncdica under this Paragraph.
C. All c|uicny, costs, |ommea_ and damages (including but not /icni8cd to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute m:ao|ubou
CITY or FORT WORTH
sTAmoAoo CONSTRUCTION srsc/rcAnoNDOCUMENTS
Revision.Dwernbez-21,2012
0072,00-1
General Conditions
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect tote Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the or attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14®PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 &heelule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the is for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Allplicationsfor Payments:
I. Contractor is responsible for providing all information as required to become a vendor of the
city.
2. At least 20 days before the to established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out
and signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the is of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate
insurance or other arrangements to protect City's interest therein, all of which must be
satisfactory to City.
4. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that previous progress payments received on account of the
Work have been applied on account to discharge Contractor's legitimate obligations
associated with prior Applications for Payment.
5® The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
crry OF FORT WORTH
STANDARD CONSIRUCTION SPECIFCATION EK)CUMENTS
Revision:Dwernbcr2l,2012
00 72 00-1
General Conditions
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executed Work, and on City's review of the Application for
Payment and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,
the results of any subsequent tests called for in the Contract Documents, a final
determination of quantities and classifications for Work performed under Paragraph 9.05,
and any other qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the responsibilities Specifically
assigned to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor,or
c. Contractor has complied with Laws and Regulations applicable to Contractor's
performance of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective, or the completed Work has been damaged by the Contractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision.December2l,2012
007200-1
Geneml Conditions
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. For each calendar day that any or shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the monies due the Contractor, not as a penalty, but as liquidated damages
suffered by the City.
E. Payment-- Conti-actor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment,-
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific bond satisffictory to City to secure the satisfaction and discharge of
such Liens;
b. there are other items entitling City to a set-off against the amount recommended;or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.13.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or
any adjustment thereto agreed to by City and Contractor, when Contractor remedies the
reasons for such action.
14.03 Contractors Warranty qf'Tide
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than
the time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECUCATioN DOCUMENTS
Revision: 2Y,2012
007200'/
General Conditions
Page eofa
14D4 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any aubmUauduiiy completed
part of the Work vvb/ch has specifically been idcudDod in the Contract Documents, or which
City, determines constitutes u aepum1s|y functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City u1 any time may notify Contractor iowriting to
permit City to use or occupy any such part of the Work which City determines tobe ready for its
intended use, subject to the following conditions:
|. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within u reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its atu1ua of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor io writing giving the reasons therefor.
3. Partial Utilization will not constitute Final /kcccptuouc by City.
14.05 Final Inspection
A. Upon written ooboc from Contractor that the entire Work is oomnpic{c in accordance with the
Contract Documents:
|' vvidrio |O days, City will schedule uFinal [ompccdnu with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection rcvcu|m that
the Work is incomplete or defective. Contractor shall immediately take such mncuaurca as are
occcamury to complete such Work nrremedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification of the City
and the date of Final Inspection. Should the City determine that the Work is not ready for Final
Inspection, City will notify the Contractor in writing of the reasons and Contract Time will
resume.
14.00 Final Acceptance
Upon completion by Contractor to City's satisfaction, o[any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
CITY op FORT WORTH
yTAmnxac CONSTRUCTION s,scIpcxr/owDOCUMENTS
Revision Decerribei-21,2012
007200-9
Geneml Conditims
Page 56 of'63
14.07 Final Payment
A. Application fear Payment:
I. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment hallowing the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered}by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any,to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled;and
d. affidavits of payments and complete and legally, eff ective releases or waivers
(satisfactory to City) of all Lien rights arishig out of or Liens filed in connection with the
Work.
B. Payment Becomes Due:
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages,will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retain age Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating, the Contract,
make payment of the balance due for that portion of the Work fully completed. and accepted.. If
the remaining balance to be held by City for Work not fully completed or corrected is less than
the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CrUY OF FORT WORTH
STANDARD CONSTRUCITON SPECIFCATION DOCUMENTS
Revision:Dmmber2l,2012
oo72oo'/
General Conditions
Page 57 of 63
portion of the Work fully completed and accepted obuU be submitted by Contractor to City with
the Application for such payment. Such payment oba|| be made under the terms and conditions
governing Ooa| payment, except that it sbu|| not constitute a waiver of Contract Claims.
B. Partial Retcbxugm Release. For Contract that provides for separate vegetative establishment
and maintenance, and test and pedhnnmmce periods 5n||ovving the completion of all other
uoosbocdoo in the Contract Documents for all Work locations, the City may release o portion of
the unnommt retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
Ao amount sufficient 10 ensure Contract compliance will be retained.
14.09 Waiver n/Claims
The acceptance offinal payment will constitute u release of the City from all claims orliabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents orany act or neglect ofCity nc|u1cd to or connected with the Contract.
ARTICLE 15—SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on vvb[ch Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will make no extra payment for stand-by
time ofconstruction equipment and/or construction crews.
B. Should the Contractor not bc able to complete a portion o[the Project due k) causes beyond the
control of and without the fault or negligence of the Contractor, and should itbcdetermined by
mutual consent of the Contractor and City that asolution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. {fit should become necessary to suspend the Work for an indefinite period, the Contractor sbu))
store all roa1cdu)s in such u manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and be shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the coot of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and oo profit will be allowed. Reimbursement may not bcallowed if the equipment is
moved to another construction project fbrtbeCity.
CITY or FORT WORTH
STANDARD CONSTRUCTION spsc'rcAnowDOCUMENTS
007200-1
GenenA Conditions
Page 58 of 63
15002 City May Terminalefor Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation, mayjustify termination for cause:
1. Contractor's persistent failure to perform the Work in accordance with the Contract,
Documents (including, but not limited to, failure to supply sufficient skilled workers or
suitable materials or equipment, failure to adhere tote Project Schedule established under
Paragraph 2.07 as adjusted. from time to time pursuant to Paragraph 6.04, or failure to adhere
to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under
Paragraph 6.06.D);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City;or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or workmanship, or
defects of any nature,the correction of is has been directed in writing by the City;or
6. Substantial indication that the Contractor has made an unauthorized assignment o f t he
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily;or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15,02A. occur, City will provide written
notice to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
I. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perforrn the construction Contract, the City may, to the extent perniitted by Laws and
Regulations, declare a Contractor default and f.'ornially terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of confe rence to address Contractors failure to
perfiorm the Work.
2. If Contractors services a r e terminated, Surety shall be obligated t o t ake over and perfiorrn the
Work. If Surety does not commence performiance thereof within 15 consecutive calendar
days after date of an additional written notice demanding Surety's performance of its
CfTY OF roR'r woRTH
STANDARD CONMUC"TION SPECIFCATION NXITMENTS
Revision:Dwenibcr2l,2012
007200'/
General Conditions
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete itus described below.
a. [[City completes the Work, City may exclude Contractor and Surety from the site and
take possession ofthe Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
c|scvvbenc, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is fioishcd' If the unpaid balance of the Contract Price
exceeds all claims, costs, losses and damages sustained by City arising out of or ncsu|dog
from completing the Work, such excess will be paid to Contractor. If such claims, costs,
losses and damages exceed such unpaid balance, Contractor shall pay the difference to City.
Such claims, costs, losses and domnugco incurred by City will be incorporated in uCbuogc
[Jndcc provided that when exercising any rights or remedies under this Paragraph, City mba||
not bc required to obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, ugco&, officers, directors or crop|oyccs
sbu|| be in any vvuy liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price
paid therefor.
5. City, notwithstanding the method used in completing the Contract, sbu|| not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to droc|y complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Mu/n1eouocc of the Work sbu|| continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements o[the Contract Documents orany special guuruotcco
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.E3, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to tcmuioo1e to correct its failure to
perform and proceeds diligently to cure such failure within no more than 30 days of receipt o[
said notice.
Q. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor tbco existing orwhich may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the cxhcot that Contractor has provided u performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions o[this
&rtic|e'
CITY or FORT WORTH
xTm«omao CONSTRUCTION opcc/rcAr/mvDOCUMENTS
Revision:Dwerribei-21,2012
(X)72 00-I
GeneW Conditions
Page 60 of 63
15.03 City May Terminate For Convenienc-e
A. City may, without cause and without prejudice to any other right or remedy of City, terrninate the
Contract. Any termination shall be effected, by mailing a notice of the termination to the
Contractor specifying the extent to which performance of Work under the contract is terminated,
and the date upon which such termination becomes effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the United States
Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and
established that such termination is made with just cause as therein stated; and no proof in any
claim, demand or suits ll be required of the City regarding such discretionary action.,
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. to work under the Contract on the date and to the extent specified in the notice of
termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3n terminate all orders and subcontracts tote extent that they relate tote perfon-nance of the
Work tenninated by notice of termination;
4m transfer title to the City and deliver in the manner, at the times, and tote extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired, in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be fir fished. to
the City..
5® complete performance of such Work as shall not have been terminated by the notice of
termination;and
6a take such action as may be necessary,, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all
items of termination inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CrTY OF FOIPrI'W0FtTH
STANDMID CONSTRUCITON SPECUCAT[ON DOCLMEN'115
Revision: 21,21 2
007200-1
General Conditions
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items
are stored, within 45 days from the date of submission of the list, and any necessary adjustments
to correct the list as submitted,shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an
extension is made in writing within such 60 day period by the Contractor, and granted by the
City, any and all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for(without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid
on account of loss of anticipated profits or revenue or other economic loss arising out of or
resulting from such termination.
ARTICLE 16—DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for
mediation shall be submitted to the other party to the Contract. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Decernber2l,2012
007200-1
General Conditions
Page 62 of 6 3
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions;or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process;or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17—MISCELLANEOUS
17.01 Givi Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended;or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice,
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt byte receiving party.
17.02 Compulation of Time s
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day oft e period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
crry OF FORT W011UM
STAN DARD CONSIRU(710N SPECIFCADON DOCK MENTS
Revision:[)m=Nr21,2012
oo72oo'/
General Conditions
Page mof 63
1704 Survival of Obligations
All ncpnconntatjnno, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
tnnmion1inonr completion of the Contract nr termination nf the services nfContractor.
17.05 f6euu\nnv
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY op FORT WORT"
STANDARD CONSTRUCTION upsc/rcAT/owDOCUMENTS
Revision.Dwernbei-21,2012
007300-1
SUPPLEMENTARY CONDITIONS
Page l of 6
1 SECTION 00 73 00
2 SUPPLEMENTARY CONDITIONS
3 TO
4 GENERAL CONDITIONS
5
6
7 Supplementary Conditions
8
9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions, and other
10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
I 1 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
12 of the General Conditions which are not so modified or supplemented remain in full force and effect.
13
14 Defined Terms
15
16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the
17 meaning assigned to them in the General Conditions, unless specifically noted herein.
18
19 Modifications and Supplements
20
21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and
22 other Contract Documents.
23
24 SC-3.03B.2,"Resolving Discrepancies"
25
26 Plans govern over Specifications.
27
28 SC-4.01A
29
30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the
32 Contract Drawings.
33
34 SC-4.01A.1.,"Availability of Lands"
35
36 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
37 July 2015.
38
39 Outstanding Right-Of-Way,and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
TROE I Mountainprize Inc. Pending
TROE 2 Whataburger Inc. Pending
TROE 3 Southtrust Bank Pending
TROE 4 Bank of America Pending
TROE 5 Ronald Malik Pending
TROE 6 Magnano Properties One LLC Pending
TROE 7 CCI-Beach LP Pending
TROE 8 First United Leasing Corporation Pending
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02239
Revised April I,2013
007300-2
SUPPLEMENTARY CONDITIONS
Page 2 of 6
PARCEI., OWNER TARGET DATE
NUMBER OF POSSESSION
TROE 9 QC Carwash Inc. Pending
TROE 10 Prot ea Amesbury Court Pending
TROE 11 Chesapeake Land Development Pending
TROE 12 CCI-Beach LP Pending
TROE 13 all Fossil Ridge Assoc. LTD Pending
TROE 14 Ruth Ray and H.L. Hunt Foundation Pending
TROE 15 Fossil Hill LTD Pending
TROE 16 Julius Ladringan and Luz l...adringan Pending
TROE 17 Realtex Ventures Pending
SWE-3 Southtrust an Pending
SWE-5 Southtrust Bank Pending
SWE-6 Magnano Properties One LLC Pending
SVvrE-9 First United Leasing C I orTwation Pending
SWE-10 QC Carwash Inc. Pending
SWE-I I Protea Amesbury Court Pending
SWE-12 CCI-Beach LP Pending
SWE-13 Hall Fossil Ridge Assoc. LTD Pending
SWE-14 Ruth Ray&H.L. Hunt Foundation Pending
S WE-]5.1 Fossil Hill LTD Pending
SWE-15.2 Fossil Hill LTD Pending
SWE-153 Fossil Hill LTD Pending
SWE-17 Realtex Ventures Pending
PUE®I Mountainprize Inc. Pending
TCE-2 Whataburger, Inc. Pending
TCE-4 Bank of America Pending
TCE-8 CCI-Beach LP Pending
®1 Mountainprize Inc. Pending
ROW-3 South trust Bank Pending
ROW4 an of America Pending
ROW-7 TABU Property I LLC Pending
ROW-9 First United Leasing Corporation Pending
ROW-15 Fossil Hill LTD Pending
®I Julius Ladringan and Luz Ladringan Pending
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
2 and do not bind the City.
3
4 If Contractor consider-, the final easements provided to differ materially from the representations on the
5 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
6 notify City in writing associated with the differing easement line locations.
MY OF FORT WORTH Noah Beach Street Impnwements,
STANDARD CONSTRUc'noN SPEC IPCATION DOCUMENTS City Proj No,,02238
Revised April 1,2013
007300-3
SUPPLEMENTARY CONDITIONS
Page 3 of 6
2 SC-4.01A.2,"Availability of Lands"
3
4 Utilities or obstructions to be removed,adjusted,and/or relocated
5
6 The following is list of utilities and/or obstructions that have not been removed, adjusted,and/or relocated
7 as of July 2015
8
EXPECTED UTILITY AND LOCATION TARGET DATE OF
OWNER ADJUSTMENT
None
.......... ....... ................. ..........
9 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed,
10 and do not bind the City.
11
12 SC-4.02A.,"Subsurface and Physical Conditions"
13
14 The following are reports of explorations and tests of subsurface conditions at the site of the Work:
15
16 A Geotechnical Engineering Study Design Report No. 829-14-09,dated November 25,2014,prepared by
17 CMJ Engineering, Inc., a sub-consultant of Brown&Gay Engineers, Inc., a consultant of the City,
18 providing additional information on the general subsurface conditions.
19
20 A Subsurface Utility Engineering Study, dated August 8, 2014,prepared by The Rios Group,a sub-
21 consultant of Brown&Gay Engineers, Inc.,a consultant of the City, providing additional information on
22 the subsurface utility locations.
23
24 SC-4.06A.,"Hazardous Environmental Conditions at Site"
25
26 The following are reports and drawings of existing hazardous environmental conditions known to the City:
27 None
28
29 SC-5.03A.,"Certificates of Insurance"
30
31 The entities listed below are"additional insureds as their interest may appear" including their respective
32 officers,directors,agents and employees.
33
34 (1) City
35 (2) Consultant: Brown&Gay Engineers, Inc.
36 (3) CMJ Engineering Inc, The Rios Group,TxDOT
37
38 SC-5.04A.,"Contractor's Insurance"
39
40 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
41 coverages for not less than the following amounts or greater where required by laws and regulations:
42
43 5.04A. Workers'Compensation, under Paragraph GC-5.04A.
44
45 Statutory limits
46 Employer's liability
47 $100,000 each accident/occurrence
48 $100,000 Disease-each employee
49 $500,000 Disease-policy limit
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02239
Revised April 1,2013
007300-4
SUPPLEMENTARY CONDITIONS
Page 4 of 6
2 SC-5.04H.,"Contractor's Insurance"
3
4 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Con tructoes Liability Insurance
5 under Paragraph GC-5.,04B.,which shall be on a per prqject is covering the Contractor with
6 minimum limits of-
7
8 $1,000,000 each occurrence
9 $2,000,000 aggregate limit
10
11 The policy must have an endorsement(Amendment -Aggregate Limits of Insurance)making the
12 General Aggregate Limits apply separately to each job site.
13
14 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's.
15 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
16
17 SC 5.04C.,"Contractor's Insurance"
18 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability,Insurance under
19 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts:
20
21 (1) Automobile Liability.-a commercial business policy shall provide coverage on"Any Auto",
22 defined as autos owned.,hired and non-owned.
23
24 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
25 least:
26
27 $250,000 Bodily Injury per person 1
28 $500,000 Bodily Injury per accident
29 $100,000 Property Damage
30
31 SC-5.04D.,"Contractor's Insurance"
32
33 The Contrdct(,)r's construction activities will require its employees,agents,subcontractors,equipment,and
34 material deliveries to cross railroad properties and tracks:None
35
36 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
37 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
38 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of
39 Entry AgreemenC with the particular railroad company or companies involved,and to this end the
40 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
41 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate
42 to the Contractor's use of private and/or construction access roads crossing said railroad company's
43 properties.
44
45 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
46 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the
47 Railroad Company for a to that continues for so long as the Contractor's operations and work cross,
48 occupy,or touch railroad property:
49
50 (1) General Aggregate- N/A
51
52 (2) Each Occurrence: N/A
53
54 X..........Not required for this Contract
55
CITY OF FORT WORTH North Reach Street Improvements
STANDARD CONSTR ucThON SPECIF ICATION D(X'.'Ajr MENTS City Project No.02238
Revised April 1,2013
007300-5
SUPPLEMENTARY CONDITIONS
Page 5 of 6
1 With respect to the above outlined insurance requirements, the following shall govern:
2
3 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
4 the name of the railroad company. However, if more than one grade separation or at-grade
5 crossing is affected by the Project at entirely separate locations on the line or lines of the same
6 railroad company, separate coverage may be required,each in the amount stated above.
7
8 2. Where more than one railroad company is operating on the same right-of-way or where several
9 railroad companies are involved and operated on their own separate rights-of-way, the Contractor
10 may be required to provide separate insurance policies in the name of each railroad company.
11
12 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a
13 railroad company's right-of-way at a location entirely separate from the grade separation or at-
14 grade crossing, insurance coverage for this work must be included in the policy covering the grade
15 separation.
16
17 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-
18 way, all such other work may be covered in a single policy for that railroad, even though the work
19 may be at two or more separate locations.
20
21 No work or activities on a railroad company's property to be performed by the Contractor shall be
22 commenced until the Contractor has furnished the City with an original policy or policies of the insurance
23 for each railroad company named,as required above. All such insurance must be approved by the City and
24 each affected Railroad Company prior to the Contractor's beginning work.
25
26 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
27 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
28 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
29 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the
30 railroad company operating over tracks involved in the Project.
31
32 C-6.04.,"Project Schedule"
33
34 Project schedule shall be tier 3 for the project.
35
36 SC-6.07.,"Wage Rates"
37
38 The following is the prevailing wage rate table(s)applicable to this project and is provided in the
39 Appendixes:
40 t p5 . u(. n ,a
.. n ak ° � t, k __1"%
41
, . ... flic6:ibons,'1"Di,,,%24p00_..
42 C eiier 48%20(,,'.w)ric,liliotu sm(.:F..Wir2D.1l Ia,In tll`Fi
43
44 SC-6.09.,"Permits and Utilities"
45
46 SC-6.09 .,"Contractor obtained permits and licenses"
47 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
48 1. Stormwater Pollution Prevention Plan
49 2. Street Use Permit
50
51 SC-6.09B."City obtained permits and licenses"
52 The following are known permits and/or licenses required by the Contract to be acquired by the City:
53 1. TxDOT: Access Permit
54
55 SC-6.09 . "Outstanding permits and licenses"
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project.No.022311
Revised April I,2013
007300-6
SUPPLEMENTARY CONDITIONS
Page 6 of 6
2 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of July 2015
3
4 Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
..........................I..............----............................................................................................................................................ ............................................................ ......................................
TxDOT Access Permit Pending
5
6
7 SC-7.02.,"Coordination"
8
9 The hidividUarlS or entities listed below have contracts with the City for the performance of other work at
10 the Site:
.........F r4 l.....................,ma......-_.
.............
12
13 SC-8.01,"Communications to Contractor"
14
15 None
16
17 SC-9.01,"City's Project Representative"
18
19 The following firm is a consultant,to the City responsible for construction management of this Project:
20 None
21
22 SC-13.03C.,"Tests and Inspections"
23
24 None
25
26 SC-16.01C.11,"Methods and Procedures"
27
28 None
29
30
31
32 END OF SECTION
CITY OF FORT WORTH North Beach Street Nmpmvemeufs
STANDARD CONSTRIX C10N SPECIFICATION DOCUMENTS City Project No,02238
Revised April 1,2013
01 1100-1
SUMMARY OF WORK
Page I of 3
1 SECTION 01 1100
2 SUMMARY OF WORK
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 -General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor, materials, and equipment, and performing
20 all Work necessary for this construction project as detailed in the Drawings and
21 Specifications.
22 B. Subsidiary Work
23 1. Any and all Work specifically governed by documentary requirements for the
24 project, such as conditions imposed by the Drawings or Contract Documents in
25 which no specific item for bid has been provided for in the Proposal and the item is
26 not a typical unit bid item included on the standard bid item list,then the item shall
27 be considered as a subsidiary item of Work,the cost of which shall be included in
28 the price bid in the Proposal for various bid items.
29 C. Use of Premises
30 l. Coordinate uses of premises under direction of the City.
31 2. Assume full responsibility for protection and safekeeping of materials and
32 equipment stored on the Site.
33 3. Use and occupy only portions of the public streets and alleys, or other public places
34 or other rights-of-way as provided for in the ordinances of the City, as shown in the
35 Contract Documents, or as may be specifically authorized in writing by the City.
36 a. A reasonable amount of tools, materials, and equipment for construction
37 purposes may be stored in such space, but no more than is necessary to avoid
38 delay in the construction operations.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
0# 1#00-2
SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks,the or shall be carried on i n s uch
5 manner as not to interfere with the operation of the railroad.
.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D.
or within Easements
9 1. Do not enter on private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2, Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. thiless specifically provided otherwise, clear all rights-of-way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent darnage to,all trees, shrubbery,plants,
18 lawns, fences,culverts,curbing,and all other types of structures or improvernetits,
19 to all water,sewer,and gas lines,to all conduits,overhead pole lines,or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 or
26 b. Notices shall be applicable to of public and private utility companies and any
27 corporation,company, individual,or other,either as owners or occupants,
28 whose land or interest in land might be affected by the or
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act,omission,neglect, or misconduct in the manner or method or
31 execution of the Work,or at any time due to defective work, material,or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight,and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal,temposary
40 closures and replacement,shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
C11"'IFY OF FORT WORTti Nord-4 Beach Street Improvements
STANDARD CONISTRUC710N SPECIFICATION DOCUMENI'S City Project No,02238
Revised December 20,2012
01 I100-3
SUMMARY OF WORK
Page 3 of 3
l 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
1 l END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
CITY OF FORT WORTH [North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
01 25 00- 1
SUBSTITUTION PROCEDURES
Page 1 of 4
1 SECTION 0125 00
2 SUBSTITUTION PROCEDURES
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for requesting the approval of substitution of a product that is not
7 equivalent to a product which is specified by descriptive or performance criteria or
8 defined by reference to 1 or more of the following:
9 a. Name of manufacturer
10 b. Name of vendor
I l c. Trade name
12 d. Catalog number
13 2. Substitutions are not "or-equals".
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. None.
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
18 2. Division 1 —General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various items bid.
22 No separate payment will be allowed for this Item.
23 1.3 REFERENCES [NOT USED]
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Request for Substitution- General
26 1. Within 30 days after award of Contract(unless noted otherwise),the City will
27 consider formal requests from Contractor for substitution of products in place of
28 those specified.
29 2. Certain types of equipment and kinds of material are described in Specifications by
30 means of references to names of manufacturers and vendors,trade names, or
31 catalog numbers.
32 a. When this method of specifying is used, it is not intended to exclude from
33 consideration other products bearing other manufacturer's or vendor's names,
34 trade names, or catalog numbers, provided said products are "or-equals," as
35 determined by City.
36 3. Other types of equipment and kinds of material may be acceptable substitutions
37 under the following conditions:
38 a. Or-equals are unavailable due to strike, discontinued production of products
39 meeting specified requirements,or other factors beyond control of Contractor;
40 or,
CITY OF FORE WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
012500-2
stiBsTITUTION PROCEDURES
Page 2 of'4
1 b. Contractor proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form(attached)
4 B. Procedure for Requesting Substitution
5 1.. Substitutions all be considered only:
6 a. After award of Contract
7 b. Under the conditions stated herein
8 2. Submit 3 copies of each written request for substitution, including-.
9 a. Documentation
to 1) Complete data substantiating compliance of proposed substitution with
11 Contract Documents
12 2) Data relating to changes in construction schedule,when a reduction is
13 proposed
14 3) Data relating to changes in cost
15 b. For products
16 1) Product identification
17 a) Manufacturer's name
18 b) Telephone number and representative contact name
19 c) Specification Section or Drawing reference of originally specified
20 product, including discrete name or tag number assigned to original
21 product in the Contract Documents
22 2) Manufacturer's literature clearly marked to show compliance of proposed
23 product with Contract Documents
24 3) Itemized comparison of original and proposed product addressing product
25 characteristics including,but not necessarily limited to:
26 a) Size
27 b) Composition or materials of construction
28 c) Weight
29 d) Electrical or mechanical requirements
30 4) Product experience
31 a) Location of past projects utilizing product
32 b) Name and telephone number of persons associated with referenced
33 projects knowledgeable concerning proposed product
34 c) Available field data and reports associated with proposed product
35 5) Samples
36 a) Provide at request of City.
37 b) Samples become the property of the City.
38 c. For construction methods:
39 1) Detailed description of proposed method
40 2) Illustration drawings
41 C. Approval or Rejection
42 1, Written approval or rejection of substitution given by the City
43 2. City reserves the right to require proposed product to comply with color and pattern
44 of specified product if necessary to secure design intent.
45 3. In the event the substitution is approved,the resulting cost and/or time reduction
46 will be documented by Change Order in accordance with the General Conditions.
ClTY OF FORT WORTH North Beach Street finprovernents
STANDARD CONSI'RU(..,Tl(.)N SPECIFICATION City Project No,02238
Revised July [,,201 E
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
1 4. No additional contract time will be given for substitution.
2 5. Substitution will be rejected if:
3 a. Submittal is not through the Contractor with his stamp of approval
4 b. Request is not made in accordance with this Specification Section
5 c. In the City's opinion, acceptance will require substantial revision of the original
6 design
7 d. In the City's opinion, substitution will not perform adequately the function
8 consistent with the design intent
9 1.6 ACTION SUB ITTALSANFO TIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE
13 A. In making request for substitution or in using an approved product, the Contractor
14 represents that the Contractor:
15 1. Has investigated proposed product, and has determined that it is adequate or
16 superior in all respects to that specified, and that it will perform function for which
17 it is intended
18 2. Will provide same guarantee for substitute item as for product specified
19 3. Will coordinate installation of accepted substitution into Work, to include building
20 modifications if necessary, making such changes as may be required for Work to be
21 complete in all respects
22 4. Waives all claims for additional costs related to substitution which subsequently
23 arise
24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
25 1.11 FIELD [SITE] CONDITIONS [NOT USED]
26 1.12 WARRANTY [NOT USED]
27 PART 2 - PRODUCTS [NOT USED]
28 PART 3 - EXECUTION [NOT USED]
29 END OF SECTION
30
Revision Log
DATE NAME SUMMARY OF CHANGE
31
CITY OF FOR"f WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
012500-4
SUBSTITUTION PR()CEDURES
Page 4 of 4
EXHIBIT A
2 REQUEST FOR SUBSTITUTION FORM:
3
4 TO:
5 PROJECT: DATE:
6 We hereby submit for your consideration the following product instead of the specified item for
7 the above project:
8 SECTION PARAGRAPH SPECIFIED
9 ITEM
10
I I — ...............
12 Proposed Substitution: ............
13 Reason for Substitution:
14 Include complete information on changes to Drawings and/or Specifications which proposed
15 substitution will require for its proper installation.
16
17 Fill in Blanks Below:
18 A. Will the undersigned contractor pay for changes to the building design, including
19 engineering and detailing costs caused by the requested substitution?
20
21
22 t effect does substitution have on other trades'?
23
24
25 C. iff—e—ren--c—es between proposed'—substitution and specified item?
26
27
...................
28 D. Differences in product cost or product: livery time?
29
30
.......................... .............
31 E. Manufacturer's guarantees of the proposed and specified items are:
32
33 Equal Better (explain on attachment)
34 The undersigned states that the function, appearance and quality are equivalent or superior to
35 the specified item.
36 Submitted By: For Use by City
37
38 Signature Recorninended Recommended
39 as noted
40
41 Firm Not recornmended Received late
42 Address By
43 Date
.....................
44 Date Remarks
45 Telephone
46
47 For Use by City:
48 -Approved Rejected
49 city Date
C[TY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPE(IFKATM D(X-1JMENTS City Prqject No,02238
Revised,lufy 1,20 11
0131 19-1
PRECONSTRUCTION MEETING
Page I of 3
1 SECTION 01 31 19
2 PRECONSTRUCTION MEETING
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 —General Requirements
13 1,2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded,tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting, prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b. Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City may request
39 e. Other City representatives
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised August 17,2012
013119-2
PRECONSTRUC`TJONI MEETING
Page 2 of 3
1 f, Others as appropriate
2 4. Construction Schedule
3 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and
4 provide at Preconstruction Meeting.
5 b. City will notify Contractor of any schedule changes upon Notice of
6 Preconstruction Meeting,
7 5. Preliminary,Agenda may include:
8 a. Introduction of Project Personnel
9 b. General Description of Project
10 c. Status of right-of-way, utility clearances,easements or other pertinent permiits
11 d. Contractor's or plan and schedule
12 e. Contract Time
13 f. Notice to Proceed
14 g. Construction Staking
15 h. Progress Payments
16 i. Extra or and Change Order Procedures
17 j. Field Orders
18 k. Disposal Site Letter for to Material
19 1. Insurance Renewals
20 In. Payroll Certification
21 n. Material Certifications and Quality Control Testing
22 o. Public Safety and Convenience
23 p. Documentation of Pre-Construction Conditions
24 q. Weekend Work Notification
25 r. Legal Holidays
26 s. Trench Safety Plans
27 t. Confined Space Entry Standards
28 u. Coordination with the City's representative for operations of existing water
29 systems
30 v. Storm Water Pollution Prevention an
31 w. Coordination with other Contractors
32 x. Early Warning System
33 y. Contractor Evaluation
34 z. Special Conditions applicable to the project
35 aa. Damages Claims
36 bb. Submittal Procedures
37 cc. Substitution Procedures
38 dd. Correspondence Routing
39 ee. Record Drawings
40 ff. Temporary construction facilities
41 gg. M/WBE or MBE/SBE procedures
42 hh. Final Acceptance
43 ii. Final Payment
44 J. Questions or Comments
CITY OF FORT WORTH North Beach S briprovements
STANDARD CONSTRUCTION SPECIFICATION DOCIAvIENTS City Project No.02238
Revised August 17,2012
01 31 19-3
PRECONSTRUCTION MEETING
Page 3 of 3
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
1 I END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised August 17,2012
01 31 20- 1
PROJECT MEETINGS
Page I of 3
1 SECTION 01 31 20
2 PROJECT MEETINGS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for project meetings throughout the construction period to enable orderly
7 review of the progress of the Work and to provide for systematic discussion of
8 potential problems
9 B. Deviations this City of Fort Worth Standard Specification
10 1. None.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
13 2. Division 1 —General Requirements
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Coordination
21 1. Schedule, attend and administer as specified, periodic progress meetings, and
22 specially called meetings throughout progress of the Work.
23 2. Representatives of Contractor, subcontractors and suppliers attending meetings
24 shall be qualified and authorized to act on behalf of the entity each represents.
25 3. Meetings administered by City may be tape recorded.
26 a. If recorded, tapes will be used to prepare minutes and retained by City for
27 future reference.
28 4. Meetings, in addition to those specified in this Section, may be held when requested
29 by the City, Engineer or Contractor.
30 B. Pre-Construction Neighborhood Meeting
31 1. After the execution of the Agreement, but before construction is allowed to begin,
32 attend 1 Public Meeting with affected residents to:
33 a. Present projected schedule, including construction start date
34 b. Answer any construction related questions
35 2. Meeting Location
36 a. Location of meeting to be determined by the City.
37 3. Attendees
38 a. Contractor
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
013120-2
PROJLCTMEETINGS
Page 2 of 3
b. Project Representative
2 c. her City representatives
3 4, Meeting Schedule
4 a. In general,the neighborhood meeting will occur within the 2 weeks following
5 the pre-construction conference.
6 b. In no case will construction be allowed to begin until this meeting is held.
7 C. Progress Meetings
8 1. Formal project coordination meetings will be held periodically. Meetings will be
9 scheduled and administered by Project Representative.
io 2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include,but not be limited to:
12 a. Coordinating shutdowns
13 b. Installation of piping and equipment
14 c. Coordination between other construction projects
15 d. Resolution of construction issues
16 e. Equipment approval
17 3. The Project Representative will preside at progress meetings,prepare the notes of
18 the meeting and distribute copies of the same to all participants who so request by
19 fully completing the attendance form to be circulated at the beginning of each
20 meeting.
21 4. Attendance shall include:
22 a. Contractoes prof ect manager
23 b. Contractor's superintendent
24 c. Any subcontractor or supplier representatives whom the Contractor may desire
25 to invite or the City may request
26 d. Engincees representatives
27 e. City's representatives
28 f. Others,as requested by the Project Representative
29 5n Preliminary Agenda may include:
30 a. Review of Work progress since previous meeting
31 b. Field observations,problems,conflicts
32 c. Items which impede construction schedule
33 d. Review of off site fabrication,delivery,schedules
34 e. Review of construction interfacing and sequencing requirements with other
35 construction contracts
36 f. Corrective measures and procedures to regain projected schedule
37 g. Revisions to construction schedule
38 It. Progress, schedule,during succeeding Work period
39 is Coordination of schedules
40 j. Review submittal schedules
41 k. Maintenance of quality standards
42 1. Pending changes and substitutions
43 m. Review proposed changes for:
44 1) Effect on construction schedule and on completion date
45 2) Effect ono er contracts of the Project
46 n. Review Record Documents
47 o. Review monthly pay request
48 p. Review status of Requests for Inforn-tation
CITY OF FORT WORTH 31 North Beach Street Improvements
SS TB CONSTRUCTION SI ECIFICATION D00 MENTS City Project No.02238
RevisedJuly 1,201 q
01 3120-3
PROJECT MEETINGS
Page 3 of 3
1 6. Meeting Schedule
2 a. Progress meetings will be held periodically as determined by the Project
3 Representative.
4 1) Additional meetings may be held at the request of the:
5 a) City
6 b) Engineer
7 c) Contractor
8 7. Meeting Location
9 a. The City will establish a meeting location.
1.0 1) To the extent practicable, meetings will be held at the Site.
11 1.5 SUBMITTALS [NOT USED]
12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
13 1.7 CLOSEOUT SUBMITTALS [NOT USED]
14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE [NOT USED]
16 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY [NOT USED]
19 PART 2 - PRODUCTS [NOT USED]
20 PART 3- EXECUTION [NOT USED]
21 END OF SECTION
22
Revision Log
DATE NAME SUMMARY OF CHANGE
23
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
o| s/ |a'|
CONSTRUCTION PROGRESS SCHEDULE
Page / of»
\ SECTION 0132 16
2 CONSTRUCTION PROGRESS SCHEDULE
3 PART 1 - GENERAL
4 1,1 SUMMARY
5 A. Section Includes:
6 l. General requirements for the preparation, submittal, updating, status reporting and
7 management uf the Construction Progress Schedule
8 2. Specific requirements are presented io the City uf Fort Worth Schedule Guidance
0 Document
}O B. Deviations from this City ufFort Worth Standard Specification
l| l. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 (. [)k/iaiuo 0— Bidding Requirements, Contract Forms and [mudd/unm of the Contract
14 2. D/v/aiuo | —General Requirements
15 1.2 PRICE AND PAYMENT PROCEDURES
10 A. Measurement and Payment
17 l. Work associated with this Item ia considered subsidiary tu the various items bid.
18 Nu separate payment will be allowed for this Item.
|V 1,3 REFERENCES
20 A. Defiuiduua
21 l. Schedule Tiers
22 u. Tier 1 -Nn schedule submittal required by contract. Smnu|L brief duration
23 projects
24 b. Tier 2 -Nn schedule submittal required by contract, but will require some
25 milestone dates. Smnu|L brief duration projects
20 c. Tier 3 - Schedule submittal required hy contract ua described iuthe
27 Specification and herein. Majority of City p 'ects, including all bond program
28 projects
29 d. Tier 4 - Schedule submittal required hy contract umdescribed in the
30 Specification and herein. Large and/or complex projects with |uog durations
31 l) Examples: large water pump station project uoduaauciutedpipe|ioevvitb
32 interconnection to another governmental entity
33 e. Tier 5 - Schedule submittal required by contract as described in the
34 Specification and herein. Large and/or very complex projects with |nog
35 durations, high public visibility
30 () Examples might include u water ur wastewater treatment plant
37 2. Baseline Schedule- Initial schedule submitted before work begins that will serve
38 as the baseline for measuring progress and departures from the schedule.
39 3. Progress Schedmfe- Monthly submittal ufuprogress schedule documenting
40 progress uo the project uoduoychungesuoduipo1ed.
CITY op FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.V2238
Revised July 1,2011
013216-2
CONSTRUCTION PRO(;R_ESS SC EDLJLE
Page 2 of 5
1 4. Schedule Narrative-Concise narrative of the schedule including schedule
2 changes,expected delays, key schedule issues,critical at items,etc
3 B. Reference Standards
4 1. City of Fort Worth Schedule Guidance Document
5 1.4 ADMINISTRATIVE REQUIREMENTS
6 A. Baseline Schedule
7 1. General
8 a. Prepare a cost-loaded baseline Schedule using approved soft.-ware and the
9 Critical at Method(CPM)as required in the City of Fort Worth Schedule
10 Guidance Document.
11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
12 understanding of the or to be performed and known issues and constraints
13 related to the schedule.
14 c. Designate an authorized representative(Project Scheduler)responsible for
15 developing and updating the schedule and preparing reports.
16 B. Progress Schedule
17 1. LJpdate the progress Schedule monthly as required in the City of Fort Worth
18 Schedule Guidance Document.
19 2. Prepare the Schedule Narrative to accompany the montlily progress Schedule.
20 3. Change Orders
21 a. Incorporate approved change orders,resulting in a change of contract time, in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document.
24 C. Responsibility for Schedule Compliance
25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status
26 Report that delays to the critical path have resulted and the Contract completion
27 date will not be met, or when so directed by the City,make some or all of the
28 following actions at no additional cost to the City
29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule
30 outlining:
31 1) A written statement of the steps intended to take to remove or arrest the
32 delay to the critical path in the approved schedule
33 2) Increase construction manpower in such quantities and crafts as will
34 substantially eliminate the backlog of or and return current Schedule to
35 meet projected baseline completion dates
36 3) Increase the number of working hours per shift, shifts per day, working
37 days per week,the amount of construction equipment,or any combination
38 of the foregoing,sufficiently to substantially eliminate the backlog of work
39 4) Reschedule activities to achieve maximum practical concurrency of
40 accomplishment of activities,and comply with the revised schedule
41 2. If no written statement of the steps intended to take is submitted when so requested
42 by the City,the City may direct the Contractor to increase the level of effort in
43 manpower(trades),equipment and work schedule(overtime,weekend and holiday
44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay
45 to the critical at in the approved schedule,
46 a. No additional cost for such work will be considered.
C'rfY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION r.)OCUMENTS City Project No.02238
Revised July 1,2011
msz /o »
CONSTRUCTION PROGRESS SCHEDULE
Page»^r5
| D. The Contract completion time will be adjusted only for causes specified in this
2 Contract.
3 u. Requests for uu extension of any Contract completion date must he
4 supplemented with the following:
5 |) Furnish justification and supporting evidence uo the City may deem
6 necessary to determine whether the requested extension of time is entitled
7 under the provisions of this Contract.
8 a) The City will, after receipt ofsuch justification and supporting
g evidence, make findings offact and will advise the Contractor, iu
10 writing thereof.
| | 2) If the City finds that the requested extension of time is entitled, the City's
12 determination as to the total number of days allowed for the extensions
13 shall he based upon the approved total baseline schedule and ou all data
14 relevant tothe extension.
15 u) Such data shall he included iu the next updating of the Progress
16 schedule.
17 h) Actual delays iu activities which, according tothe 0ume|iue schedule,
18 do not affect any Contract completion date shown hy the critical path iu
|g the network will not he the basis for u change therein.
20 2. Submit each request for change in Contract completion date to the City within 30
21 days after the beginning of the delay for which utime extension im requested but
22 before the date o[final payment under this Contract.
23 u. No time extension will be granted for requests which are not submitted within
24 the foregoing time limit.
25 h. From time to time, it may be necessary for the Contract schedule or completion
26 time tohe adjusted hy the City toreflect the effects ofloh conditions, weather,
27 technical diOficu|tiem, strikes, unavoidable delays ou the part of the City orits
28 representatives, and other unforeseeable conditions which may indicate
29 schedule adjustments or completion time extensions.
30 |) Under such conditions, the City will direct the Contractor toreschedule the
31 work or Contract completion time to reflect the changed conditions and the
32 Contractor shall revise his schedule accordingly.
33 o) No additional compensation will he made to the Contractor for such
34 schedule changes except for unavoidable overall contract time
35 extensions beyond the actual completion uf unaffected work, in which
36 case the Contractor shall take all possible action to minimize any time
37 extension and any additional cost to the City.
38 b) Available float time iuthe Baseline schedule may be used hy the City
39 um well un by the Contractor.
40 3. Float or slack time im defined amthe amount of time between the earliest start date
41 and the latest start date or between the earliest finish date and the latest finish date
42 ofuchain of activities ou the 0umc|ine Schedule.
43 a. Float or slack time im not for the exclusive use or benefit of either the
44 Contractor or the City.
45 h. Proceed with work according to early start dates, and the City shall have the
46 right to reserve and apportion float time according to the needs of the project.
CITY op FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.nzz»m
Revised July 1,2011
01 32 l6-4
CONSTRUCIION PROGRESS SCHEDULE
Page 4 of 5
1 c. Acknowledge and agree that actual delays, affecting paths of activities
2 containing float time,will not have any effect upon contract completion times,
3 providing that the actual delay does not exceed.the float time associated with
4 those activities.
5 E. Coordinating Schedule with Other Contract Schedules
6
1. Where work is to be performed under this Contract concurrently with or contingent
7 upon or performed on the same facilities or areau er other contracts,the
8 Baseline Schedule shall be coordinated with the schedules of the other contracts.
9 a. Obtain the schedules of the other appropriate contracts from the City for the
to preparation and updating of Baseline schedule and make the required changes
11 in his schedule when indicated by changes in corresponding schedules.
12 2. In case of interference between the operations of different contractors,the City will
13 determine the work priority of each contractor,and the sequence of work necessary
14 to expedite the completion of the entire Pro.ject.
15 a. In such cases,the decision of the City shall be accepted as final.
16 b. The temporary delay of any work due to such circumstances shall not be
1.7 considered as justification for claims for additional compensation.
t 8 1.5 SUBMITALS
19 A. Baseline Schedule
20 1. Submit Schedule in native file ftmnat and pdf fortnat as required in the City of Fort
21 Worth Schedule Guidance Document.
22 a. Native file format includes:
23 1) Primavera.(P6 or Primavera Contractor)
24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
25 bring in hard copy to the meeting for review and discussion.
26 B. Progress Schedule
27 1. Submit progress Schedule in native file format,and pdf format as required in the
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedule monthly no later than the last day of the month.
30 C. Schedule Narrative
31 1. Submit the schedule narrative in pdf loffinat as required in the City of Fort Worth
32 Schedule Guidance Document.
33 2. Submit schedule narrative monthly no later than the last day of the month.
34 D. Submittal Process
35 1. The City administers and manages schedules through Bu saw,
36 2.. Contractor shall submit documents as required in the City of Fort Worth Schedule
37 Guidance Document.
38 3. Once the project has been completed and Final Acceptance has been issued by the
39 City, no further progress schedules are required.
MY OF FORT WORTH North Beach Street f.mprovements
STANDARD CONSTRUCTION SPECIFICATION 1)(KUMENTS City Project Nm 02238
Revised July 1,2011
01 32 16-5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
I 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE
5 A. The person preparing and revising the construction Progress Schedule shall be
6 experienced in the preparation of schedules of similar complexity.
7 B. Schedule and supporting documents addressed in this Specification shall be prepared,
8 updated and revised to accurately reflect the performance of the construction.
9 C. Contractor is responsible for the quality of all submittals in this section meeting the
10 standard of care for the construction industry for similar projects.
I I 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
12 1.11 FIELD [SITE] CONDITIONS [NOT USED]
13 1.12 WARRANTY [NOT USED]
14 PART 2 - PRODUCTS [NOT USED]
15 PART 3 - EXECUTION [NOT USED]
16 END OF SECTION
17
Revision Log
DATE NAME SUMMARY OF CHANGE
18
CITY OF FORT WORTH North Beach Street Improvements
S"T"ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
01 32 33-1
PRECONSTRUCTION VIDEO
Page 1 of 2
1 SECTION 0132 33
2 PRECONSTRUCTION VIDEO
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 —General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Preconstruction Video
20 1. Produce a preconstruction video of the site/alignment, including all areas in the
21 vicinity of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Retain a copy of the preconstruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
33 PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH North Leach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July I,2011
013233®2
PRECONSTRUCT90N VIDEO
Page 2 of 2
t PART 3- EXECUTION [NOT USED1
2 END OF SECTION
3
Revision Log
ATE NAME SUMMARY OF CHANGE
4
CITY OF FORT WORTH North each Street Improvements
,STANDARD C,"ONS'f'RI7C:,,,r!ON SPECIFICATION D)CIXMENTS City Project No.02238
Revised July 1,2011
013300-1
SUBMITTALS
Page I of 8
1 SECTION 0133 00
2 SUBMITTALS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General methods and requirements of submissions applicable to the following
7 Work-related submittals:
9 a. Shop Drawings
9 b. Product Data (including Standard Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division I —General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal, of any deviations in the
25 submittals from the requirements of the Contract Documents.
26 2. Coordination of Submittal Times
27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of
28 performing the related Work or other applicable activities, or within the time
29 specified in the individual Work Sections, of the Specifications.
30 b. Contractor is responsible such that the installation will not be delayed by
31 processing times including, but not limited to:
32 a) Disapproval and resubmittal (if required)
33 b) Coordination with other submittals
34 c) Testing
35 d) Purchasing
36 e) Fabrication
37 f) Delivery
38 g) Similar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
013300-2
SUBMITTALS
Page 2 of 8
1 d. Make submittals promptly in accordance with approved schedule,and in such
2 sequence as to cause no delay in the or or in the work of any other
3 contractor.
4 B. Submittal Numbering
5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
6 reference identification numbering system in the following manner:
7 a. Use the first 6 digits oft e applicable Specification Section Number.
8 b. For the next 2 digits number use numbers 0 1® to sequentially number each
9 initial separate item or drawing submitted under each specific Section number.
10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e.
I I A=2nd submission,B=3rd submission,C=4th submission, etc.). A typical
12 submittal number would be as follows:
13
14 03 30 00-08-B
15
16 1) 03 30 00 is the Specification Section for Concrete
17 2) 08 is the eighth initial submittal under this Specification Section
18 3) B is the third submission(second resubmission)of that particular shop
19 drawing
20 C. Contractor Certification
21 1. Review shop drawings,product data and samples, including those by
22 subcontractors,prior to submission to determine and verify the following:
23 a. it measurements
24 b. Field construction criteria
25 c. Catalog numbers and similar data
26 d. Conformance with the Contract Documents
27 2. Provide each shop drawing, sample and product data submitted by the Contractor
28 with a Certification Statement affixed including:
29 a. The Contractor's Company name
30 b. Signature of submittal reviewer
31 c. Certification Statement
32 1) "By this submittal, I hereby represent that I have determined and verified
33 field measurements, field construction criteria,materials,dimensions,
34 catalog numbers and similar data and I have checked and coordinated each
35 item with other applicable approved shop drawings."
36 D. Submittal Format
37 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 Y2 inches x 11 inches.
38 2. in shop drawings and product data sheets together.
39 3. Order
40 a. Cover Sheet
41 1) Description of Packet
42 2) Contractor Certification
43 b. List of items/Table of Contents
44 c. Product Data/Shop Drawings/Samples/Calculations
45 E. Submittal Content
46 1. The date of submission and the dates of any previous submissions
MY OF FORT WORTH No Beach Street Improvements
STANDARD coNsTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,20112
01 3300-3
SUBMITTALS
Page 3vrx
| Z. The Pro ioct title and number
2 3. Contractor identification
3 4. The names of
4 a. Contractor
5 b. Supplier
6 c. Manufacturer
7 5. Identification of the product, with the Specification Section number, page and
0 paragraph(s)
P 6. Field dimensions, clearly identified amsuch
|0 7. Relation to adjacent orcritical features of the Work ormaterials
l\ @. Applicable standards, such amASTMorFederal Specification numbers
|Z 9. Identification hy highlighting of deviations from Contract Documents
13 10. Identification by highlighting of revisions onrenuhmnittu\s
14 ||. /ko8-inchx3-incb blank space for Contractor and City stamps
15 F. Shop Drawings
16 l. As specified io individual Work Sections includes, but im not necessarily limited to:
17 a. Custom-prepared data such as fabrication and erection/installation (working)
10 drawings
lP b. Scheduled information
20 c. Setting diagrams
21 d. Actual mbopp/ork manufacturing instructions
22 e. Custom templates
23 [ Special p/idogdiagrarnm
24 g. Coordination drawings
25 h. Individual system orequipment inspection and test reports including:
26 l) Performance curves and certifications
27 i. /km applicable io the Work
28 2. Details
29 a. Relation of the various parts 0m the main members and lines ofthe structure
30 b. Where correct fabrication ofthe Work depends upon field measurements
31 l) Provide such measurements and note on the doup/iugm prior to submitting
32 for approval.
33 G. Product Data
34 |. For submittals of product data for products included ou the City's Standard Product
35 List, clearly identify each item selected for use outhe Project.
36 2. For submittals of product data for products not included ou the City's Standard
37 Product List, submittal data may include, but is not necessarily limited to:
30 a. Standard prepared data for manufactured products(sometimes referred to as
39 catalog data)
40 |) Such am the manufacturer's product specification and installation
41 instructions
42 2) Availability of colors and patterns
43 3) Manufacturer's printed statements of compliances and applicability
44 4) Roughing-in diagrams and templates
45 5) Catalog cuts
46 6) Product photographs
CITY np FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.azz3x
Revised December zv`zn|z
01 33 00 4
suBmiTrALS
Page 4 of 8
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational-range diagrams
3 9) Production or quality con troll inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and maintenance instructions and recommended
6 spare-parts listing and printed product warranties
7 12) As applicable to the or
8 H. Samples
9 1. As specified in individual Sections, include, but are not necessarily limited to:
10 a. Physical examples of the Work such as:
1.1 I) Sections of manufactured or fabricated Work
12 2) Small cuts or containers of materials
13 3) Complete units of repetitively used products color/texture/pattern swatches
14 and range sets
15 4) Specimens for coordination of visual effect
16 5) Graphic symbols and units of Work to be used by the City for independent
17 inspection and testing,as applicable to the Work
18 I® Do not start Work requiring a shop drawing,sample or product data nor any material to
19 be fabricated or installed prior to the approval or qualified approval of such item.
20 1. Iabrication performed,materials purchased or on-site construction accomplished
21 which does not conform to approved shop drawings and data is at the Contractoes
22 risk.
23 2. The City will not be liable for any expense or delay due to corrections or remedies
24 required to accomplish conforinity.
25 3. Complete project Work,materials,fabrication,and installations in conformance
26 with approved shop drarWings,applicable samples,and product data.
27 J. Submittal Distribution
28 1. Electronic Distribution
29 a. Confirm development of Project directory for electronic submittals to be
30 uploaded to City's Buzzsaw site,or another external FTP site approved by the
31 city.
32 b. Shop Drawings
33 1) Upload submittal to designated project directrory and notify appropriate
34 City representatives via email of submittal posting.
35 2) Hard Copies
36 a) 3 copies for all submittals
37 b) If Contractor requires more than I hard copy of Shop Drawings
38 returned,Contractor shall submit more than the number of copies listed
39 above.
40 c. Product Data
41 1) Ur pload submittal to designated prqject directory and notify appropriate
42 City representatives via email of submittal posting.
43 2) Hard Copies
44 a) 3 copies for all submittals
45 d. Samples
46 1) Distributed tote Project Representative
47 20 Hard Copy, Distribution(if required in lieu of electronic distribution)
MY OF FORT WORTH Nordi Beach Street inaprow", ents
STANDARD CONSTRUCTION SPEUMATION[XX.JJMFN'r City Project.No.02238
Revised December 20,2012
013300-5
SUBMITTALS
Page 5 of 8
1 a. Shop Drawings
2 1) Distributed to the City
3 2) Copies
4 a) 8 copies for mechanical submittals
5 b) 7 copies for all other submittals
6 c) If Contractor requires more than 3 copies of Shop Drawings returned,
7 Contractor shall submit more than the number of copies listed above.
8 b. Product Data
9 1) Distributed to the City
10 2) Copies
11 a) 4 copies
12 c. Samples
13 1) Distributed to the Project Representative
14 2) Copies
15 a) Submit the number stated in the respective Specification Sections.
16 3. Distribute reproductions of approved shop drawings and copies of approved
17 product data and samples, where required, to the job site file and elsewhere as
18 directed by the City.
19 a. Provide number of copies as directed by the City but not exceeding the number
20 previously specified.
21 K. Submittal Review
22 1. The review of shop drawings, data and samples will be for general conformance
23 with the design concept and Contract Documents. This is not to be construed as:
24 a. Permitting any departure from the Contract requirements
25 b. Relieving the Contractor of responsibility for any errors, including details,
26 dimensions, and materials
27 c. Approving departures from details furnished by the City, except as otherwise
28 provided herein
29 2. The review and approval of shop drawings, samples or product data by the City
30 does not relieve the Contractor from his/her responsibility with regard to the
31 fulfillment of the terms of the Contract.
32 a. All risks of error and omission are assumed by the Contractor, and the City will
33 have no responsibility therefore.
34 3. The Contractor remains responsible for details and accuracy, for coordinating the
35 Work with all other associated work and trades, for selecting fabrication processes,
36 for techniques of assembly and for performing Work in a safe manner.
37 4. If the shop drawings, data or samples as submitted describe variations and show a
38 departure from the Contract requirements which City finds to be in the interest of
39 the City and to be so minor as not to involve a change in Contract Price or time for
40 performance,the City may return the reviewed drawings without noting an
41 exception.
42 5. Submittals will be returned to the Contractor under 1 of the following codes:
43 a. Code 1
44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
45 comments on the submittal.
46 a) When returned under this code the Contractor may release the
47 equipment and/or material for manufacture.
48 b. Code 2
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.02238
Revised December 20,2012
013300®6
SUBMITTALS
Page 6 of 8
1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
2 the notations and comments IS NOT required by the Contractor.
3 a) The Contractor may release the equipment or material for manufacture;
4 however, all notations and comments must be incorporated into the
5 final product.
6 c. Code 3
7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
8 assigned when notations and comments are extensive enough to require a
9 resubmittal of the package.
10 a) The Contractor may release the equipment or material for manufacture;
11 however,all notations and comments must be incorporated into the
12 final product.
13 b) This resubmittal is to address all comments,omissions and
14 non-conflon-ning items that were noted.
15 c) Resubmittal is to be received by the City within 15 Calendar Days of
16 the date of the City's transmittal requiring the resubmittaL
17 d. Code 4
18 1) "NOT APPROVED" is assigned when the submittal does not meet the
19 intent of the Contract Documents.
20 a) The Contractor must resubmit the entire package revised to bring the
21 submittal into conformance.
22 b) It may be necessary to resubmit using a different n.-ianufacturer/vendor
23 to meet the Contract Documents.
24 6. Resubmittals
25 a. Handled in the same manner as first submittals
26 1) Corrections other than requested by the City
27 2) Marked with revision triangle or other similar method
28 a) At Contractor's risk if not marked
29 b. Submittals for each item will be reviewed no more than twice at the City's
30 expense.
31 1) All subsequent reviews will be performed at times convenient to the City
32 and at the Contractor's expense, based on the City's or City
33 Representative's then prevailing rates.
34 2) Provide Contractor reimbursement tot City within 30 Calendar Days for
35 all such fees invoiced by the City.
36 c. The need for more than I resubmission or any other delay in obtaining City's
37 review of submittals,will not entitle the Contractor to an extension of Contract
38 Time.
39 7. Partial Submittals
40 a. City reserves the right to not review submittals deemed partial, at the City's
41 discretion.
42 b. Submittals deemed by the City to be not complete will be returned to the
43 Contractor, and will be considered "Not Approved" until resubmitted.
44 c. The City may at its option provide a list or mark the submittal directing the
45 Contractor to the areas that are incomplete.
46 8. If the Contractor considers any correction indicated on the shop drawings to
47 constitute a change t o t he Contract Documents,then written notice must be
48 provided thereof to the City at least 7 Calendar Days prior to release for
49 manufacture.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD('ONSTRUCTION SPECIFICIATION D00JMENTS City Project No.02238
Revised December 20,2012
013300-7
SUBMITTALS
Page 7 of 8
l 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
5 following receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as specified in individual Sections, include, but are not necessarily
8 limited to,complete units of the standard of acceptance for that type of Work to be
9 used on the Project. Remove at the completion of the Work or when directed.
10 M. Qualifications
I 1 1. If specifically required in other Sections of these Specifications, submit a P.E.
12 Certification for each item required.
13 N. Request for Information(RFI)
14 1. Contractor Request for additional information
15 a. Clarification or interpretation of the contract documents
16 b. When the Contractor believes there is a conflict between Contract Documents
17 c. When the Contractor believes there is a conflict between the Drawings and
18 Specifications
19 1) Identify the conflict and request clarification
20 2. Use the Request for Information(RFI) form provided by the City.
21 3. Numbering of RFI
22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01"and
23 increasing sequentially with each additional transmittal.
24 4. Sufficient information shall be attached to permit a written response without further
25 information.
26 5. The City will log each request and will review the request.
27 a. If review of the project information request indicates that a change to the
28 Contract Documents is required, the City will issue a Field Order or Change
29 Order, as appropriate.
30 1.5 SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
36 1.11 FIELD [SITE] CONDITIONS [NOT USED]
37 1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
013300-8
SUBMITTALS
Page 8 of 8
1 PART 2- PRODUCTS [NOT USED]
2 PART 3- EXECUTION [NOT USED]
3 END OF SECTION
4
Revision Log
DATE NAME SUMMARY"OF CHANGE
12/20/2012 f3.Johnson 1A.K.11.Working Days modified to Calendar Days
5
CITY OF FORT WORTH No Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION TX)CUMEN"I'S City Project No.02238
Revised December 20,2012
01 35 13-I
SPECIAL PROJECT PROCEDURES
Pagel of
I SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 PARTI - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 f. Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division I —General Requirements
23 3. Section 33 12 25 —Connection to Existing Water Mains
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Coordination within Railroad permit areas
27 a. Measurement
28 1) Measurement for this Item will be by lump sum.
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 will be paid for at the lump sum price bid for Railroad Coordination.
32 c. The price bid shall include:
33 1) Mobilization
34 2) Inspection
35 3) Safety training
36 4) Additional Insurance
37 5) Insurance Certificates
38 6) Other requirements associated with general coordination with Railroad,
39 including additional employees required to protect the right-of-way and
40 property of the Railroad from damage arising out of and/or from the
41 construction of the Project.
42 2. Railroad Flagmen
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
0135 13-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
I a. Measurement
2 1) Measurement for this to will be per working day.
3 b. Payment
4 1) The work performed and materials furnished in accordance with this Item
5 will be paid for each working day that Railroad Flagmen are present at the
6 Site.
7 c. The price bid shall include:
8 1) Coordination for scheduling flagmen
9 2) Flagmen
10 3) her requirements associated with Railroad
11 3. All other items
12 a. Work,associated with these Items is considered subsidiary to the various Items
13 bid. No separate payment will be allowed fort i tem.
14 1.3 REFERENCES
15 A. Reference Standards
16 1. Reference standards cited in this Specification refer to the current reference
17 standard published at the time of the latest revision to logged at the end of this
18 Specification,unless a to is specifically cited.
19 2. Health and Saf6ty Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752.
20 High Voltage Overhead Lines.
21 3. North Central Texas Council of Governments(NCTC(.)G)-.--Clean Construction
22 Specification
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Coordination with the Texas Department of Transportation
25 1. When work in the right-of-way which is under the jurisdiction of the Texas
26 Department of Transportation (T'xD(')I')-
27 a. Notify the Texas Department of Transportation prior to commencing any work
28 therein in accordance with the provisions of the permit
29 b. All work performed in the TxDOT right-of-way shall be performed in
30 compliance with and subject to approval from the Texas Department of
31 Transportation
32 B. Work near High Voltage Lines
33 1. Regulatory Requirements
34 a. All or near High Voltage Lines(more than 600 volts measured between
35 conductor-,or between a conductor and the ground)shall be in accordance with
36 Health and Safety Code,Title 9, Subtitle A,Chapter 752.
37 2. Warning sign
38 a. Provide sign Of Sufficient size meeting all OSHA requirements,
39 3. Equipment operating within 10 feet of high voltage lines will require the following
40 safety features
41 as Insulating cage-type of guard about the boom or arm
42 b. Insulator links on the lift hook connections for back hoes or dippers
43 c. Equipment must meet the safety requirements as set forth by OSHA and the
44 safety requirements of the owner oft e high voltage lines
45 40 Work within 6 feet of high voltage electric lines
MY OF FORT WORTH North Beach S Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
01 35 13-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1 a. Notification shall be given to:
2 1) The power company(example: ONCOR)
3 a) Maintain an accurate log of all such calls to power company and record
4 action taken in each case.
5 b. Coordination with power company
6 1) After notification coordinate with the power company to:
7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or
8 lower the lines
9 c. No personnel may work within 6 feet of a high voltage line before the above
10 requirements have been met.
11 C. Confined Space Entry Program
12 1. Provide and follow approved Confined Space Entry Program in accordance with
13 OSHA requirements.
14 2. Confined Spaces include:
15 a. Manholes
16 b. All other confined spaces in accordance with OSHA's Permit Required for
17 Confined Spaces
18 D. Air Pollution Watch Days
19 1. General
20 a. Observe the following guidelines relating to working on City construction sites
21 on days designated as"AIR POLLUTION WATCH DAYS".
22 b. Typical Ozone Season
23 1) May I through October 31.
24 c. Critical Emission Time
25 1) 6:00 a.m. to 10:00 a.m.
26 2. Watch Days
27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination
28 with the National Weather Service, will issue the Air Pollution Watch by 3:00
29 p.m. on the afternoon prior to the WATCH day.
30 b. Requirements
31 1) Begin work after 10:00 a.m. whenever construction phasing requires the
32 use of motorized equipment for periods in excess of I hour.
33 2) However, the Contractor may begin work prior to 10:00 a.m. if:
34 a) Use of motorized equipment is less than 1 hour, or
35 b) If equipment is new and certified by EPA as "Low Emitting", or
36 equipment bums Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or
37 alternative fuels such as CNG.
38 E. TCEQ Air Permit
39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
40 F. Use of Explosives, Drop Weight, Etc.
41 1. When Contract Documents permit on the project the following will apply:
42 a. Public Notification
43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
44 prior to commencing.
45 2) Minimum 24 hour public notification in accordance with Section 0131 13
46 G. Water Department Coordination
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
013513-4
SPECIAL PROJECT PROCEDURfS
Page 4 of 8
1 1. During,the construction of this project, it will be necessary to deactivate, for a
2 period' time,existing lines. The Contractor,shall be required to coordinate with
3 the Water Department to determine the best times for deactivating and activating
4 those lines.
5 2. Coordinate any event that will require connecting to or the operation of an existing
6 City water line system with the City's representative.
7 a. Coordination shall be in accordance with Section 33 12 25.
8 b. If needed,obtain a hydrant water meter from the Water Department for use
9 during the life of named prqject.
10 c. In the event that a water valve on an existing live system be turned off and on
11 to accommodate the construction of the project is required, coordinate this
12 activity through the appropriate City representative.
13 1) Do not operate water line valves of existing water system.
14 a) Failure to comply will render the Contractor in violation of Texas Penal
15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor
16 will be prosecuted to the full extent of the law.
17 b) In addition,the Contractor will assume all liabilities and
18 responsibilities as a result of these actions.
19 H. Public Notification Prior to Beginning Construction
20 1. for to beginning construction on any block in the project, on a block by block
21 basis,prepare and deliver a notice or flyer oft e pending construction to the front
22 door of each residence or business that will be impacted by construction.The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction activity on each
25 block in the project area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No((,'.PN)
30 c) Scope of Project(i.e.type of construction activity)
31 d) Actual construction duration within the block
32 e) Name of the contractor's f6reman and phone number
33 f) Name of the City's inspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the 'pre-construction notification' flyer is attached as Exhibit
36 A.
37 3) Submit schedule showing the construction start and finish time for each
38 block of the project to the inspector.
39 4) Deliver flyer to the City Inspector for review prior to distribution.
40 b. No construction will be allowed to begin on any block until the flyer is
41 delivered to all residents of the block.
42 1. Public Notification of Temporary Water Service Interruption during Construction
43 L In the event it becomes necessary to temporarily shut down water service to
44 residents or businesses during construction,prepare and deliver a notice or flyer of
45 the pending interruption to the front door of each affected resident.
46 2. Prepared notice as follows.
47 a. The notification or flyer shall be posted 24 hours prior to the temposary
48 interruption.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
0135 13-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1 b. Prepare flyer on the contractor's letterhead and include the following
2 information:
3 1) Name of the project
4 2) City Project Number
5 3) Date of the interruption of service
6 4) Period the interruption will take place
7 5) Name of the contractor's foreman and phone number
8 6) Name of the City's inspector and phone number
9 c. A sample of the temporary water service interruption notification is attached as
10 Exhibit B.
11 d. Deliver a copy of the temporary interruption notification to the City inspector
12 for review prior to being distributed.
13 e. No interruption of water service can occur until the flyer has been delivered to
14 all affected residents and businesses.
15 f. Electronic versions of the sample flyers can be obtained from the Project
16 Construction Inspector.
17 J. Coordination with United States Army Corps of Engineers(USACE)
18 1. At locations in the Project where construction activities occur in areas where
19 USACE permits are required, meet all requirements set forth in each designated
20 permit.
21 K. Coordination within Railroad Permit Areas
22 1. At locations in the project where construction activities occur in areas where
23 railroad permits are required, meet all requirements set forth in each designated
24 railroad permit. This includes, but is not limited to, provisions for:
25 a. Flagmen
26 b. Inspectors
27 c. Safety training
28 d. Additional insurance
29 e. Insurance certificates
30 f. Other employees required to protect the right-of-way and property of the
31 Railroad Company from damage arising out of and/or from the construction of
32 the project. Proper utility clearance procedures shall be used in accordance
33 with the permit guidelines.
34 2. Obtain any supplemental information needed to comply with the railroad's
35 requirements.
36 3. Railroad Flagmen
37 a. Submit receipts to City for verification of working days that railroad flagmen
38 were present on Site.
39 L. Dust Control
40 1. Use acceptable measures to control dust at the Site.
41 a. If water is used to control dust,capture and properly dispose of waste water.
42 b. If wet saw cutting is performed, capture and properly dispose of slurry.
43 M. Employee Parking
44 1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3® EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SIJMMARY OF CHANGE
1.4.13—Added requirement of compliance with Health and Safety Code,Title 9.
8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines.
1.4.E--Added Contractor responsibility for obtaining a TCEQ Air Permit
------------
13
CITY OF FORT WORTH No Beach Street improvements
STANDARD CONsTRUCT1ON SPECIFICATION DO(.'.(JMEN'TS City Project No.02238
Revised December 20,2012
01 35 13-7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
1 EXHIBIT A
2 (To be printed on Contractor's Letterhead)
3
4
5
6 Date:
7
8 CPN No.:
9 Project Name:
10 Mapsco Location:
11 Limits of Construction:
12
13
14
15
16
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
19 PROPERTY.
20
21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
22 OF THIS NOTICE.
23
24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
25 ISSUE, PLEASE CALL:
26
27
28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
29
30 OR
31
32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
33
34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
37
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
0135 13-8
SPECIAL PROJECT PROCEDURES
•S
Page 8 of 8
1 EXHIBIT B
z
FORT WORTH
Im NO.I
�� :
NOTICE OF TEMPORARY WATER :SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED O
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
3 ... ... ......... . .. ...._.
4
CITE'OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nay.02238
Revised December 20,2012
014523-I
TESTING AND INSPECTION SERVICES
Page I of 2
1 SECTION 0145 23
2 TESTING AND INSPECTION SERVICES
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Testing and inspection services procedures and coordination
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 —General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 a. Contractor is responsible for performing, coordinating, and payment of all
17 Quality Control testing.
18 b. City is responsible for performing and payment for first set of Quality
19 Assurance testing.
20 1) If the first Quality Assurance test performed by the City fails,the
21 Contractor is responsible for payment of subsequent Quality Assurance
22 testing until a passing test occurs.
23 a) Final acceptance will not be issued by City until all required payments
24 for testing by Contractor have been paid in full.
25 1.3 REFERENCES [NOT USED]
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Testing
28 1. Complete testing in accordance with the Contract Documents.
29 2. Coordination
30 a. When testing is required to be performed by the City, notify City, sufficiently
31 in advance, when testing is needed.
32 b. When testing is required to be completed by the Contractor, notify City,
33 sufficiently in advance,that testing will be performed.
34 3. Distribution of Testing Reports
35 a. Electronic Distribution
36 1) Confirm development of Project directory for electronic submittals to be
37 uploaded to City's Buzzsaw site, or another external FTP site approved by
38 the City.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONS"IRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
014523®2
TESTING AND INSPECTION SERVICES
Page 2 of 2
1 2) Upload test reports to designated project directory and notify appropriate
2 City representatives via email of submittal posting,
3 3) Hard Copies
4 a) I copy for all submittals submitted tot e Project Representative
5 b. Hard Copy Distribution(if required in lieu of electronic distribution)
6 1) Tests performed by City
7 a) Distribute I hard copy to the Contractor
8 2) Tests performed by the Contractor.
9 a) Distribute 3 hard copies to City's Project Representative
10 4. Provide City's Project Representative with trip tickets for each delivered load of
11 Concrete or Lime material including the following infonnation:
12 a. Name of it
13 b. Date of delivery,
14 c. Material delivered
15 B. Inspection
16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to
17 perform work in accordance with the Contract Documents.
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT Ur SED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS [NOT USED]
27 PART 3- EXECUTION [NOT USED]
28 END OF SECTION
29
Revision Log
DATE NAME SUMMARY OF CHANGE
30
CITY OF FORT WORTH No Beach Street Improvements
STANDARD CONSTRUCTION SPECIFIC ATION DOCUMENTS City Project No.02238
Revised July 1,201 1
o| 5000'/
TEMPORARY FACILITIES AND CONTROLS
Page / vr«
| SECTION 0150@0
2 TEMPORARY FACILITIES AND CONTROLS
] D^ARTD - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 |. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
Q o. Temporary utilities
A b. Sanitary facilities
|O c. Storage Sheds and Buildings
|| d. Dust control
12 c. Temporary fencing of the construction site
{] B. Deviations from this City oF Fort Worth Standard Specification
14 /. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 |. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division | —Geuera) Requirements
18 8-2 PRICE AND PAYMENT PROCEDURES
|A A. Measurement and Payment
20 l. Work associated with this ltcnn is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this /ienn.
22 1.3 REFERENCES |NOT0SEDl
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 i. Obtaining Temporary Service
26 u. Make arrangements with utility service companies for temporary services.
27 b. Abide by rules and regulations of utility service companies orauthorities
28 having jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final
]O Acceptance.
]| l) Included are fuel, power, light, heat and other utility services necessary for
32 execution, completion, testing and initial operation ofWork.
]J 2. Water
34 a. Contractor to provide water required for and in connection with Work to be
35 performed and for specified tests of piping, equipment, devices or other use as
36 required for the completion of the Work.
37 b. Provide and maintain adequate supply of potable water for domestic
38 consumption by Contractor personnel and City's Project Representatives.
39 c. Coordination
40 i) Contact City | week before vva1cr for construction is desired
CITY OF pouT vvooTn North ecucx Street/mp,"romo^ts
arA,woA-uo CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.nzz»x
Revised July 1,2011
015000-2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1 d. Contractor Payment for Construction Water
2 1) Obtain construction water meter from City for payment as billed by ✓ity's
3 established rates.
4 3. Electricity and Lighting
5 a. Provide and pay for electric powered service as required for Work, including
6 testing of Work.
7 1) Provide power for lighting,operation of equipment,or other use.
8 b. Electric power service includes temporary power service or generator to
9 maintain operations during scheduled shutdown.
10 4. Telephone
11 a. Provide emergency telephone service at Site for use by Contractor personnel
12 and others per-forming work or furnishing services at Site.
13 5. Temporary Heat and Ventilation
14 a. Provide temporary heat as necessary for protection or completion of Work.
15 b. Provide temporary heat and ventilation to assure safe working conditions.
16 B. Sanitary Facilities
17 1. Provide and maintain sanitary facilities for persons on Site.
18 a. Comply with regulations of State and local departments of health.
19 2. Enforce use of sanitary facilities by construction personnel at job site.
20 a. Enclose and anchor sanitary facilities.
21 b. No discharge will be allowed from these facilities.
22 c. Collect and store sewage and waste so as not to cause nuisance or health
23 problem.
24 d. Haul sewage and waste off-site at no less than weekly intervals and properly
25 dispose in accordance with applicable regulation.
26 1 Locate facilities near Work Site and keep clean and maintained throughout Project,
27 4. Remove facilities at completion of Project
28 C. Storage Sheds and Buildings
29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
30 above ground level for materials and equipment susceptible to weather damage.
31 2. Storage of materials not susceptible to weather damage may be on blocks off
32 ground.
33 3. Store materials in a neat and orderly manner,
34 a. Place materials and equipment to permit easy access for identification,
35 inspection and inventory..
36 4. Equip building with lockable doors and lighting,and provide electrical service for
37 equipments ace heaters and heating or ventilation as necessary to provide storage
38 environments acceptable to specified manufacturers.
39 5. Fill and grade site for temporary structures to provide drainage away from
40 temporary and existing buildings.
41 6. Remove building from site prior to Final Acceptance.
42 D. Temporary Fencing
43 1. Provide and maintain for the duration or construction when required in contract
44 documents
45 E. Dust Control
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July I,204 I
01 5000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1 1. Contractor is responsible for maintaining dust control through the duration of the
2 project.
3 a. Contractor remains on-call at all times
4 b. Must respond in a timely manner
5 F. Temporary Protection of Construction
6 1. Contractor or subcontractors are responsible for protecting Work from damage due
7 to weather.
8 1.5 SUBMITTALS [NOT USED[
9 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED[
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE [NOT USED]
13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
14 1.11 FIELD [SITE[ CONDITIONS [NOT USED]
15 1.12 WARRANTY [NOT USED]
16 PART 2 - PRODUCTS [NOT USED[
17 PART 3- EXECUTION [NOT USED[
18 3.1 INSTALLERS [NOT USED]
19 3.2 EXAMINATION [NOT USED[
20 3.3 PREPARATION [NOT USED[
21 3.4 INSTALLATION
22 A. Temporary Facilities
23 1. Maintain all temporary facilities for duration of construction activities as needed.
24 3.5 REPAIR/RESTORATION [NOT USED]
25 3.6 RE-INSTALLATION [NOT USED[
26 3.7 FIELD 10111 SITE QUALITY CONTROL [NOT USED[
27 3.8 SYSTEM STARTUP [NOT USED[
28 3.9 ADJUSTING [NOT USED]
29 3.10 CLEANING [NOT USED]
30 3.11 CLOSEOUT ACTIVITIES
31 A. Temporary Facilities
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.022313
Revised July 1,2011
015000-4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1 1.. Remove all temporary facilities and restore area after completion of the Work, to a
2 condition equal to or better than prior to start of Work.
3 3.12 PROTECTION [NOT USED]
4 3.13 MAINTENANCE [NOT USED]
5 3.14 ATTACHMENTS [NOT USED[
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CliANGE
8
crry CPI'FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIWATM DOCUMENTS City Project No,02238
Revised July 1,201 1
01 55 26-1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page I of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 I. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 —General Requirements
15 3. Section 34 71 13 —Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. When traffic control plans are included in the Drawings, provide Traffic
30 Control in accordance with Drawings and Section 34 71 13.
31 b. When traffic control plans are not included in the Drawings, prepare traffic
32 control plans in accordance with Section 34 71 13 and submit to City for
33 review.
34 1) Allow minimum 10 working days for review of proposed Traffic Control.
35 B. Street Use Permit
36 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
37 a. To obtain Street Use Permit, submit Traffic Control Plans to City
38 Transportation and Public Works Department.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.022381
Revised July 1,2011
015526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 1) Allow a minimum of 5 working days for permit review.
2 2) Contractor's responsibility to coordinate review of Traffic Control plans for
3 Street Use Permit,such that construction is not delayed.
4 C. Modification to Approved Traffic Control
5 1. Prior to installation traffic control:
6 a. Submit revised traffic control plans to City Department"Transportation and
7 Public Works Department.
8 1) Revise Traffic Control plans in accordance with Section 34 71 13.
9 2) Allow minimum 5 working days for review of revised Traffic Control.
10 3) It is the Contractor's responsibility to coordinate review of Traffic Control
11 plans for Street Use Permit, such that construction is not delayed.,
12 D. Removal of Street Sign
13 1. If it is determined that a street sign must be removed for construction,then contact
14 City Transportation and Public Works Department, Signs and Markings Division to
15 remove the sign.
16 E. 'Temporary Signage
17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting
18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
19 Devices(MUTCD).
20 2. Install temporary sign before the removal of permanent sign.
21 3. When construction is complete,to the extent that the permanent sign can be
22 reinstalled,contact the City Transportation and Public Works Department, Signs
23 and Markings Division,to reinstall the pen-nanent sign.
24 F. Traffic Control Standards
25 1. Traffic Control Standards can be found on the City's Bu saw website.
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDI
28 1.7 CLOSEOUT SUBMITTALS [NOT USEDI
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI
30 1.9 QUALITY ASSURANCE [NOT USEDI
31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USEDI
32 1.11 FIELD [SITE] CONDITIONS [NOT USEDI
33 1.12 WARRANTY [NOT USEDI
34 PART 2 - PRODUCTS [NOT USEDI
35 PART 3- EXECUTION [NOT USEDI
36 END OF SECTION
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCI.JMENTS City Project No.022381
Revised July 1,2011
015526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1
Revision Log
DATE NAME SUMMARY OF CHANGE
2
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.022381
Revised July 1,2011
015713- 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
1 SECTION 0157 13
2 STORM WATER POLLUTION PREVENTION
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1 —General Requirements
13 3. Section 31 25 00—Erosion and Sediment Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of disturbance
17 a. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 a. Measurement and Payment shall be in accordance with Section 31 25 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent: NO[
24 2. Notice of Termination: NOT
25 3. Storm Water Pollution Prevention Plan: SWPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change: NOC
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Integrated Storm Management(iSWM)Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
015713-2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
1 B. Construction Activities resulting in:
2 1. Less than I acre of disturbance
3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and
4 Drawings.
5 2. 1 to less than 5 acres of disturbance
6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction
7 Permit is required
8 b. Complete SWPPP in accordance with TCEQ requirements
9 1) TCEQ all Construction Site Notice Required under general permit
10 TXR150000
I I a) Sign and post at job site
12 b) Prior to Preconstruction Meeting, send I copy to City Department of
13 'Transportation and Public Works, Environmental Division,(817)392-
14 6088.
15 2) Provide erosion and sediment control in accordance with:
16 a) Section 3125 00
17 b) The Drawings
18 c) TXR150000 General Permit
19 d) SWPPP
20 e) TCEQ requirements
21 3. 5 acres or more of Disturbance
22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction
23 Permit is required
24 b. Complete SWPPP in accordance with T'(,EQ requirements
25 1) Prepare a TCEQ N form and submit to TCEQ along with required fee
26 a) Sign and post at job site
27 b) Send copy to City Department of Transportation and Public Works,
28 Environmental Division,(817)392-6088.
29 2) TCEQ Notice of Change required if making changes or updates to NOI
30 3) Provide erosion and sediment control in accordance with:
31 a) Section 3125 00
32 b) The Drawings
33 c) TXR150000 General Permit
34 d) SWPPP
35 e) "TCEQ requirements
36 4) Once the project has been completed and all the closeout requirements of
37 TCEQ have been met a TCEQ Notice of ermination can be submitted.
38 a) Send copy to City Department of ransportartion and Public Works,
39 Environmental Division,(817)392-6088.
40 1.5 SUBMITTALS
41 A. SWPPP
42 1. Submit in accordance with Section 0133 00, except a s s tated herein.
43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
44 as Follows:
45 1) 1 copy to the City Project Manager
46 a) City Project Manager will forward t o t he City Department of
47 Transportation and Public Works, Environmental Division for review
48 B. Modified SWPPP
CITY OF FORT WORTH No Beach Street Improventents,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ✓4 Project No.02238
Revised July 1,2011
01 57 13-3
STORM WATER POLLUTION PREVENTION
Page 3 of
1 L If the SWPPP is revised during construction, resubmit modified SWPPP to the City
2 in accordance with Section 0l 33 00.
3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
4 1.7 CLOSEOUT SUBMITTALS [NOT USED]
5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
6 1.9 QUALITY ASSURANCE [NOT USED]
7 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
8 1.11 FIELD [SITE] CONDITIONS [NOT USED]
9 1.12 WARRANTY [NOT USED]
10 PART 2 - PRODUCTS [NOT USED]
11 PART 3 - EXECUTION [NOT USED]
12 END OF SECTION
13
Revision Log
DATE NAME SUMMARY OF CHANGE
14
CITY OF FORT WORTH North Reach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
01 58 13-1
TEMPORARY PROJECT SIGNAGE
Pagel of 3
I
2 SECTION 0158 13
3 TEMPORARY PROJECT SIGNAGE
4 PART1 - GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Temporary Project Signage Requirements
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
I 1 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract
12 2. Division 1 —General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various Items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
19 1.5 SUBMITTALS [NOT USED]
20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
21 1.7 CLOSEOUT SUBMITTALS [NOT USED]
22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
23 1.9 QUALITY ASSURANCE [NOT USED]
24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
25 1.11 FIELD [SITE] CONDITIONS [NOT USED]
26 1.12 WARRANTY [NOT USED]
27 PART 2- PRODUCTS
28 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
29 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS
30 A. Design Criteria
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
015813-2
TEMPORARY PROJECT SiGNA(117
Page 2 of 3
1 1. Provide free standing Project Designation Sign in accordance with City's Standard
2 Details for project signs.
3 B. Materials
4 1. Sign
5 a. Constructed of 1/4-inch fir plywood,grade A-C(exterior)or better
6 2.3 ACCESSORIES [NOT USED]
7 2.4 SOURCE QUALITY CONTROL [NOT USED]
8 PART 3- EXECUTION
9 3.1 INSTALLERS [NOT USED]
10 3.2 EXAMINATION [NOT USED]
11 3.3 PREPARATION [NOT USED]
12 3.4 INSTALLATION
13 A. General
14 1. Provide vertical installation at extents of project.
15 2. Relocate sign as needed, on request oft e City.
16 B. Mounting options
17 as Skids
18 b. Posts
19 c. Barricade
20 3.5 REPAIR/RESTORATION [NOT USED]
21 3.6 RE-INSTALLATION [NOT USED1
22 3.7 FIELD 1011] SITE QUALITY CONTROL [NOT USED]
23 3.8 SYSTEM STARTUP [NOT USED]
24 3.9 ADJUSTING [NOT USED]
25 3.10 CLEANING [NOT USED]
26 3.11 CLOSEOUT ACTIVITIES [NOT USED]
27 3.12 PROTECTION [NOT USED]
28 3.13 MAINTENANCE
29 A. General
30 1. Maintenance will include painting and repairs as needed or directed by the City.
31 3.14 ATTACHMENTS [NOT USED]
32 END OF SECTION
33
CrrY OF FORT WORTH North Beach Street Improwments
STANDARD CONSTRUCTION SPEICIFICATION DOCZMENI'S City Project No.02238
Revised July 1,2011
01 58 13-3
TEMPORARY PROJECT SIGNAGE
Page 3 of
Revision Log
DATE NAME SUMMARY OF CHANGE
2
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICA HON DOCUMENTS City Project No.02238
Revised July 1,2011
016000- 1
PRODUCT REQUIREMENTS
Page I of 2
1 SECTION 0160 00
2 PRODUCT REQUIREMENTS
3 PARTI - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. References for Product Requirements and City Standard Products List
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division I —General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
13 1.3 REFERENCES [NOT USED]
14 1.4 ADMINISTRATIVE REQUIREMENTS
15 A. A list of City approved products for use is located on Buzzsaw as follows:
16 1. Resources\02 -Construction Documents\Standard Products List
17 B. Only products specifically included on City's Standard Product List in these Contract
18 Documents shall be allowed for use on the Project.
19 1. Any subsequently approved products will only be allowed for use upon specific
20 approval by the City.
21 C. Any specific product requirements in the Contract Documents supersede similar
22 products included on the City's Standard Product List.
23 1. The City reserves the right to not allow products to be used for certain projects even
24 though the product is listed on the City's Standard Product List.
25 D. Although a specific product is included on City's Standard Product List, not all
26 products from that manufacturer are approved for use, including but not limited to,that
27 manufacturer's standard product.
28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's
29 Standard Product List.
30 1.5 SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN1 S City Project No.02238
Revised December 20,2012
016000-2
PRODUCTREQUIREMEMIN
Page 2 of 2
1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
6 END OF SECTION
7
Revision Log
...................
DATE NAME SUMMARY OF CHAN(iE
10/12/12 D.Johnson Modified Location of City's Standard Product List
..................................
8
CITY OF FORTWORTH North Beach Street Wi[provemaus
STANDARD CONSTRUCTION SPECIFICKrION DOCUMENT'S City Project No.02238
Revised December 20,2012
01 6600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
1 SECTION 0166 00
2 PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Scheduling of product delivery
7 2. Packaging of products for delivery
8 3. Protection of products against damage from:
9 a. Handling
10 b. Exposure to elements or harsh environments
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division I —General Requirements
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES [NOT USED]
21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITTALS [NOT USED]
23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
24 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY AND HANDLING
28 A. Delivery Requirements
29 l. Schedule delivery of products or equipment as required to allow timely installation
30 and to avoid prolonged storage.
31 2. Provide appropriate personnel and equipment to receive deliveries.
32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site
33 for personnel or equipment to receive the delivery.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
016600-2
PRODUCT STORAGE AND HANDLING REQUIREMEMrs
Page 2 of 4
1 4. Deliver products or equipment in manufacturers original unbroken cartons or other
2 containers designed and constructed to protect the contents from pllysicat or
3 environmental darnage.
4 5. Clearly and fully mark and identif
,y as to manufacturer, item and installation
5 location,.
6 6. Provide manufacturer's instructions for storage and handling.
7 B. Handling Requirements
8 1. Handle products or equipment in accordance with these Contract Documents and
9 manufacturer's recommendations and instructions.
10 C. Storage Requirements
I 1 1. Store materials in accordance with manufacturer's recommendations and
12 requirements of these Specifications.
13 1 Make necessary provisions for safe storage of materials and equipment.
14 a. Place loose soil materials and materials to be incorporated into or to prevent
15 damage to any part of Work or existing facilities and to maintain free access at
16 all times to all parts of Work and to utility service company installations, in
17 vicinity of ork®
18 3. Keep materials and equipment neatly and compactly stored in locations that will
19 cause minimum inconvenience to other contractors, public travel,adjoining owners,
20 tenants and occupants.
21 a. Arrange storage to provide easy access for inspection.
22 4. Restrict storage to areas available on construction site for storage of material,and
23 equipment as shown on Drawings,or approved by City's Project,Representative.
24 5., Provide off-site storage,,and protection when on-site storage is not adequate.
25 a® Provide addresses of and access to off-site storage locations for inspection by
26 City's Project Representative.
27 6. Do not use lawns,grass plots or other private property for storage purposes without
28 written permission of owner or other person in possession or control of premises.
29 7. Store in manufacturers' unopened containers.
30 8. Neatly, safety and compactly stack materials delivered and stored along line of
31 Work to avoid inconvenience and damage to property,owners and general public
32 and maintain at least 3 feet from fire hydrant.,
33 9. Keep public and private driveways and street crossings open.
34 10. Repair or replace damaged la .s,,sidewalks, streets or other improvements to
3S satistaction of City's Proiect Representative.
36 as Total length which materials may be distributed along route of construction at
37 one time is 1,000 linear feet, unless otherwise approved in writing by City's
38 Pr(Iject Representative.
MY OF FORT WORTH North Beach Street Emprovements
STA KDARD CONSTR UCTION SPECIF ICATION I.XXIMENTS City Ptqiect No.02238
Revised July 1,2011
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED[
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 ERECTION [NOT USED]
9 3.5 REPAIR/RESTORATION [NOT USEDI
10 3.6 RE-INSTALLATION [NOT USED]
11 3.7 FIELD [OR] SITE QUALITY CONTROL
12 A. Tests and Inspections
13 1. Inspect all products or equipment delivered to the site prior to unloading.
14 B. Non-Conforming Work
15 1. Reject all products or equipment that are damaged, used or in any other way
16 unsatisfactory for use on the project.
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
21 3.12 PROTECTION
22 A. Protect all products or equipment in accordance with manufacturer's written directions.
23 B. Store products or equipment in location to avoid physical damage to items while in
24 storage.
25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by
26 the manufacturer.
27 3.13 MAINTENANCE [NOT USED]
28 3.14 ATTACHMENTS [NOT USEDI
29 END OF SECTION
30
CITY OF FORT WORTH North Beach Street Improvements
STN.4DARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
016600-4
PRODUCT STORAGE AND HANDUNG REQUIRWENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
fl
CrTY OF FORT WORTH North Beach Street Improvements
STANDARD C(,.)NSTRU('r[ON SP IFICATRON DOCUMENTS City Project No.02238
Revised July➢,201 9
01 7000-1
MOBILIZATION AND REMOBILIZATION
Page I of 4
I SECTION 01 70 00
2 MOBILIZATION AND PEMOBILIZATION
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Mobilization and Demobilization
7 a. Mobilization
8 1) Transportation of Contractor's personnel, equipment, and operating supplies
9 to the Site
10 2) Establishment of necessary general facilities for the Contractor's operation
11 at the Site
12 3) Premiums paid for performance and payment bonds
13 4) Transportation of Contractor's personnel, equipment, and operating supplies
14 to another location within the designated Site
15 5) Relocation of necessary general facilities for the Contractor's operation
16 from I location to another location on the Site.
17 b. Demobilization
18 1) Transportation of Contractor's personnel, equipment, and operating supplies
19 away from the Site including disassembly
20 2) Site Clean-up
21 3) Removal of all buildings and/or other facilities assembled at the Site for this
22 Contract
23 c. Mobilization and Demobilization do not include activities for specific items of
24 work that are for which payment is provided elsewhere in the contract.
25 2. Remobilization
26 a. Remobilization for Suspension of Work specifically required in the Contract
27 Documents or as required by City includes:
28 1) Demobilization
29 a) Transportation of Contractor's personnel, equipment, and operating
30 supplies from the Site including disassembly or temporarily securing
31 equipment, supplies, and other facilities as designated by the Contract
32 Documents necessary to suspend the Work.
33 b) Site Clean-up as designated in the Contract Documents
34 2) Remobilization
35 a) Transportation of Contractor's personnel, equipment, and operating
36 supplies to the Site necessary to resume the Work.
37 b) Establishment of necessary general facilities for the Contractor's
38 operation at the Site necessary to resume the Work.
39 3) No Payments will be made for:
40 a) Mobilization and Demobilization from one location to another on the
41 Site in the non-nal progress of performing the Work.
42 b) Stand-by or idle time
43 c) Lost profits
44 3. Mobilizations and Demobilization for Miscellaneous Projects
45 a. Mobilization and Demobilization
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
01 7000-.2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1 1) Mobilization shall consist of the activities and cost on a Work Order basis
2 necessary for:
3 a) Transportation of Contractor's personnel,equipment„and operating
4 supplies to the Site for the issued or Order.
5 b) Establishment of necessary general facilities for the Contractor's
6 operation at the Site for the issued or Order
7 2) Demobilization shall consist of the activities and cost necessary for:
8 a) Transportation of Contractor's personnel,equipment,and operating
9 supplies from the Site including disassembly for each issued or
10 Order
11 b) Site Clean-up fore issued or Order
12 c) Removal of all buildings or other facilities assembled at the Site for
13 each or Oder
14 b. Mobilization and Demobilization do not include activities for specific items of
15 work for which payment is provided elsewhere in the contract.
16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
17 a. A Mobilization for Miscellaneous Projects when directed by the City and the
18 mobilization occurs within 24 hours of the issuance of the or Order.
19 B. Deviations from this City of Fort Worth Standard Specification
20 L None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 L Division 0 Bidding Requirements,Contract Forms and Conditions of the Contract
23 2. Division I -General Requirements
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment.
26 1. Mobilization and Demobilization
27 a. Measure
28 1) This to is considered subsidiary to the various to bid.
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 are subsidiary to the various Items bid and no other compensation will be
32 allowed.
33 2. Remobilization for suspension of or as specifically required in the Contract
34 Documents
35 as Measurement
36 1) Measurement for this Item shall be per each remobilization perfonned.
37 b. Payment
38 1) The work perfi'mned and materials furnished in accordance with this Item
39 and measured as provided under"Measurement"will be paid for at the unit
40 price per each"Specified Remobilization"in accordance with Contract
41 Documents.
42 c. The price shall include:
43 1) Demobilization as described in Section LLA.2.a.1)
44 2) Remobilization as described in Section I.I.A.2.a.2)
45 d, No payments will be made for standby, idle time, or lost profits associated this
46 Item.
nary OF FORT WORTH North Beach Street hmprovements
STANDARD CONSTRUCTION SPECIFICA,r[ON DOCUMENTS City Project No.02238
Revised December 20,2012
01 7000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
1 3. Remobilization for suspension of Work as required by City
2 a. Measurement and Payment
3 1) This shall be submitted as a Contract Claim in accordance with Article 10
4 of Section 00 72 00.
5 2) No payments will be made for standby, idle time, or lost profits associated
6 with this Item.
7 4. Mobilizations and Demobilizations for Miscellaneous Projects
8 a. Measurement
9 1) Measurement for this Item shall be for each Mobilization and
10 Demobilization required by the Contract Documents
11 b. Payment
12 1) The Work performed and materials furnished in accordance with this Item
13 and measured as provided under"Measurement' will be paid for at the unit
14 price per each "Work Order Mobilization" in accordance with Contract
15 Documents. Demobilization shall be considered subsidiary to mobilization
16 and shall not be paid for separately.
17 c. The price shall include:
18 1) Mobilization as described in Section 1.1.A.3.a.1)
19 2) Demobilization as described in Section I.1.A.3.a.2)
20 d. No payments will be made for standby, idle time, or lost profits associated this
21 Item.
22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
23 a. Measurement
24 1) Measurement for this Item shall be for each Mobilization and
25 Demobilization required by the Contract Documents
26 b. Payment
27 1) The Work performed and materials furnished in accordance with this Item
28 and measured as provided under"Measurement' will be paid for at the unit
29 price per each "Work Order Emergency Mobilization" in accordance with
30 Contract Documents. Demobilization shall be considered subsidiary to
31 mobilization and shall not be paid for separately.
32 c. The price shall include
33 1) Mobilization as described in Section 1.1.A.4.a)
34 2) Demobilization as described in Section 1.1.A.3.a.2)
35 d. No payments will be made for standby, idle time, or lost profits associated this
36 Item.
37 1.3 REFERENCES [NOT USED]
38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
39 1.5 SUBMITTALS [NOT USED]
40 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
41 1.7 CLOSEOUT SUBMITTALS [NOT USED]
42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
43 1.9 QUALITY ASSURANCE [NOT USED]
44 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
CITY OF FORT WORTH North Beach Street Improvements
S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
017000-4
MOBILIZA,rION AND REMOBILIZATION
Page 4 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WA TV [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4 PART 3- EXECUTION [NOT USED]
5 END OF SECTION
6
Revision 1,og
----------
DATE NAME SUMMARY OF CHANGE
7
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPE.'(,lFtCAUON 130CUMIENTs City Project No.02238
Revised December 20,20U
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 4
1 SECTION 01 71 23
2 CONSTRUCTION STAKING AND SURVEY
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. Modified responsibility for Construction Staking in 1.9.A.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division I —General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Construction Staking
15 a. Measurement
16 1) This Item is considered subsidiary to the various Items bid.
17 b. Payment
18 1) The work performed and the materials furnished in accordance with this
19 Item are subsidiary to the various Items bid and no other compensation will
20 be allowed.
21 2. Construction Survey
22 a. Measurement
23 1) This Item is considered subsidiary to the various Items bid.
24 b. Payment
25 1) The work performed and the materials furnished in accordance with this
26 Item are subsidiary to the various Items bid and no other compensation will
27 be allowed.
28 1.3 REFERENCES [NOT USED]
29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
30 1.5 SUBMITTALS
31 A. Submittals, if required, shall be in accordance with Section 01 33 00.
32 B. All submittals shall be approved by the City prior to delivery.
33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
34 A. Certificates
35 1. Provide certificate certifying that elevations and locations of improvements are in
36 conformance or non-conformance with requirements of the Contract Documents.
37 a. Certificate must be sealed by a registered professional land surveyor in the
38 State of Texas.
CITY OF FORT WORTH North teach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
01712.3-2
CONSTRUC'HON STAK[NG AND SURVEY
Page 2 of 4
1 B. Field Quality Control Subri'dttals
2 1. Documentation verifying accuracy of field engineering work..
3 1.7 CLOSEOUT SUBM.ITT (NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE
A. Construction Staking
7 1. Construction staking will be performed by the Qty Contractor.
8
10 }„, . �. .b
11. Yfm� '64.9 the C��,
12 .
13
14 a krefe
15
16 b. ie
17 have -l-eall t,de,%troyed-or-disWrbedrby-C,4ntfaetor-s-neglee"ueh-4hati have-l-
18 t
19 a k-a,
20
21 eet;
22 B. Construction Survey
23 1. Construction Survey will be performed by the City.
24 2. Coordination
25 a. Contractor to verify that control data established in the design surrey remains
26 intact.
27 b. Coordinate with e City prior to field investigation to determine which
28 horizontal and vertical control data will be required for construction survey.
29 c. It is the Contractor's responsibility to coordinate Construction Survey such that
30 construction activities are not delayed,or negatively impacted.
31 d. Notify City if any control data needs to be restored or replaced due to damage
32 caused during construction operations.
33 1) City shall perform replacements and/or restorations.
34 3. General
35 a. Construction survey will be performed in.order to maintain complete and
36 accurate logs of control and survey work as it progresses for Project Records.
37 b, The Contractor will need to ensure coordination is maintained with the City to
38 pe6 rtn construction survey to obtain construction features, including but not
39 limited to the fbllowingm
40 1) All Utility Lines
41 a) Rim and flowline elevations and coordinates for each manhole or
42 junction structure
3 2) Water Lines
44 a) Top of pipe elevations and coordinates for waterlines at the following
45 locations:
CH°H"Y OF R ORT WORTH North Beach Street Improvements
"i"1C'APVL?ARD CONS'i°RUC:"H"ON SPECIFICATION DOCUMENTS NTS City:Project No.02238
Revised December 20,2012
Of 7123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
1 (1) Every 250 linear feet
2 (2) Horizontal and vertical points of inflection, curvature, etc. (All
3 Fittings)
4 (3) Cathodic protection test stations
5 (4) Sampling stations
6 (5) Meter boxes/vaults(All sizes)
7 (6) Fire lines
8 (7) Fire hydrants
9 (8) Gate valves
10 (9) Plugs, stubouts, dead-end lines
11 (10) Air Release valves(Manhole rim and vent pipe)
12 (1 1) Blow off valves(Manhole rim and valve lid)
13 (12) Pressure plane valves
14 (13) Cleaning wyes
15 (14) Casing pipe (each end)
16 b) Storm Sewer
17 (l) Top of pipe elevations and coordinates at the following locations:
18 (a) Every 250 linear feet
19 (b) Horizontal and vertical points of inflection, curvature, etc.
20 c) Sanitary Sewer
21 (1) Top of pipe elevations and coordinates for sanitary sewer lines at
22 the following locations:
23 (a) Every 250 linear feet
24 (b) Horizontal and vertical points of inflection, curvature,etc.
25 (c) Cleanouts
26 c. Construction survey will be performed in order to maintain complete and
27 accurate logs of control and survey work associated with meeting or exceeding
28 the line and grade required by these Specifications.
29 d. The Contractor will need to ensure coordination is maintained with the City to
30 perform construction survey and to verify control data, including but not
31 limited to the following:
32 1) Established benchmarks and control points provided for the Contractor's
33 use are accurate
34 2) Benchmarks were used to furnish and maintain all reference lines and
35 grades for tunneling
36 3) Lines and grades were used to establish the location of the pipe
37 4) Submit to the City copies of field notes used to establish all lines and
38 grades and allow the City to check guidance system setup prior to
39 beginning each tunneling drive.
40 5) Provide access for the City to verify the guidance system and the line and
41 grade of the carrier pipe on a daily basis.
42 6) The Contractor remains fully responsible for the accuracy of the work and
43 the correction of it, as required.
44 7) Monitor line and grade continuously during construction.
45 8) Record deviation with respect to design line and grade once at each pipe
46 joint and submit daily records to City.
47 9) If the installation does not meet the specified tolerances, immediately notify
48 the City and correct the installation in accordance with the Contract
49 Documents.
50 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONS"T"RUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
OR 7R 23-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY[NOT USED]
3 PART 2® PRODUCTS [NOT USED]
4 PART 3® EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 APPLICATION
9 3.5 REPAIR/RESTORATION [NOT USED]
10 3.6 RE-INSTALLATION [NOT USED]
11 3.7 FIELD [OR] SITE QUALITY CONTROL
12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
13 City in accordance with this Specification.,
14 B. Do not change or relocate stakes or control data without approval from the City.
15 3.8 SYSTEM STARTUP [NOT USED]
16 3.9 ADJUSTING [NOT USED]
17 3.10 CLEANING [NOT USED]
18 3.11 CLOSEOUT ACTIVITIES [NOT USED]
19 3.12 PROTECTION [NOT USED]
20 3.13 MAINTENANCE [NOT USED]
21 3.14 ATTACHMENTS [NOT USED]
22 END OF SECTION
23
Revision Log
.............
DATE NAME SUMMARY OF CHANGE
8/31/2012 D.Johnson
..............
24
25
MY OF FORT WORTH North Beach Stmet Improveflients
S'FANDARD CONSTRUC FION SPE0F1CA'r1ON DOC'UMIn"NTS City ProjeLt No,02238
Revised December 20,21912
01 7423-1
CLEANING
Page I of 4
1 SECTION 0174 23
2 CLEANING
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 —General Requirements
13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Scheduling
21 1. Schedule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 STORAGE,AND HANDLING
31 A. Storage and Handling Requirements
32 1. Store cleaning products and cleaning wastes in containers specifically designed for
33 those materials.
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
017423-2
CLEANING
Page 2 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART2® PRODUCTS
4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3® EXECUTION
14 31 INSTALLERS [NOT USED]
15 3.2 EXAMINATION [NOT USED]
16 33 PREPARATION [NOT USED]
17 3.4 APPLICATION [NOT USED]
18 3.5 REPAIR/RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27 governing authorities.
28 1 Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH No Beach Street Improvements
s'rANDARD CONSTRUCTION SPECIFICATION I)OCUMENTS City Project No.02238
Revised July 1,2011
017423-3
CLEANING
Page 3 of 4
1 6. Handle materials in a controlled manner with as few handlings as possible.
2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
3 this project.
4 8. Remove all signs of temporary construction and activities incidental to construction
5 of required permanent Work.
6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
7 have the cleaning completed at the expense of the Contractor.
8 10. Do not bum on-site.
9 B. Intermediate Cleaning during Construction
10 1. Keep Work areas clean so as not to hinder health, safety or convenience of
11 personnel in existing facility operations.
12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
13 3. Confine construction debris daily in strategically located container(s):
14 a. Cover to prevent blowing by wind
15 b. Store debris away from construction or operational activities
16 c. Haul from site at a minimum of once per week
17 4. Vacuum clean interior areas when ready to receive finish painting.
18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which
20 may become airborne or transported by flowing water during the storm.
21 C. Interior Final Cleaning
22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
23 foreign materials from sight-exposed surfaces.
24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
25 3. Wash and shine glazing and mirrors.
26 4. Polish glossy surfaces to a clear shine.
27 5. Ventilating systems
28 a. Clean permanent filters and replace disposable filters if units were operated
29 during construction.
30 b. Clean ducts, blowers and coils if units were operated without filters during
31 construction.
32 6. Replace all burned out lamps.
33 7. Broom clean process area floors.
34 8. Mop office and control room floors.
35 D. Exterior(Site or Right of Way) Final Cleaning
36 1. Remove trash and debris containers from site.
37 a. Re-seed areas disturbed by location of trash and debris containers in accordance
38 with Section 32 92 13.
39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
40 that may hinder or disrupt the flow of traffic along the roadway.
41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
42 junction boxes and inlets.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
017423-4
CLEANIN(i
Page 4 of 4
1 4. If no longer required for maintenance of erosion facilities,and upon approval by
2 City, remove erosion control from site.
3 5. Clean signs, lights,signals,etc.
4 311 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USEDI
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION'
9
Revision Log
............. ...................
DATE NAME S1JMMAR.Y OF CHANGE
...........
to
CITY OF FORT WOR.,rH North Beach Street lmprovernenLs
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
01 77 19- 1
CLOSEOUT REQUIREMENTS
Page I of 3
l SECTION Of 77 19
2 CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division I —General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 I. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 I. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
0177 19-2
CLOSEOUT REQUIREMENTS
Page 2 of 3
1 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 PART 2- PRODUCTS [NOT USED]
4 PART 3- EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspection, submit:
10 1. Project Record Documents in accordance with Section 01 78 39
11 2. Operation and Maintenance Data,if required, in accordance with Section 0178 23
12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section
13 017423.
14 C. Final Inspection
15 1. After final cleaning, provide notice to the City Project Representative that the or
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon completion of this inspection, the City will notify the Contractor, in
19 writing within 10 business days,of any particulars in which this inspection
20 reveals that the Work is defective or incomplete.
21 2. Upon receiving written notice from the City, immediately undertake the Work
22 required to remedy deficiencies and complete the Work to the satisfaction of the
23 City.
24 3. Upon completion of or associated with the items listed in the City's written
25 notice, inform the City,that the required Work has been completed. Upon receipt
26 of this notice,the City, in the presence of the Contractor,will make a subsequent,
27 Final Inspection of the project.
28 4. Provide all special accessories required to place each it of equipment in full
29 operation. These special accessory items include, but are not limited to:
30 a. Specified spare parts
31 b. Adequate oil and grease as required forte first lubrication of the equipment
32 c. Initial fill up of all chemical.tanks and fuel tanks
33 d. Light bulbs
34 e. Fuses
35 f Vault keys
36 g. Handwheels,
37 h. Other expendable items as required for initial start-up and operation of all
38 eq uipinent
39 D. Notice of Project Completion
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPE(IFICATION DOCUMENT'S City Project No.02238
Revised My 1,2011
01 77 19-3
CLOSEOUT REQUIREMENTS
Page 3 of 3
l 1. Once the City Project Representative finds the Work subsequent to Final Inspection
2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
3 E. Supporting Documentation
4 1. Coordinate with the City Project Representative to complete the following
5 additional forms:
6 a. Final Payment Request
7 b. Statement of Contract Time
8 c. Affidavit of Payment and Release of Liens
9 d. Consent of Surety to Final Payment
10 e. Pipe Report(if required)
11 f. Contractor's Evaluation of City
12 g. Performance Evaluation of Contractor
13 F. Letter of Final Acceptance
14 1. Upon review and acceptance of Notice of Project Completion and Supporting
15 Documentation, in accordance with General Conditions, City will issue Letter of
16 Final Acceptance and release the Final Payment Request for payment.
17 3.5 REPAIR/ RESTORATION [NOT USED]
18 3.6 RE-INSTALLATION [NOT USED]
19 3.7 FIELD [0111 SITE QUALITY CONTROL [NOT USED[
20 3.8 SYSTEM STARTUP [NOT USED]
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED1
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27 END OF SECTION
28
Revision Log
DATE NAME SUMMARY OF CHANGE
29
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July I,2011
01 78 23-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
1 SECTION 0178 23
2 OPERATION AND MAINTENANCE DATA
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include, but are not limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers(to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division I —General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Schedule
24 1. Submit manuals in final form to the City within 30 calendar days of product
25 shipment to the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Prepare data in form of an instructional manual for use by City personnel.
32 2. Format
33 a. Size: 8 `/2 inches x l 1 inches
34 b. Paper
35 1) 40 pound minimum, white, for typed pages
36 2) Holes reinforced with plastic, cloth or metal
37 c. Text: Manufacturer's printed data,or neatly typewritten
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
OR 7823-2.
OPERATfON AND MAINTENAd14CE DATA
Page 2 of 5
1 d. Drawings
2 1) Provide reintiorced punched binder tab, bind in with text
3 2) Reduce larger drawings and fold to size of text pages.
4 e. Provide fly-leaf for each separate product,or each piece of operating
5 equipment.
6 1) Provide typed description of product, and major component parts of
7 equipment..,
8 2) Provide indexed tabs.
9 E Cover
10 1) Identify each volume with typed or printed title "OPERATING AND
11 MAINTENANCE INSTRUCTIONS".
12 2) List:
13 a) Title of Project
14 b) Identity of separate structure as applicable
15 c) Identity of general subject matter covered in the manual
16 3. Binders
17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers
18 b. When multiple binders are used,correlate-,the data into related consistent
19 groupings.
20 4. If available, provide an electronic form of the O&M Manual.
21 B. Manual Content
22 L, Neatly typewritten table of contents for each volume, arranged in systematic order
23 a. Contractor, name of responsible principal, address and telephone number
24 b. A list of each product.required to be included, indexed to content of the volume
25 c. List,with each product:
26 1) The name,address and telephone number of the subcontractor or installer
27 2) A list of each product required to be included, indexed to content of the
28 volume
29 3) Identify area of responsibility of each
30 4) Local source of supply for parts and replacement
31 d. Identif
.y each product by product name and other identifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a. Include only those sheets which are pertinent tote specific product.
35 b. Annotate each sheet to:
36 1) Clearly identify specific product or part installed
37 2) Clearly identify data applicable to installation
38 3) Delete references to inapplicable information
39 3. Drawings
40 a. Supplement product data with drawings as necessary to clearly illustrate:
41 1) Relations of component parts of equipment and systems
42 2) Control and flow diagrams
43 b. Coordinate drawings with information. in Project Record.Documents to assure
44 correct illustration of completed installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written text,as required to supplement product data forte particular installation.-
47 a. Organize in consistent format under separate headings for different procedures.
48 b. Provide logical sequence of instructions of each procedure.
MY OF FORT WORTH North Beach Street Improvemenos
STANDARD CONST"Ruc,rWON SPECIFICATION DOCUMI.."NTS City Project No.02238
Revised December 20,20U
01 7823-3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
1 5. Copy of each warranty, bond and service contract issued
2 a. Provide information sheet for City personnel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content, for architectural products, applied materials and finishes:
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size, composition
10 2) Color and texture designations
11 3) Information required for reordering special manufactured products
12 b. Instructions for care and maintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Details of installation
22 b. Instructions for inspection, maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of complete manual in final form.
25 2. Content, for each unit of equipment and system, as appropriate:
26 a. Description of unit and component parts
27 1) Function, normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclature and commercial number of replaceable parts
30 b. Operating procedures
31 1) Start-up, break-in, routine and normal operating instructions
32 2) Regulation, control, stopping, shut-down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
37 2) Guide to "trouble shooting"
38 3) Disassembly, repair and reassembly
39 4) Alignment, adjusting and checking
40 d. Servicing and lubrication schedule
41 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 1) Predicted life of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
01 7823-4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
1 L Charts of valve tag numbers,with location and function of each valve
2 j. List of original manufacturees spare parts,manufacturer's current prices, and
3 recommended quantities to be maintained in storage
4 k. Other data as required under pertinent Sections of Specifications
5 3. Content,for each electric and electronic system, as appropriate:
6 a. Description of system and component parts
7 1) Function, normal operating characteristics,and limiting conditions
8 2) Performance curves,engineering data and tests
9 3) Complete nomenclature and commercial number of replaceable parts
10 b. Circuit directories of panelboards
11 1) Electrical service
12 2) Controls
13 3) Communications
14 c. As installed color coded wiring diagrams
15 d. Operating procedures
16 1) Routine and normal operating instructions
17 2) Sequences required
18 3) Special operating instructions
19 e. Maintenance procedures
20 1) Routine operations
21 2) Guide to"trouble shooting"
22 3) Disassembly,repair and reassembly
23 4) Adjustment and checking
24 f Manufacturees printed operating and maintenance instructions
25 g. List of original manufacturer's spare parts,manufacturees current prices, and
26 recommended quantities,to be maintained in storage
27 h. her data as required under pertinent Sections of Specifications
28 4. Prepare and include additional data when the need for such data becomes apparent
29 during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
UTY OF FORT WORTH North Beach Street Impmvements
STANDARD CONSTRUCTION SPECIFICATRON DOCUMENTS City Project No.02238
Revised December 20,2012
017823-5
OPERA,rION AND MAIN'rENANCE DATA
Page 5 of 5
1 1.10 DELIVERY, STORAGE,AND HANDLING INOT USED]
2 1.11 FIELD ISITEI CONDITIONS JNO'I`USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 - PRODUCTS [NOT USED]
5 PART 3- EXECUTION INOT USED]
6 END OF SECTION
7
Revision [.,og
.................. ......................... ... ......... ....................
DA'rE NAME SUMMARY OF CHANGE•
913 /2012 D.Johnson L5 A.I - kitle of section removed
.................................. ........................................................
8
(,,'['TY OF FORT WORTH North Beach Street improvement.l.;
STANDARD CONSTRUCTION SPECIFICATION D(,)�Ci WITNTS City Project No.02238
Revised December 20,2012
01 7839-1
PROJECT RECORD DOCUMENTS
Page I of 4
1 SECTION 0178 39
2 PROJECT RECORD DOCUMENTS
3 PARTI - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Work associated with the documenting the project and recording changes to project
7 documents, including:
8 a. Record Drawings
9 b. Water Meter Service Reports
10 c. Sanitary Sewer Service Reports
I I d. Large Water Meter Reports
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division I —General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
23 1.5 SUBMITTALS
24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
25 City's Project Representative.
26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents.
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,201 1
01 7839-2
PROJECT RECORD DOCUMENTS
Page 2 of 4
1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, of concealed and
4 visible,to enable future modification of the or to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documents completely,protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data, use means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2- PRODUCTS
18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1., Promptly following receipt of the Notice to Proceed,secure from the City,at no
22 charge to the Contractor, I complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the or and prior to Final Inspection,provide
25 the City I complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3- EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 33 PREPARATION [NOT USED]
32 3.4 MAINTENANCE DOCUMENTS
33 A. Maintenance of Job Set
34 1. Immediately upon receipt of the job set, identify each of the Documents with the
35 title, "RECORD DOCUMENTS-JOB SET".
CfTY OF FORT WORTH North Beach Street Ernprovements
STANDARD CONSTRILICUON SPECIFiCATION DOCUMENTS City Project No.02238
Revised July 1,2011
01 7839-3
PROJECT RECORD DOCUMENTS
Page 3or*
\ 2. Preservation
2 u. Considering the Contract completion time, the probable number ofoccasions
] upon which the job set must be taken out for new entries and for examination,
4 and the conditions under which these activities will be performed, devise a
5 suitable method for protecting the job acL
h b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data tofiva| Project Record Documents.
8 c. Maintain the job set a1 the site ofwork.
V 3. Coordination with Construction Survey
10 a. /\tuminimum, iu accordance with the intervals set forth in Section O| 71 23,
\\ clearly mark any deviations from Contract Documents associated with
12 installation of the infrastructure.
13 4. Making entries on Drawings
14 u. Record any deviations from Contract Documents.
15 b. Use au erasable colored pencil (not ink or indelible pcuci|), clearly describe the
10 change by graphic line and note as required.
17 c. Date all entries.
18 d. Call attention to the entry by "cloud" drawn around the area or areas affected.
19 c. In the event of overlapping changes, use different colors for the overlapping
20 cbauQca.
21 5. Conversion ofschematic layouts
22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
23 ducts, and airni|or items, are abop/u schematically and are not intended to
24 portray precise physical layout.
25 |) Final physical arrangement ia determined by the Contractor, subject tothe
20 City's approval.
27 2) However, design of future modifications of the facility may require
28 accurate information as to the Oua1 physical layout of items which are
24 ahop/u only schematically ou the Drawings.
30 b. Show ou the job set of Record Drawings, by dimension accurate towithin l
31 inch, the centerline of each run ufitems.
32 |) Final physical arrangement is determined by the Contractor, subject to the
33 City's approval.
34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
35 ceiling p|cnurn", "cxpoaed", and the |ikc).
36 3) Make all identification sufficiently descriptive that it may be related
37 reliably tothe Specifications.
38 c. The City may waive the requirements for conversion ofschematic layouts
34 where, in the City'a 'udgrncnt, conversion serves uo useful purpose. However,
40 do not rely upon waivers being issued except as specifically issued in writing
41 by the City.
42 B. Final Project Rccord [}ocurncnta
43 /. Transfer ofdata to Drawings
44 u. Carefully transfer change data nbon/u on the job act of Record Drawings to the
45 corresponding final documents, coordinating the changes anrequired.
46 b. Clearly indicate a1 each affected detail and other Drawing ufull description of
47 changes made during construction, and the actual location ofitems.
CITY oF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.O2z3A
Revised July 1,2011
017939-4
PROJECT RECORD DOCumrms
Pap 4 of 4
1 c. Call attention to each entry by drawing a"cloud"around the area or areas
2 affected.
3 d. Make changes neatly,consistently and with the proper media to assure
4 longevity and clear reproduction.
5 2. Transfer of data tee er Documents
6 a. If the Documents, other than Drawings,have been kept clean during progress of
7 the Work,and if entries thereon have been orderly to the approval of the City,
8 the job set of those Documents,other than Drawings,will be accepted as final
9 Itecord Documents.
10 b. If any such Document is not so approved by the City, secure a new copy of that
14 Document from the City at the City's usual charge for reproduction and
12 handling,and carefully transfer the change data to the new copy to the approval
13 oft e City.
14 3.5 REPAIR/RESTORATION [NOT USED]
1.5 3.6 RE-INSTALLATION [NOT USEDI
16 3.7 FIELD [OR] SITE QuALr'rY CONTROL TROL [NOT USED]
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED)
19 3.10 CLEANING [NOT USED]
20 311 CLOSEOUT ACTIVITIES [NOT USEDI
21 3.12 PROTECTION [NOT USEDI
22 3.13 MAINTENANCE [NOT USED]
23 3.14 ATTACHMENTS [NOT USED]
24 END OF SECTION
25
Revision Log
DATE NAME SUMMARY OF CHANGE
26
CITY OF FORT WORTH North Beach Street ImprovLments
STANDARD CONSTRUCTION SPECIMCATION WCUMENTS City Project No,02238
Revised July 1,201 I
31 1000- 1
SITE CLEARING
Page 1 of 5
1 SECTION 31 10 00
2 SITE CLEARING
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Preparation of right-of-way and other designated areas for construction operations
7 by removing and disposing of all obstructions including clearing and grubbing and
8 trees, when removal of such obstructions is not specifically shown on the Drawings
9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance
10 governs all tree removals.
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. 1.2.A.4.—Tree Root Removal Measurement and Payment was added
13 2. 3A.C.Lo—Execution to hand excavate tree roots for designated trees.
14 C. Related Specification Sections include but are not necessarily limited to
15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 —General Requirements
17 3. Section 02 41 13 —Selective Site Demolition
18 4. Section 02 41 14—Utility Removal/Abandonment
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Site Clearing
22 a. Measurement
23 1) Measurement for this Item shall be by lump sum.
24 b. Payment
25 1) The work performed and the materials furnished in accordance with this
26 Item shall be paid for at the lump sum price bid for"Site Clearing".
27 c. The price bid shall include:
28 1) Pruning of designated trees and shrubs
29 2) Removal and disposal of trees, structures and obstructions
30 3) Backfilling of holes
31 4) Clean-up
32 2. Tree Removal (typically included in"Site Clearing", but should be used if"Site
33 Clearing" is not a bid item)
34 a. Measurement
35 1) Measurement for this Item shall be per each.
36 b. Payment
37 1) The work performed and the materials furnished in accordance with this
38 Item shall be paid for at the unit price bid per each "Tree Removal" for:
39 a) Various caliper ranges
40 c. The price bid shall include:
41 1) Pruning of designated trees and shrubs
CITY OF FORT WORTH North Beach Street.Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
31 1000-2
srrE CLEARING
Page 2 of 5
1 2) Removal and disposal of structures and obstructions
2 3) Grading and backfilling of holes
3 4) Excavation
4 5) Fertilization
5 6) Clean-up
6 3. Tree Removal and'Fransplantation
7 a. Measurement
8 1) Measurement for this to shall be per each.
9 b. Payment
10 1) The or performed and the materials furnished in accordance with this
I I Item shall be paid for at the unit price bid per each"Tree Transplant"for:
12 a) Various caliper ranges
13 c. The price bid shall include:
14 1) Pruning of designated trees and shrubs
15 2) Removal and disposal of structures and obstructions
16 3) Moving tree with truck mounted tree spade
17 4) Grading and back filling of holes
18 5) Replanting tree at temporary location(determined by Contractor)
i9 6) Maintaining tree until Work is completed
20 7) Replanting tree into original or designated location
21 8) Excavation
22 9) Fertilization
23 10)Clean-up
24 4. Tree Root Removal
25 a. Measurement
26 1) Measurement for this Item shall be per each tree.
27 b. Payment
28 1) The or performed and the materials furnished in accordance with
29 this Item shall be paid for at the unit price bid per each "Tree Root
30 Removal by Prequalified Water Utilities Contractor".
31 c. The price bid shall include:
32 1) Hand excavate,saw cut,and remove roots of designated trees in
33 proximity to 36-inch transmission main by a Prequalified Utility
34 Contractor for water utilities.
35 2) Removal and disposal of structures and obstructions to the depth
36 indicated 3ACA&5.
37 3) Grading and backfilling of holes
38 4) Clean-up
39
40 1-3 REFERENCES [NOT USED]
41 1.4 ADMINSTRATIVE REQUIREMENTS
42 A. Permits
43 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as
44 required by the City's Tree Ordinance. (wwwFortWortli,rexas.gov)
45 B. Preinstallation Meetings
CHY OF FORT WORTm North Beach Street Improvements
STANDARD CONSTRAXRON SPECIFICATION EXXIMENTS City Project No.02238
Revised December 20,2012
31 1000-3
SITE CLEARING
Page 3 of 5
1 1. Hold a preliminary site clearing meeting and include the Contractor,City Arborist,
2 City Inspector, and the Project Manager for the purpose of reviewing the
3 Contractor's tree removal plan. Clearly mark all trees to remain on the project site
4 prior to the meeting.
5 2. The Contractor will provide the City with a Disposal Letter in accordance to
6 Division 01.
7 1.5 SUBMITTALS [NOT USED]
8 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
9 1.7 CLOSEOUT SUBMITTALS [NOT USED]
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE [NOT USED]
12 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED]
13 1.11 FIELD CONDITIONS [NOT USED]
14 1.12 WARRANTY [NOT USED]
15 PART 2 - PRODUCTS [NOT USED]
16 PART 3 - EXECUTION
17 3.1 INSTALLERS [NOT USED]
18 3.2 EXAMINATION [NOT USED]
19 3.3 PREPARATION
20 A. All trees identified to be protected and/or preserved should be clearly flagged with
21 survey tape.
22 B. Following taping and prior to any removals or site clearing, the Contractor shall meet
23 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be
24 saved.
25 3.4 INSTALLATION
26 A. Protection of Trees
27 1. Protect designated trees and prune trees and shrubs as shown on the Drawings.
28 Refer to the Drawings for tree protection details.
29 2. If the Drawings do not provide tree protection details, protected trees shall be
30 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with
31 the comers located on the canopy drip line, unless instructed otherwise.
32 3. When site conditions do not allow for the T-posts to be installed at the drip line, the
33 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 1/2
34 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to
35 form the enclosure.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONs,rRucTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
31 1000-4
SnT CLEARM
Page 4 of 5
1 4. Do not park equipment,service equipment, store materials,or disturb the root area
2 under the branches of trees designated for preservation.
3 5. When shown on the Drawings, at cuts on trees with an approved tree wound
4 dressing within 20 minutes of making a pruning cut or otherwise causing damage to
5 the tree.
6 6. Trees and brush shall be mulched on-site.
7 a. Burning as a rnethod of disposal is not allowed.
8 B. Hazardous Materials
9 1,,, The Contractor will notify the Engineer immediately if any hazardous or
10 questionable materials not shown on the Drawings are encountered. This includes;
11 but not limited to:
12 a. Floor tiles
13 b. Roof tiles
14 c. Shingles
15 d. Siding
16 e. Utility piping
17 2. The testing, removal, and disposal of hazardous materials will be in accordance
18 with Division 1.
19 C. Site Clearing
20 1. Clear areas shown on the Drawings of all obstructions,except those landscape
21 features that are to be preserved. Such obstructions include,but are not limited to:
22 a. Remains of buildings and other structures
23 b. Foundations
24 c. Floor slabs
25 d. Concrete
26 e. Brick
27 f. Lumber
28 g. Plaster
29 h. Septic tank drain fields
30 L Abandoned utility pipes or conduits
31 j. Equipment
32 k. Trees
33 1. Fences
34 m. Retaining walls
35 n. Other items as specified on the Drawings
36 o. Hand excavate tree roots of designated trees to the depth indicated
37 3.4.C.4&5.
38 2. Remove vegetation and other landscape features not designated for preservation,
39 whether above or below ground, including,but not limited to®
40 a. Curb and gutter
41 b. Driveways
42 c. Paved parking areas
43 d. Miscellaneous stone
44 e. Sidewalks
45 f Drainage structures
46 g. Manholes
47 h. Inlets
48 L Abandoned railroad tracks
CITY OF FORT WORTH N® Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION D(.)CLJME,.NTS city Project No.02238
Revised December 20,2012
31 1000-5
SITE CLEARING
Page 5 of 5
1 j. Scrap iron
2 k. Other debris
3 3. Remove culverts, Storm sewers, manholes, and inlets in proper sequence to
4 maintain traffic and drainage in accordance with Section 02 41 14.
5 4. In areas receiving embankment, remove obstructions not designated for
6 preservation to 2 feet below natural ground.
7 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level.
8 6. In all other areas, remove obstructions to I foot below natural ground.
9 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps
10 off to ground level.
I I a. Removal of existing structures shall be as per Section 02 41 13.
12 D. Disposal
13 1. Dispose of all trees within 24 hours of removal.
14 2. All materials and debris removed becomes the property of the Contractor, unless
15 otherwise stated on the Drawings.
16 3. The Contractor will dispose of material and debris off-site in accordance with local,
17 state, and federal laws and regulations.
18 3.5 REPAIR [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USED]
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE [NOT USED]
27 3.14 ATTACHMENTS [NOT USED]
28 END OF SECTION
29
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address
30
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
sz /|z"'1
LIME TREATED BASE COURSES
Page |ofv
| SECTION 3211 29
2 LIME TREATED BASE COURSES
3 PARTX - GENERAL
4 8.8 SUMMARY
5 A. Section Includes:
6 |. Treating subgrade, subbase and base courses by the pulverization, addition oflime,
7 mixing and compacting the mix material tothe required density.
0 2. (tcmnapp|/es to the natural ground, embankment, existing pavement; base or
O subbase courses placed and shall conform to the typical section, lines and grades
|O shown oo the Drawings.
| | B. Deviations from this City uf Fort Worth Standard Specification
12 8, Modified density control in 3,4.F.3-
13 C. Related Specification Sccduoa include, but are not necessarily limited to:
14 |. DiviaiooU - Biddiog Requirements, Contract Forms, and Conditions of the Contract
15 2. Division | -Gcocra| Requirements
16 3. Section 31 2323 - Borrow
17 4. Section 32 | | 23 - Flcxible Base Courses
10 8.2 PRICE AND PAYMENT PROCEDURES
lq A. Measurement and Payment
20 |. Hydrated Lime
21 a. Measurement
22 |) Measurement for this Item shall beby the ton (dry weight) ofHydrated
23 Lime used to prepare slurry at the job site.
24 b. Payment
25 |) The work performed and materials furnished in accordance with this Item
26 and measured as provided under^^Mcaaurcmneot"will be paid for u1the unit
27 price bid per ton of Hydrated Lime.
28 c. The price bid shall include:
29 |) Furnishing the material
30 2) All freight involved
31 3) All unloading, storing, and handling
32 2. Commercial Lime Slurry
33 a. Mcaauccuzcot
34 |) Measurement for this Item shall be by the ton (dry weight)as calculated
35 from the minimum percent dry solids content of the slurry multiplied by the
36 weight o[the slurry io tons delivered.
37 b. Payment
38 l) The work performed and materials furnished iu accordance with this Item
39 and measured as provided under"Measurement"wil I be paid for at the unit
40 price bid per ton of Commercial Lime Slurry.
41 c. The price bid shall include:
42 |) Furnishing the material
CITY 0p FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.ozzm
Revised December zo,zo|z
321129-2
LEMUIAEATED BASE COURSES
Page 2 of 9
1 2) All freight involved
2 3) All unloading, storing,and handling
3 3. Quicklime
4 a. Measurement
5 1) Measurement for this to shall be by the ton(dry weight)of Quicklime.,
6 Measurement for Quicklime in slurry form shall be measured by the ton
7 (dry weight)of the Quicklime used to prepare the slurry.
8 b. Payment
9 1) The work performed and materials furnished in accordance with this Item
10 and measured as provided under"Measurement"will be paid for at the unit
11 price bid per ton of Quicklime.
12 c. The price bid shall include:
13 1) Furnishing the material
14 2) All ffreight involved
15 3) All unloading, storing,and handling
16 4. Lime Treatnient
17 a. Measurement
18 1) Measurement for this Item shall be by the square yard of surface area as
19 established by the widths shown on the Drawings and the lengths measured
20 at placement.
21 b. Payment
22 1) The work performed and materials furnished in accordance with this Item
23 and measured as provided under"Measurement"will be paid for at the unit
24 price bid per square yard of Lime Treatment applied for:
25 a) Various depths
26 c. The price bid shall include:
27 1) Preparing the roadbed
28 2) l,cx)sening,pulverizing application of lime,water content in the slurry
29 mixture and the mixing water
30 3) Mixing, shapin& Sprinkling,compacting,finishing,curing and maintaining
31 4) Performing all manipulations required
32 13 REFERE LACES
33 A. Definitions
34 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide.
35 2. Commercial Lime Slurry® liquid mixture of hydrated lime solids and water
36 delivered to a project in slurry form.
37 3. Quicklitne: dry material consisting of calcium oxide ffirnished in either of two
38 grades:
39 a® Grade DS—grade of"pebble"quicklime suitable for use in the preparation of
40 slurry for wet placing.
41 b. Grade S--.r finely graded quicklime for use only in the preparation of slurry for
42 wet placing.
43 B. Reference Standards
44 1. Reference standards cited in this specification refer to the current reference standard
45 published at the time of the latest revision date logged at the end of this
46 specification, unless a to is specifically cited.
47 Z, ASTM International(ASTM):
CITY OF FORT WORTH North Beach Street Improvements
STANDARD U)NSTR1tC,710N SPEX."31`1CATION DMUMENTS City Project No,02238
Revised December 20,2012
321129-3
LIME TREATED BASE COURSES
Page 3 of 9
1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
2 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3))
3 b. D6938, Standard Test Method for In-Place Density and Water Content of Soil
4 and Soil-Aggregate by Nuclear Methods (Shallow Depth)
5 3. Texas Department of Transportation(TXDOT):
6 a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing
7 b. Tex-140-E, Measuring Thickness of Pavement Layer
8 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and
9 Commercial Lime Slurry
10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
11 1.5 ACTION SUBMITTALS [NOT USED]
12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
13 1.7 CLOSEOUT SUBMITTALS [NOT USED]
14 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED]
15 1.9 QUALITY ASSURANCE [NOT USED]
16 1.10 DELIVERY AND STORAGE
17 A. Truck Delivered Lime
18 1. Each truck ticket shall bear the weight of lime measured on certified scales.
19 2. Submit delivery tickets, certified by supplier, that include weight with each bulk
20 delivery of lime to the site.
21 1.11 SITE CONDITIONS
22 A. Start lime application only when the air temperature is at least 35°F and rising or is at
23 least 40°F. Measure temperature in the shade and away from artificial heat.
24 B. Suspend application when the City determines that weather conditions are unsuitable.
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS
27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
28 2.2 MATERIALS
29 A. General
30 1. Furnish uncontaminated materials of uniform quality that meet the requirements of
31 the Drawings and specifications.
32 2. Notify the City of the proposed material sources and of changes to material sources.
33 3. Obtain verification from the City that the specification requirements are met before
34 using the sources.
35 4. The City may sample and test project materials at any time before compaction.
36 B. Lime
37 I. Hydrated Lime
38 a. pumpable suspension of solids in water
CITY OF FOR°C WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.022311
Revised December 20,2012
321129-4
UME TREA'rED BASE COURSES
Page 4 of 9
1 b. solids portion of the mixture when considered as a basis of"solids content,"
2 shall consist of principally hydrated lime of a quality and fineness sufficient to
3 meet the chemical and physical requirements.
4 2. Dry Lime: Do not use unless approved by City.
5 3. Quicklime
6 a. Use quicklime only when specified by the City.
7 b. dry material consisting of essentially calcium oxide.
8 c. Furnished in either oft o grades:
9 1) Grade DS
10 2) Grade S
11 4. Fumish lime that meets the following requirements
12 a. Chemical Requirements
3 Table 2
14 Lime Chemical Requirements
-------------
Hydrated Commercial Lime Quicklime
Lime Slur
r crtal"ir-,av e--I i ni—e 90.0"CaCin 87.0 Min
content,percent by
Lei,Frt
................................... .............. .._....................
Unhydrated linie 5,0 Max 87.0 Min
content,percent by
wei0it Lao
Vb!atec"' i0_l i_ax
content,pert cen
t by
15 b. Physical Requirements
16 Table 3
17 Lime Ph _.eal Re uirements
Hydrated Commercial Lime Quicklime
Lime S
...............
Wet Sieve Requirement,As
percentage by Weight
Residue: 7
Retained on Ko.-6sieve _012—Max'__-_-0-_.2Ma x.-------------__8_0M_ax_1 __.
Retained �Ko3 0 sieve -0-Max..............4.0 Max
...................
Dry Sieve Requirement,As
percentage by Weight
Residue:
........... ................
Retained on a Ion sieve 0.0
Retained on a 3/4-in sieve 10.0 Max
detained on a l oo 100 Grade Ids-80 Min
sieve Grade S- no limits
—--—----___''
Retained on a No.6 sieve 01 Max, 0.2 Max 8.0 Max'
...........L -
-TY-he—amount-t—oW""active"lime content.,&_s_C_a_0Jn the material retained on the No.6 sieve must not
exceed 2.0%bl eight.2ft.he L)n
18
19 c. Slurry Grades
20 Table 4
21 Lime Slurry
waimum Dry Solids It Contentfl
�F rsnq
CITY OF FOR,r WORTH North Beach Street Improvements
STANDARD CONSTRUCTION S111HCIFICATION D00 11MENTS 0TY Project No.022.38
Revised December 20,2012
zzxzp 5
LIME TREATED BASE COURSES
Page 5 of
Grade 1 31
Grade 2 35
Grade 3 46
|
2 C. Flexible Base Courses: Furnish base nmtec/ai that meets the requirements of Section 32
3 | | 23, for the type and grade shown on the Drawings, before the addition oflime.
4 D. Water: Furnish water free of industrial wastes and other objectionable material.
5 E. 0oonvv: See Section 3l 2323.
6 2'3 ACCESSORIES |NOT USEDI
7 2'4 SOURCE QUALITY CONTROL [NOT USED
8 PART 3- EXECUTION
4 3'1 INSTALLERS [NOT |DSKCD7
|O 3'2 EXAMINATION [NOT USEDj
11 3.3 PREPARATION
12 A. Shape the ouhgradcoc existing base toconform to the typical sections obovvo on the
13 Drawings orasdirected.
14 3.4 INSTALLATION
15 A. (3cocca|
16 l. Produce u completed course oftreated noatnciu| containing:
17 a. uniform iinoc mixture, free from loose or segregated areas.
18 b. uniform density and moisture content.
14 c. well bound for full depth.
20 d. with smooth surface and suitable for placing subsequent courses.
21 2. Maximum layer depth of lime treatment in single layer: 0 inches.
22 3. For treated subgradc exceeding 0 inches deep, pulverize, apply lime, mix, compact
23 and finish io equal layers not exceeding 5 inches deep.
24 B. Equipment
25 l. General: Provide machinery, tools, and equipment necessary for proper execution
26 of the work.
27 2. Ab||crs
28 a. The Contractor may use any type of roller to meet the production rates and
29 quality requirements of the Contract unless otbcnxiac shown on the Drawings
30 or directed.
Ji b. When specific types o[equipment are required, use equipment that meets the
32 specified requirements.
JJ c. Alternate Equipment
34 l) Instead of the specified equipment,the Contractor may, uaapproved,
35 operate other compaction equipment that produces equivalent results.
36 2) Discontinue the use of the alternate equipment and furnish the specified
37 equipment if the desired results are not achieved.
38 d. City may require Contractor to substitute equipment if production rate and
Jq quality requirements of the Contract are not met.
CITY o,FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.ozz3n
Revised December zn.zn/z
324129-6
LIME TREATED BASE COURSES
Page 6 of 9
1 3. Storage Facility
2 a. Store quicklime and dry hydrated lime in closed,weatherproof containers.
3 4. Slurry Equipment
4 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or
5 quicklime on the projector other approved local-lion.
6 be The City may approve other slurrying methods.
7 c. Provide a pump for agitating the slurry when the distributor truck is not
8 equipped with an agitator.
9 5. Pulverization Equipment
10 a. Provide pulverization equipment that:
11 1) Cuts and pulveri7es material uniformly to the proper,depth,with cutters that
12 plane to a uniform surface over the entire width of the cut
13 2) Provides a visible indication of the depth of cut at all times,and uniformly
14 mixes the materials
15 C. Pulverization
16 1. Pulverize or scarify existing material after shaping so that 100 percent.passes a 2
17 1/2 inch sieve.
18 2. If the material cannot be unilbrmly processed to the required depth in a single pass,
19 excavate and windrow the material to expose a secondary grade to achieve
20 processing to depth as shown in the Drawings.
21 D. Application of Lime
22 1. Uniformly apply lime as shown on the Drawings or as directed.
23 2. Add lime at the percentage specified in Drawings.,
24 3. Apply lime only on an area where mixing can be completed during the same
25 working day.
26 4. Minimize dust and scattering of lime by wind® Do not apply lime when wind
27 conditions, in the opinion of the City,cause blowing lime to become dangerous to
28 traffic or objectionable to adjacent property owners.
29 5. Slurry Placement
30 a. Hydrated Lime
31 1) Mix Lime with water and apply slurry
32 2) Apply Type B,commercial lime slurry,with a lime percentage not less
33 1 applicable for grade used
34 3) Distribute lime at the rate shown on the Drawings
35 4) Make successive passes over a measured surface of roadway until the
36 proper moisture and lime content have been achieved.
37 b. Quicklime
38 1) Spread the residue for the Quicklime slurrying procedure, uniformly over
39 the length of the roadway.
40 2) Residue is primarily inert material with little stabilizing value; however,
41 may contain a small amount of Quicklime particles that slake slowly. A
42 concentration of these particles could cause the compacted stabilized
43 material to swell during slaking.
44 E. Mixing
45 1. Begin mixing within 6 hours of application of lime.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPEC IF1CATM DOCUMENTS City Project No,02238
Revised DLcernber 20,2042
32 11 29-7
LIME TREATED BASE COURSES
Page 7 of 9
1 2. Hydrated time exposed to the open air for 6 hours or more between application and
2 mixing,or that experiences excessive loss due to washing or blowing, will not be
3 accepted for payment.
4 3. Thoroughly mix the material and lime using approved equipment.
5 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free
6 from all clods and lumps.
7 5. Do not mix greater than l inch deeper than the stabilization depth specified.
8 6. Materials containing plastic clay or other materials that are not readily mixed with
9 lime shall be mixed as thoroughly as possible at the time of lime application,
10 brought to the proper moisture content and sealed with a pneumatic roller.
11 7. Allow the mixture to cure for 72 hours or as directed by City.
12 8. When pebble grade quicklime is used,allow the mixture to cure for 2 to 4 days.
13 9. Sprinkle the treated materials during the mixing and curing operation to achieve
14 adequate hydration and proper moisture content.
15 10. After curing, resume mixing until a homogeneous, friable mixture is obtained.
16 11. After mixing, City will sample the mixture at roadway moisture and test in
17 accordance with Tex-101-E, Part III, to determine compliance with the gradation
18 requirements in Table 5.
19 Table 5
20 Gradation Requirements(Minimum % Passing)
Sieve Size Base
1-.'!A in. 100
3/4 in. 85
21 No.4 60
22 F. Compaction
23 1. General
24 a. Begin compaction immediately after final mixing.
25 b. Aerate and sprinkle as necessary to provide optimum moisture content.
26 c. Multiple lifts are permitted when shown on the Drawings or approved.
27 d. Bring each layer to the moisture content directed.
28 2. Rolling
29 a. Begin rolling longitudinally at the sides and proceed toward the center,
30 overlapping on successive trips by at least one-half the width of the roller unit.
31 b. On superelevated curves, begin rolling at the low side and progress toward the
32 high side.
33 c. Offset alternate trips of the roller.
34 d. Operate rollers at a speed between 2 and 6 MPH or as directed.
35 e. Rework, recompact, and refinish material that fails to meet or that loses
36 required moisture, density, stability, or finish before the next course is placed or
37 the project is accepted.
38 1) Continue work until specification requirements are met.
39 2) Rework in accordance with Maintenance item of this Section.
40 f. Proof roll the lime treated base course in accordance with the following:
41 I) Proof Rolling
42 a) City Project Representative must be on-site during proof rolling
43 operations.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
32 11 29-8
UME TIZEATED BASE COURSES
Page 8 of 9
1 b) Use equipment that will apply sufficient load to identify soft spots that
2 rut or pump.
3 (1) Acceptable equipment includes fully loaded single-axle water truck
4 with a 1500 gallon capacity.
5 c) Make at least 2 passes with the proof roller(down and back = I pass).
6 d) Offset each trip by at most I tire width.
7 e) If an unstable or non-uniform area is found,correct the area.
8 2) Correct
9 a) Soft spots that rut or pump greater than 3/4 inch.
to b) Areas that are unstable or non-uniform..
11 3., Density Control
12 a. Coinpact until the entire depth of the m ixture has achieved a uniform density of
13 not less than 9-5 100 percent,of the maximum density as determined by AST'N,4
14 D698.
is b. Moisture content: minus 2 0 to plus 4 optimum.
16 G. Maintenance
17 1. Maintain the completed soil lime base in good condition, satisfactory to the City as
18 to grade,crown and cross section until the overlaying or next course is constructed.
19 2. Keep surface of the compacted course moist until covered by other base or
20 pavement.
21 3. Reworking a Section
22 a. When a section is reworked within 72 hours after completion of compaction,
23 rework the section to provide the rexluired density.
24 b. When a section is reworked more than 72 hours after completion of
25 compaction,add additional lime at 25 percent of the percentage specified.
26 c. Reworking includes loosening,adding material or removing unacceptable
27 material if necessary, mixing as directed,compacting,and finishing.
28 H. Finishing,
29 1. After completing compaction of the final course,clip,skin,or tight, blade the
30 surface of the lime treated material with a maintainer or subgrade trimmer to a
31 depth of approximately 1/4 inch.
32 2. Remove loosened material and dispose of at an approved location.
33 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth
34 surface is attained,
35 4. Add small amounts of water as needed during rolling.
36 5. Shape and maintain the course and surface in conformity with the typical sections,
37 lines, and grades shown on the Drawings or as directed.
38 I. Curing
39 1. Cure for the minimum number of days shown in Table 6 and by finished pavement
40 type:
41 a. Concrete pavementr
42 1) Sprinkle with water
43 2) Maintain moisture during curing
44 3) Do not allow equipment on the finished course during curing except as
45 required for sprinkling.
46 b. Asphalt Pavement
CITY OF rORT WORTH North Beach Street Improvernems
STANDARD CONs'rRUCTION SPECIMATION DOCUMENTS City Pn�ject No.02238
Revised December 20,2012
32 It 29-9
LIME TREATED BASE COURSES
Page 9 of 9
1 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard.
2 2) Do not allow equipment on the finished course during curing.
3 Table 6
4 Minimum Curing Requiremen s Before Placing Subsequent Courses'
Untreated Material Curing(Days)
PI<_35 2
PI>35 5
1.Subject to the approval of the City.Proof rolling may be required as
an indicator or adequate curing.
5 2. Begin paving operations or add courses within 14 calendar days of final
6 compaction.
7 3.5 REPAIR(RESTORATIN [NOT USEDI
8 3.6 RE-INSTALLATION [NOT USEDI
9 3.7 QUALITY CONTROL
10 A. Density Test
11 I. City Project Representative must be on site during density testing
12 2. City to measure density of time treated base course in accordance with ASTM
13 D6938.
14 3. Spacing directed by City(I per block minimum).
15 4. City Project Representative determines density testing locations.
16 B. Depth Test
17 1. In-place depth will be evaluated for each 500-foot roadway section
18 2. Determine in accordance with Tex-140-E in hand excavated holes.
19 3. For each 500-foot section, 3 phenolphthalein tests will be performed.
20 4. City Project Representative determines depth testing locations.
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USEDI
25 3.12 PROTECTION [NOT USEDI
26 3.13 MAINTENANCE [NOT USED]
27 3.14 ATTACHMENTS [NOT USEDI
28 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
29
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
32 1320-1
CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS
Page I of 6
1 SECTION 32 13 20
2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
3 PARTI - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Concrete sidewalks
7 2. Driveways
8 3. Barrier free ramps
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. 1.2.A.4.- Added Colored Textured Concrete
11 2. 1.6.0 —Added requirement for preparation of Mock Up for Colored Textured
12 Concrete
13 3. 3.4 E. 5&6—Added execution of texture and color for Colored Textured
14 Concrete.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
17 2. Division I -General Requirements
18 3. Section 02 41 13 - Selective Site Demolition
19 4. Section 32 13 13 -Concrete Paving
20 5. Section 32 13 73 -Concrete Paving Joint Sealants
21 1.2 PRICE AND PAYMENT PROCEDURES
22 A. Measurement and Payment
23 1. Concrete Sidewalk
24 a. Measurement
25 1) Measurement for this Item shall be by the square foot of completed and
26 accepted Concrete Sidewalk in its final position for various:
27 a) Thicknesses
28 b) Types
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 and measured as provided under"Measurement" will be paid for at the unit
32 price bid per square foot of Concrete Sidewalk.
33 c. The price bid shall include:
34 1) Excavating and preparing the subgrade
35 2) Furnishing and placing all materials
36 2. Concrete Driveway
37 a. Measurement
38 1) Measurement for this Item shall be by the square foot of completed and
39 accepted Concrete Driveway in its final position for various:
40 a) Thicknesses
41 b) Types
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONS'l RUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised April 30,2013
32 1320 2
CONCRI-11 SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS
Page 2 of 6
1 2) Dimensions will be taken from the back of the projected curb, including the
2 area of the curb radii and will extend to the limits specified in the
3 Drawings.
4 3) Sidewalk portion of drive will be included in driveway measurement.
5 4) Curb on drive will be included in the driveway measurement.
6 b. Payment
7 1) The work performed and materials furnished in accordance with this Item
8 and measured as provided under"Measurement"will be paid for at the unit
9 price bid per square foot of Concrete Driveway.
10 c. The price bid shall include:
11 1) Excavating and preparing the sub, rade
12 2) Furnishing and placing all materials
13 3. Barrier Free Ramps
14 a. Measurement
15 1) Measurement for this Item shall be per each Barrier Free Ramp completed
16 and accepted for various:
17 a) Types,
18 b. Payment
19 1) The work performed and materials furnished in accordance with this Item
20 and measured as provided under"Measurement"will be paid for at the unit
21 price bid per each"Barrier Free Rarnp" installed.
22 c. The price bid shall include:
23 1) Excavating and preparing the sub grade
24 2) I"urnishing and placing all materials
25 3) Curb Pimp
26 4) Landing and detectable warning surface a s s hown on the Drawings
27 5) Adjacent flares or side curb
28 4. Colored Textured Concrete
29 a. Measurement
30 1) Measurement for this Item shall be by the square yard of completed
31 and accepted 5"Colored Textured Concrete in its final position.
32 b. Payment
33 1) The work performed and materials furnished in accordance with this
34 Item and measured as pn)vided under"Measurement"will be paid for
35 at the unit price bid per square foot of 5"Colored Textured Concrete®
36 c. The price bid shall include:
37 1) Excavating and preparing the subgrade
38 2) Furnishing and placing all materials
39 3) Installation of texture
40 4) Installation of color curing compound
41
42 1.3 REFERENCES
43 A. Abbreviations and Acronyms
44 1. TS Texas Accessibility Standards
45 2. TDLR—Texas Department of Licensing and Regulation
46 B. Reference Standards
CITY OF FORT WORTH Nord-ii Beach Street linprovernents
STANDARD CONSTRUCTION SPECIFK",ATION I:' .JJMENT"S City Prx�jcct No.02238
Revised April 0,2013
32 1320-3
CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS
Page 3 of 6
1 1. Reference standards cited in this Specification refer to the current reference
2 standard published at the time of the latest revision date logged at the end of this
3 Specification, unless a date is specifically cited.
4 2. American Society for Testing and Materials(ASTM)
5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete
6 Construction (Non-extruding and Resilient Types)
7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using
8 Standard Effort(12,400 ft-Ibf/ft3)
9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
10 1.5 SUBMITTALS [NOT USED]
11 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS
12 A. Mix Design: submit for approval. Section 32 13 13.
13 B. Product Data: submit product data and sample for pre-cast detectable warning for
14 barrier free ramp.
15 C. Mock up: Prepare for approval a 9-square foot,5-inch thick specimen for each
16 color, pattern,and texture required before beginning work.
17 1.7 CLOSEOUT SUBMITTALS [NOT USED]
18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.9 QUALITY ASSURANCE [NOT USED]
20 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED]
21 1.11 FIELD CONDITIONS
22 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13.
23 1.12 WARRANTY [NOT USED]
24 PART 2 - PRODUCTS
25 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
26 2.2 EQUIPMENT AND MATERIALS
27 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of
28 the finished work.
29 B. Concrete: see Section 32 13 13.
30 1. Unless otherwise shown on the Drawings or detailed specifications, the standard
31 class for concrete sidewalks, driveways and barrier free ramps is shown in the
32 following table:
33 Standard C_ lasses of Pavement Concrete
Class of Minimum 28 Day Min. Maximum Course
Concrete' Cementitious, Compressive Water/ Aggregate
Lb./CY Strength'- Cementitious Maximum
psi Ratio Size,
inch
A 470 3000 0.58 1-1/2
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised April 30,2013
32 1320-4
(.',ONCRET'E SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS
Page 4 of 6
1 C. Reinforcement: see Section 32 13 13.
2 1. Sidewalk,driveway and barrier free ramp reinforcing steel shall be#3 deformed
3 bars at 18 inches on-center-both-ways at the center plane of all stabs,unless
4 otherwise shown on the Drawings or detailed specifications.
5 D. Joint Filler
6 1. Wood Filler: see Section 32 13 13.
7 2. Pre-Molded Asphalt Board Filler
8 as Use only in areas where not practical for wood boards.
9 b. Pre-molded asphalt board filler: ASTM D545.
to c. Install the required size and uniform thickness and as specified in Drawings.
1.1. d. Include 2 liners of 0.01 asphalt impregnated kraft paper filled with a mastic
1.2 inixture of asphalt and vegetable fiber and/or mineral filler.
13 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings.
14 2.3 ACCESSORIES [NOT USED]]
15 2.4 SOURCE QUALITY CONTROL (NOT USED]
16 PART 3- EXECUTION
17 3.1 INSTALLERS (NOT USED(
18 3.2 EXAMINATION [NOT USED11
19 3.3 PREPARATION
20 A. Surface Preparation
21 L Excavation. Excavation required for the construction of iidewalks,driveways and
22 barrier free ramps shall be to the lines and grades as shown on the Drawings or as
23 established by the City.
24 2.. Fine Grading
25 a. The Contractor shall do all necessary filling, leveling and fine grading required
26 to bring the subgrade to the exact grades specified and compacted to at least 90
27 percent of maximurn density as determined by ASTM D698.
28 b. Moisture content shall be within minus 2 to plus 4 of optimum.
29 c. Any over-excavation shall be repaired to the satisfaction of the City.
30 B. Demolition/Removal
3 1 1. Sidewalk, Driveway and/or Barrier Free Ramp Removal-. see Section 02 41 13.
32 3.4 INSTALLATION
33 A. General
34 I. Concrete sidewalks shall have a minimum thickness of 4 inches,,
35 2. Sidewalks constructed in driveway approach sections shall have a minirrium
36 thickness equal to that of driveway approach or as called for by Drawings and
37 specifications within the limits of the driveway approach,
38 3. Driveways shall have a minimum thickness of 6 inches, Standard cross-slopes for
39 walks shall be 2 percent max in accordance with current TA,S/FDI,R guidelines.
40 The construction of the driveway approach shall include the variable height radius
41 curb in accordance with the Drawings.
CITY OF FORT WORTI I North Beach S Improvements
STANDARD CONSTM.,ICTION SPE(IFICATION DOCUMENTS City Project No,02238
Revised Aprd 30,2013
321320-5
CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS
Page 5 of 6
l 4. All pedestrian facilities shall comply with provisions of TAS including location,
2 slope, width, shapes,texture and coloring. Pedestrian facilities installed by the
3 Contractor and not meeting TAS must be removed and replaced to meet TAS (no
4 separate pay).
5 B. Forms: Forms shall be securely staked to line and grade and maintained in a true
6 position during the depositing of concrete.
7 C. Reinforcement: see Section 32 13 13.
8 D. Concrete Placement: see Section 32 13 13.
9 E. Finishing
10 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true,
I l even surface.
12 2. Trowel and then brush transversely to obtain a smooth uniform brush finish.
13 3. Provide exposed aggregate Finish if specified.
14 4. Edge joints and sides shall with suitable tools.
15 5. For colored textured concrete,place dies with a repetitive pattern on the
16 concrete surface and hand-tamp to create the required texture or imprint
17 shown on the plans.
18 6. For colored textured concrete,apply colored curing and finishing compound in
19 accordance with the manufacturer's directions.
20
21 F. Joints
22 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed
23 using redwood.
24 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50
25 foot intervals for 5 foot wide and greater sidewalk.
26 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete
27 driveways, curbs, formations, other sidewalks and other adjacent old concrete work.
28 Similar material shall be placed around all obstructions protruding into or through
29 sidewalks or driveways.
30 4. All expansion joints shall be 1/2 inch in thickness.
31 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall
32 be finished to approximately a 1/2 inch radius with a suitable finishing tool.
33 6. Sidewalks shall be marked at intervals equal to the width of the walk with a
34 marking tool.
35 7. When sidewalk is against the curb, expansion joints shall match those in the curb.
36 G. Barrier Free Ramp
37 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile,
38 manufactured by StrongGo Industries or approved equal by the City.
39 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction
40 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or
41 landing where the pedestrian access route enters the street.
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised April 30,2013
321320-6
CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAWS
Page 6 of 6
1 3. Locate detectable warning surface sot t the edge nearest the curb line is a
2 minimum of 6-inch and maximum of 8-inch from the extension oft a face of the
3 curb.
4 4. Detectable warning Dome-Tile surface may be curved along the comer radius.
5 5. Install detectable warning surface according to manufacturer's instructions.
6 3.5 REPAIRIRESTORATION [NOT USED]
7 3.6 RE-INSTALLATION [NOT USED]
8 3.7 FIELD QUALITY CONTROL [NOT USED]
9 3.8 SYSTEM STARTUP [NOT USED]
10 3.9 ADJUSTING [NOT USED]
11 3.10 CLEANING [NOT USED]
12 3.11 CLOSEOUT ACTIVITIES [NOT USED]
13 3.12 PROTECTION [NOT USED]
14 3.13 MAINTENANCE [NOT USED]
15 3.14 ATTACHMENTS [NOT USED]
16 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2/26/2012 D.John son I I.A.3 -Measurement and Nkyrnent for Barrier Free Ramps modified to match
updated City Details
..........
4/30/2013 F.Griffin Corrected Put 1, 1.2,A.3,b, I to read;from...square foot of Concrete Sidewalk,
to...each"Barrier Free Ramp"installed.
17
CITY OF FORT WORTH North Beach Sftd tMprovernents
STANDARD CONS'r.'RUCTION SPECIFICATION IXX:1JMENTS City Project No.02238
Revised April 30,2013
32 84 00-1
PLANTING IRRIGATION
Page 1 of 4
SECTION 32 84 00
PLANTING IRRIGATION
PART 1 -GENERAL
1.1 SUMMARY
A. This Section includes piping, valves, sprinklers, specialties, controls,and wiring for automatic
control irrigation system.
1.2 DEFINITIONS
A. Lateral Piping: Downstream from control valves to sprinklers, specialties, and drain valves.
Piping is under pressure during flow.
B. Irrigation Main Piping: Downstream from point of connection to water distribution piping to,
and including, control valves. Piping is under water-distribution-system pressure.
1.3 SUBMITTALS
A. Product Data: Include pressure ratings, rated capacities, and settings of selected models for the
following:
1. System valves.
2. Specialty valves.
3. Control-valve boxes.
4. Sprinklers.
5. Irrigation specialties.
6. Controllers.
B. Operation and maintenance data.
1.4 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for
intended use.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. As indicated on the drawings.
North Beach Street Improvements
City Project No.02238
328400-2
PLANTING HUZIGATION
Page 2 of 4
2.2 PIPES,TUBES,AND FITTINGS
A. PVC Pipe: ASTM D 1785, PVC 1120 compound,Class 2000
1. PVC Socket Fittings, Schedule 40: ASTM D 24660
203 GENERAL-DUTY VALVES
A. PVC all Valves: MSS SP-122,nonunion type,with full-port ball,socket or threaded
detachable end connectors,and pressure rating not less than 150 psig.
2.4 SPECIALTY VALVES
A. Plastic Automatic Control Valves: Molded-plastic body,normally closed,diaphragm type with
manual flow adjustment,,and operated by 24-V ac solenoid.,
L Manufacturer as indicated on the drawings.
B. Drainage Backfill.- Cleaned gravel or crushed stone,graded from 3/4 inch minimum to I inch
maximum.,
2.5 SPRfNKLERS
A, Description: Plastic housing and corrosion-resistant interior parts designed for uniform
coverage over entire spray area indicated,at available water pressure.
1, Manufacturer as indicated on the drawings.
2.6 AUTOMATIC-COOT ROI..., SYSTEM
A. Manufacturer as indicated on the drawings.
PART 3 - EXECurjoN
3.1 EARTHfWORK
A. Refer to 33 05 10 Utility Trench Excavation, Embedment,and Backfi 11 for excavating,
trenching,and backf Ming.
B. Install piping and wiring in sleeves under sidewalks and paving per the drawings.
C. Provide minimum cover over top of underground piping according to the following:
I. Irrigation Main Piping: Minimum depth of 18 inches.
2. Lateral Piping: 12 inches.
1 Sleeves: 18 inches.
North Beach street Impmements
City, Project No.02238
329400-3
PLANTING IRRIGATION
Page 3 of 4
3.2 PIPING APPLICATIONS
A. Underground Irrigation Main Piping: PVC pipe and socket fittings; and solvent-cemented joints
per the drawings.
B. Lateral Piping: Class 200 PVC pipe and socket fittings per the drawings and details.
C. Sleeves: Class 200 PVC pipe and socket fittings; and solvent-cemented joints.
3.3 VALVE APPLICATIONS
A. Control Valves: Per the drawings.
3.4 INSTALLATION
A. Install piping free of sags and bends.
B. Install groups of pipes parallel to each other, spaced to permit valve servicing.
C. Install fittings for changes in direction and branch connections.
D. Install unions adjacent to valves and to final connections to other components.
E. Lay piping on solid base, uniformly sloped without humps or depressions.
F. Control Valves: Install in control-valve box.
G. Flush circuit piping with full head of water and install sprinklers after hydrostatic test is
completed.
H. Locate sprinkler heads to maintain a minimum distance of 2 inches from paved surfaces.
I. Install freestanding controllers on precast concrete bases per the drawing.
J. Install control cable in same trench as irrigation piping and at least 2 inches below or beside
piping. Provide conductors of size not smaller than recommended by controller manufacturer.
Install cable in separate sleeve under paved areas if irrigation piping is installed in sleeve.
3.5 LABELING AND IDENTIFYING
A. Refer to 33 05 10 Utility Trench Excavation, Embedment, and Backfill for warning tapes.
3.6 FIELD QUALITY CONTROL
A. Perform the following field tests and inspections and prepare test reports:
1. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest
until no leaks exist.
North Beach Street improvements
City Project No.02238
329400-4
PLANTING IRRIGATION
Page 4 of 4
2. Operational Test: After electrical circuitry has been energized,operate controllers and
automatic control valves to confi rm proper system operation.
3. Test and a(Ijust controls and safeties. Replace damaged and malffinctioning controls and
equipment.
B. Remove and replace units and re-inspect as specified above.
33 ADA JSTING
A. Adjust settings of controllers.
B. Adjust automatic control valves to provide flow rate of rated operating pressure required for
each sprinkler circuit.
C. Adjust sprinklers so they will be flush with, or not more than 1/2 inch above, finish grade.
END OF SE(.,T'ION
North Beach Street Improvemm
City Project No,02238
3305 14-1
ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE
Page 1 of 7
1 SECTION 33 05 14
2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO
3 GRADE
4 PART 1 - GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test
8 stations and other miscellaneous structures to a new grade
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. 1.2. A. 8. c.—Added Payment inclusions for miscellaneous structure
11 adjustment
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
14 Contract
15 2. Division 1 —General Requirements
16 3. Section 32 01 17—Permanent Asphalt paving Repair
17 4. Section 32 01 29—Concrete Paving Repair
18 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill
19 6. Section 33 05 13 —Frame, Cover and Grade Rings
20 7. Section 33 39 10—Cast-in-Place Concrete Manholes
21 8. Section 33 39 20—Precast Concrete Manholes
22 9. Section 33 12 20 — Resilient Seated(Wedge)Gate Valve
23 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve
24 11. Section 33 04 11 —Corrosion Control Test Station
25 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System
26 1.2 PRICE AND PAYMENT PROCEDURES
27 A. Measurement and Payment
28 1. Manhole—Minor Adjustment
29 a. Measurement
30 1) Measurement for this Item shall be per each adjustment using only grade
31 rings or other minor adjustment devices to raise or lower a manhole to a
32 grade as specified on the Drawings.
33 b. Payment
34 1) The work performed and the materials furnished in accordance with this
35 Item will be paid for at the unit price bid per each "Manhole Adjustment,
36 Minor"completed.
37 c. The price bid shall include:
38 1) Pavement removal
39 2) Excavation
40 3) Hauling
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
3305 14 2
ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRU(JURES TO GRADE
Page 2 of 7
1 4) Disposal of excess material
2 5) Grade rings or other adjustment device
3 6) Reuse of the existing manhole frame and cover
4 7) Furnishing, placing and compaction of embedment and backfill
5 8) Concrete base material
6 9) Permanent asphalt patch or concrete paving repair, as required
7 10) Clean-tip
8 2. Manhole-Mqjor Adjustment
9 a. Measurement
10 1) Measurement for this Item shall be per each adjustment requiring structural
11 modifications to raise or lower a manhole to a grade as specified on the
1.2 Drawings.
13 b. Payment
14 1) The work performed and the materials furnished in accordance with this
15 Item will be paid for at the unit price bid per each"Manhole Adjustment,
16 Major"completed.
17 c.. The price bid shall include:
18 1) Pavement removal
19 2) Excavation
20 3) Hauling
21 4) Disposal of excess material
22 5) Structural modifications,grade rings or other adjustment device
23 6) Reuse of the existing man hole frame and cover
24 7) Furnishing, placing and compaction of embedment and backfill
25 8) Concrete base material
26 9) Permanent asphalt patch or concrete paving repair,as required
27 10) Clean-up
28 3. Manhole-Mikjor Aqjustment with Frame and Cover
29 a. Measurement
30 1) Measurement for this Item shall be per each adjustment requiring structural
31 modifications to raise or lower a manhole to a grade specified on the
32 Drawings or structural modifications for a manhole requiring a new frame
33 and cover,often for changes to cover diameter.
34 b. Payment
35 1) The work perfonned and the materials furnished in accordance with this
36 to will be paid for at the unit price bid per each"Manhole Adjustment,
37 Major w/Cover"completed.
38 c. The price bid shall include:
39 1) Pavement removal
40 2) Elxcavation
41 3) Hauling
42 4) Disposal of excess material
43 5) Structural modifications,grade rings or other adjustment device
44 6) Frame and cover
45 7) Furnishing, placing and compaction of embedment and backfill
46 8) Concrete base material.
47 9) Permanent asphalt patch or concrete paving repair,as required
48 10)Clean-up
49 4. Inlet
crry OF FORTWORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION EX)CUMENTS City Project No.02238
Revised December 20,2012
330514-3
ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE
Page 3 of 7
1 a. Measurement
2 1) Measurement for this Item shall be per each adjustment requiring structural
3 modifications to inlet to a grade specified on the Drawings.
4 b. Payment
5 1) The work performed and the materials furnished in accordance with this
6 Item will be paid for at the unit price bid per each"Inlet Adjustment"
7 completed.
8 c. The price bid shall include:
9 1) Pavement removal
10 2) Excavation
11 3) Hauling
12 4) Disposal of excess material
13 5) Structural modifications
14 6) Furnishing, placing and compaction of embedment and backfill
15 7) Concrete base material, as required
16 8) Surface restoration, permanent asphalt patch or concrete paving repair, as
17 required
18 9) Clean-up
19 5. Valve Box
20 a. Measurement
21 l) Measurement for this Item shall be per each adjustment to a grade specified
22 on the Drawings.
23 b. Payment
24 1) The work performed and the materials furnished in accordance with this
25 Item will be paid for at the unit price bid per each "Valve Box Adjustment"
26 completed.
27 c. The price bid shall include:
28 1) Pavement removal
29 2) Excavation
30 3) Hauling
31 4) Disposal of excess material
32 5) Adjustment device
33 6) Furnishing, placing and compaction of embedment and backfill
34 7) Concrete base material, as required
35 8) Surface restoration, permanent asphalt patch or concrete paving repair, as
36 required
37 9) Clean-up
38 6. Cathodic Protection Test Station
39 a. Measurement
40 1) Measurement for this Item shall be per each adjustment to a grade specified
41 on the Drawings.
42 b. Payment
43 1) The work performed and the materials furnished in accordance with this
44 Item will be paid for at the unit price bid per each "Cathodic Protection
45 Test Station Adjustment"completed.
46 c. The price bid shall include:
47 1) Pavement removal
48 2) Excavation
49 3) Hauling
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02233
Revised December 20,2012
3305 14-4
AT.)JUS'FTNG MANHOLES,NLETS,VALVE BOXES,AND OTHER SI-RUCTURES TO GRADE
Page 4 of 7
1 4) Disposal of excess material
2 5) Adjustment device
3 6) Furnishing, placing and compaction ofembedynent and backfill
4 7) Concrete base material,as required
5 8) Surface restoration,permanent asphalt patch or concrete paving repair,as
6 required
7 9) Clean-up
8 T. Fire Hydrant
9 a. Measurement
10 1) Measurement for this Item shall be per each adjustment requiring stem
11 extensions to meet a grade specified by the Drawings.
12 b. Payment
1.3 1 The work performed and the materials furnished in accordance with this
14 Item will be paid for at the unit price bid per each"Fire Hydrant Stem
15 Extension"completed,
16 c. The price bid shall include:
17 1) Pavement removal
18 2) Excavation
19 3) Mauling
20 4) Disposal of excess material
21 5) Adjustment materials
22 6) Furnishing,placing and compaction of embedment and backfill
23 7) Concrete base material,as required
24 8) Surface restoration,,permanent asphalt patch or concrete paving repair,as
25 required
26 9) Clean-up
27 8, Miscellaneous Structure
28 a. Measurement
29 1) Measurement for this Item shall be per each adjustment requiring structural
30 modifications to said structure to a grade specified on the Drawings.
31 b. Payment
32 1) The work performed and the materials furnished in accordance with this
33 Item will be paid for at the unit price bid per each "Miscellaneous Structure
34 Adjustment"completed for:
35 Various Stations designated in the Plans
36 c. The price bid shall include.-
37 1) pavement removal
38 2) Excavation
39 3) Ratiling
40 4) Disposal of excess material
41 5) Structural modifications
42 6) Furnishing,placing and compaction of embedment and backfill
43 7) Concrete base material
44 8) Permanent asphalt patch or concrete paving repair,as required
45 9) Clean-up
46 10) Replacement hinged frame and cover
47 11) Replacement traffic rated top slab
48 12) Replacement of appurtenances as indicated in the drawings
49 13) Extension of concrete vault to grade
MY OF FORT WORTH North Beach Street.Improvements
STANDAM)U)NSTRUC"TION SPECIFICATION D00 IMENI'S City Project No.02238
Revised December 20,20➢2
3305 14-5
ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE
Page 5 of 7
1 1.3 REFERENCES
2 A. Definitions
3 1. Minor Adjustment
4 a. Refers to a small elevation change performed on an existing manhole where the
5 existing frame and cover are reused.
6 2. Major Adjustment
7 a. Refers to a significant elevation change performed on an existing manhole
8 which requires structural modification or when a 24-inch ring is changed to a
9 30-inch ring.
10 B. Reference Standards
11 I. Reference standards cited in this Specification refer to the current reference
12 standard published at the time of the latest revision date logged at the end of this
13 Specification, unless a date is specifically cited.
14 2. Texas Commission on Environmental Quality (TCEQ):
15 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 —Manholes and
16 Related Structures.
17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUB ITTALSANFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED]
24 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS
27 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED]
28 2.2 MATERIALS
29 A. Cast-in-Place Concrete
30 1. See Section 03 30 00.
31 B. Modifications to Existing Concrete Structures
32 1. See Section 03 80 00.
33 C. Grade Rings
34 1. See Section 33 05 13.
35 D. Frame and Cover
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
3305 14 6
ADJUSTING MANHOLES,INLETS,VALLVE-,]BORE OTHER S'W'Rl)(,-nJRES TO GRADE
Page 6 of 7
1 1. See Section 33 05 13.
2 E. Backfill material
3 1. See Section 33 05 10.
4 F. to valve box extension
5 L See Section 33 12 20.
6 G. Corrosion Protection Test Station
7 1. See Section 33 04 11.
8 H. Cast-in-Place Concrete Manholes
9 1. See Section 33 39 10.
to 1. Precast Concrete Manholes
I I I See Section 33 39 20.
12 2.3 ACCESSORIES [NOT USED1
13 2.4 SOURCE QUALITY CONTROL [NOT USED[
14 PART 3® EXECUTION
15 3.1 INSTALLERS INOT USED)
16 3.2 EXAMINATION
17 A. Verification of Conditions
18 1. Examine existing structure to be adjusted, for darnage or defects that may affect
19 grade adjustment.
20 a. Report issue to City for consideration before beginning adjustment.
21 3.3 PREPARATION
22 A. Grade Verification
23 1. On major adjustments confirm any grade change noted on I-awings is consistent
24 with field measurements.
25 a. If not, coordinate with City to verify final grade before beginning adjustment.
26 3.4 ADJUSTMENT
27 A. Miniholes, Inlets,and Miscellaneous Structures
28 1. On any sanitary sewer adjustment replace 24-inch fi-ame and cover assembly with
29 30-inch frame and cover assembly per TCEQ requirement.
30 2. On manhole major adjustments, inlets and miscellaneous structures protect the
31 bottom using wood forms shaped to fit so that no debris blocks the invert or the
32 inlet or outlet piping in during a4justments.
33 a. Do not use any more than a 2-piece bottom,
34 3. Do not extend chimney portion of the manhole beyond 24 inches.
35 4. Use the least number of grade rings necess® to meet required grade.
36 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings,not 6 2-inch
37 rings.
CITY OF FOR'Y'W(.)RTH North Beach Street Impmvements
STANDARD CONSTIRU(M(:N SPECIFiCATION r.)OCUMENTS City Projert No,02238
Revised December 20,2012,
3305 14-7
ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE
Page 7 of 7
1 B. Valve Boxes
2 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on
3 the Drawings.
4 C. Backfill and Grading
5 1. Backfill area of excavation surrounding each adjustment in accordance to Section
6 33 05 10.
7 D. Pavement Repair
8 1. If required pavement repair is to be performed in accordance with Section 32 01 17
9 or Section 32 01 29.
10 3.5 REPAIR/RESTORATION [NOT USEDI
11 3.6 -INSTALLATION [NOT USEDI
12 3.7 FIELD 10111 SITE QUALITY CONTROL [NOT USEDI
13 3.8 SYSTEM STARTUP [NOT USEDI
14 3.9 ADJUSTING [NOT USEDI
15 3.10 CLEANING [NOT USEDI
16 3.11 CLOSEOUT ACTIVITIES [NOT USEDI
17 3.12 PROTECTION [NOT USEDI
18 3.13 MAINTENANCE [NOT USEDI
19 3.14 ATTACHMENTS [NOT USEDI
20 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A—Pay item added for a major manhole adjustment which reuses the existing
frame and cover and a major adjustment requiring a new frame and cover;Added
12/20/2012 D.Johnson items to be included in price bids; Blue text added for clarification for miscellaneous
structure adjustments
3.4—Pavement repair requirements were added
21
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised December 20,2012
3471 13-1
TRAFFIC CONTROL
Page 1 of 10
1 SECTION 34 71 13
2 TRAFFIC CONTROL
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Installation of Traffic Control Devices and preparation of Traffic eI
7 Management Plans
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. Presented herein are significant changes to the standard specification. The
10 Contractor shall submit a Traffic Management Plan (TMP)for City
1 I acceptance and implement traffic control per the TMP.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 —General Requirements
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 1. Installation of Traffic Control Devices
18 a. Measurement
19 1) Measurement for Traffic Control Devices shall be per month for the Project
20 duration.
21 a) A month is defined as 30 calendar days.
22 b. Payment
23 1) The work performed and materials furnished in accordance with this Item
24 and measured as provided under"Measurement" shall be paid for at the unit
25 price bid for"Traffic Control".
26 c. The price bid shall include:
27 1) Traffic Control implementation
28 2) Installation
29 3) Maintenance
30 4) Adjustments
31 5) Replacements
32 6) Removal
33 7) Police assistance during peak hours
34 2. Portable Message Signs
35 a. Measurement
36 1) Measurement for this Item shall be per week for the duration of use.
37 b. Payment
38 1) The work performed and materials furnished in accordance to this Item and
39 measured as provided under"Measurement' shall be paid for at the unit price
40 bid per week for"Portable Message Sign" rental.
41 c. The price bid shall include:
42 1) Delivery of Portable Message Sign to Site
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised November 22,2013
3471 13-2
TRAFFIC CONTROL,
Page 2 of 10
1 2) Message updating
2 3) Sign movement throughout construction
3 4) Return of the Portable Message Sign post-construction
4 3. Preparation of Traffic&mtR4 Management Plan Det"i
5 a. Measurement
6 1) Measurement for this It be peF-eaeh-4*affwC-efftFeA4;) € d
7 shall be lump sum.
8 b. Payment
9 1) The work performed and materials furnished in accordance with this Item
10 shall be paid for at the unit price bid per eaeh"Traffie
11 pfepamd lump sum.
12 c. The price bid shall include:
13 1) Preparing the Traffic Contfal Management Plan Details for closures of 24
14 hours or longer
15 2) Adherence to the most current City Standards,General Notes and the
16 Texas Manual on Uniform Traffic Control Devices(TM`UJ"CD)
17 3) Obtaining the signature and seal of a licensed Texas Professional Engineer
18 4) Preparing an approved TMP,incorporating and resolving
19 1*eeTom6ewef City comments
20 1.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this Specification refer to the current reference
23 standard published at the time of the latest revision to logged at the end oft is
24 Specification, unless a date is specifically cited.
25 2. Texas Manual on UniformTraffic Control Devices('I'MtJ'FCD).
26 3. to 502, Barricades, Signs,and Traffic flandling of the Texas Department of
27 Transportation, Standard Specifications for Construction and Maintenance of
28 Highways, Streets,and Bridges.
29 1.4 ADMINISTRATIVE REQUIREMENTS
30 A. Coordination
31 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to
32 implementing Traffic Control within 500 feet of a traffic signal.
33 2. During all phases of construction,temporary or existing equipment,
34 illumination,and traffic signals shall remain in operation such that the new,
35 temporary,and existing operate as a comprehensive system.
36 B. Sequencing
37 1. Any devifitieffs -FaWie-"FitEel421m+4nekWed4n-the44Fawings Traffic
38 Management Plan must be first approved by the City and design Engineer before
39 implementation. Provide 30 days for City review and comment on the TMP.
40 The City retains the right to require revision and re-submittal of the TMP
41 within a reasonable amount of time.
42 2. Provide Conceptual Layouts with the bid package to depict and narrate the
43 intent of the TMP bid by lump sum.
44 C. Traffic Management Plan
0TY OF FORT*WORTH No Beach Street Irnprowments
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.02238
Revised November 22,20 13
34 71 13-3
TRAFFIC CONTROL
Page 3 of 10
1 Prepare and submit a TMP that includes the following items:
2 1. Designate a full time Maintenance of Traffic Manager(MOT Manager) for the
3 project. The MOT Manager shall coordinate with the City,the Contractor,
4 and appropriate Governmental Entities. The MOT Manager shall submit all
5 necessary traffic control documentation and monitoring reports to the
6 appropriate governmental entities and the City.
7 a. In the event the MOT Manager,in consultation with the Contractor and
8 the City, is unable to reach satisfactory resolution of traffic control issues,
9 the MOT Manager shall provide written notification to the Contractor and
10 the City outlining the concerns,actions taken in attempt to correct the
1 1 concerns,and provide a recommendation as to the suggested course of
12 action.
13 b. The Contractor shall not have the ability to relieve the MOT Manager of
14 his or her duty without the written consent of the City. Should the
15 Contractor desire to replace MOT Manager,the Contractor shall submit to
16 the City the resume of a replacement candidate for approval.
17 2. Descriptions of qualifications and duties of the MOT Manager,and other
18 personnel with traffic control responsibilities to develop and implement the
19 TMP. The MOT Manager shall have the follow qualifications:
20 a. Minimum 10 years experience in Traffic Control related activities
21 b. Shall not be involved directly with construction activities
22 3. Procedures to identify and incorporate the needs of Utility Owners,
23 Governmental Entities,local governmental agencies, Emergency Service
24 providers,school districts, business owners,and other related Users,Customer
25 Groups or entities in Project corridor and surrounding affected areas.
26 4. Procedures for obtaining acceptance of detours, road and lane closures and
27 other traffic pattern modifications from the City,and implementing and
28 maintaining those modifications.
29 5. Procedures for signing transitions during construction from one stage to the
30 next.
31 6. Procedure to evaluate and modify weekly,if necessary,traffic signal timings,
32 and the procedures for the development,City approval, implementation,
33 testing,and maintenance of all affected signals.
34 7. Procedures to coordinate with the City operating signal networks along the
35 Project or Project detour routes to ensure temporary system compatibility,
36 establish responsibilities for temporary signal installation,maintenance,
37 operation,and removal,and coordinate traffic signal timing with local signal
38 network.
39 8. Procedures to modify plans as needed to adapt to current Project
40 circumstances including a contingency plan to alleviate unreasonable
41 construction-related backups that can be implemented within 48 hours upon
42 notification from the City.
43 9. The traveling public shall be notified by placing changeable message signs a
44 minimum of seven (7) days in advance of actual roadway closure or major
45 traffic modifications.
46 10. Traffic Control Plan (TCP) with plans/drawings as referenced by Part 3.3.A.2.
CfI"Y OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised November 22,2013
„14" 1. 1.2-4
TRMTK.�CONTROL
Page 4 of 110
1 1.5 SUBMITTALS
2 A. Provide the City with a current list of qualified flaggers before beginning flagging
3 activities. Use only flaggers on the qualified list.
4 B. Obtain a Street Use Permit from the Street Management Section oft the Tra.f`fic
Engineering Division,311 W. 101 Street.
6 t.w. A copy
7 of the approved TMP with detailed TCP plan sheets this Tr R 4-1?# shall be
submitted, with e Street Use Permit.
9 C. °r e G rs -Plat. hA a ed
o
1.0
11 D. Contractor shall prepare Traffic C Management Plan with TCP plan sheets s if
12 . 'The Contractor will be responsible for
13 having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan
14 sheets,
15 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan.
16 F. Contractor responsible for having a licensed Tex&s Professional Engineer sign and seal
17 changes to the,rmfllc Control Plan(s) if quired
18 after the City has approved the TMP.
19 G. Design Engineer will furnish standard details forTraffic Control.
0 1.6 ACTION SUBMITTALSANFORM.ATIONAL SUBMITTALS rs\OT rrSW
21 A. Each traffic control plan,including the contingency plan shall be submitted to the
22 City for review and approval a minimum of fourteen(14)Days prior to
23 implementation.The traffic control plan shall include details for all detours,traffic
24 control devices,striping,and signage applicable to each phase of construction.
25 Information included in the traffic control plans shall be of sufficient detail to allow
26 verification of design criteria and safety requirements,including typical.sections,
27 alignment,striping layout,drop off conditions,and temporary drainage. The traffic
28 control plans shall clearly designate all temporary reductions in speed limits. MOT
29 Manager shall be responsible ponsible for overseeing the implementation of all traffic control
30 plans.
31 1.7 CLOSEOUT SUBMITTALS [.NOT USEDI
32 1.8 MAINTENANCE MATERIAL SUBMITTALS ].NOT USED]
33 1.9 QUALITY ASSURANCE ".
34 A. If at any time,the City,in its sole discretion,determines that construction-related
35 backups become unreasonable(ex. motorist delay greater than 20 minutes),
36 modifications to alleviate the congestion shall be taken immediately. Contingency
37 plans shall be included in the TMP. The development and implementation of these
38 contingency plans shall be at the Contractors expense.
39 B. If at i ,the City determines the traffic control operations do not meet the
40 intent of the TMP or any specific traffic control plan,Contractor shall immediately
41. revise or discontinue such operations to correct the deficient conditions within 48
42 hours.
CITY OF 1"ORT d RTH North Beach Strait limprovern nts
STANDARD CONSTRUCTION SPEC11°1'�CAT1ON WC;'UMENTS 0y Project No,02238
Revised November 22,2013
3471 13-5
TRAFFIC CONTROL
Page 5 of 10
1 1.10 DELIVERY,STORAGE, AND HANDLING; [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2 - PRODUCTS
5 2.1 OWNER-FURNISHED 10111 OWNER-SUPPLIED PRODUCTS [NOT USED]
6 2.2 ASSEMBLIES AND MATERIALS
7 A. Description
8 I. Regulatory Requirements
9 2. Provide Traffic Control Devices that conform to details shown on the Drawings, the
10 TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List
I 1 (C WZTCDL).
12 3. Materials
13 a. Traffic Control Devices must meet all reflectivity requirements included in the
14 TMUTCD and TxDOT Specifications— Item 502 at all times during
15 construction.
16 b. Electronic message boards shall be provided in accordance with the TMUTCD.
17 2.3 ACCESSORIES [NOT USED]
18 2.4 SOURCE QUALITY CONTROL [NOT USED]
19 PART 3- EXECUTION
20 3.1 EXAMINATION [NOT USED]
21 3.2 PREPARATION
22 A. Protection of In-Place Conditions
23 1. Protect existing traffic signal equipment.
24 B. Contact Information
25 1. Provide the names of the MOT Manager and support personnel,and the
26 phone number(s)where they can be reached 24 hours per day,seven (7) days
27 per week.
28 3.3 INSTALLATION
29 A. Traffic Management Plan Fellow the Tra f fie Control Plan(TCP)and install T-r-a
30 and
31 1. Develop and implement the project's TMP in accordance with and using the
32 standards in the TMUTCD including detailed traffic control plans which
33 provide for all construction stages,detours, lane closures,and phasing,as well
34 as all required switching procedures.
CI'T'Y OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised November 22,2013
34 71 13 6
TRAFFWCONTROL
Page 6 of 10
1 2. Produce a traffic control plan for each and every phase of Work that impacts
2 traffic and involves traffic control details and coordinate with appropriate
3 Governmental Entities of the development of the plan. Obtain all required
4 permits from the City to implement plans. Traffic control plans shall be
5 designed,stamped,signed,and dated by a licensed Professional Engineer in
6 the to of Texas. All traffic control plans are subject to review by the City
7 and the MOT Manager.
8 a. Detailed designs ee shall not have a scale greater than 1"=40'.
9 b. Detailed designs is shall provide transitions,lane configuration,control
10 device placement with spacing,appropriate callouts specifying signage,
I I pavement markings,and traffic flow direction arrows.
12 B. Design Parameters for Traffic Control Plans
13 1. Design Vehicle: Turning movement on all local streets and driveways shall,at
14 a minimum,provide similar characteristics to accommodate a WB-40 semi-
15 trailer as the design vehicle.
16 2. Design Speed: The design speed shall be the existing posted speed limit,where
17 the design speed may be reduced if approved by the City in its sole discretion.
18 3. Number of Lanes: The minimum number of lanes to be maintained and open
19 t o t raffic during construction in each direction of the Project shall be in
20 accordance with Table 1 and Table 2.Lane closures on other roadways may be
21 considered and approved by the City,within reason,so to as all traffic
22 patterns and accesses are maintained.
23 4. Lane Widths. During construction,the minimum lane width is 11 feet. The
24 City may,in its sole discretion,temporarily allow 10-foot-lanes in limited
25 circumstances during construction for short distances after reviewing the
26 traffic control plan.
27 5. Lane Closure: Service periods for lane closures are defined as follows:
28
Table I -Lane Closure Periods
............................. .................-— ----...---—- .................
Northbound each Southbound Beach
Street Street
Time Weekday Weekend _)Yet Weekend
0:00 B B B B
............................... ...............................
1:00 B B B B
............................. ......
2:00 B B B
. ............ -——--
_._..n B B B B
..............
.00
..
B B
................................................
5:00 B B B B
............. ......- ......
6:00 B B A B
............
7:00 B B A B
8:00 B B A B
...............................__............................... ............. ........
9:00 B. B A B 10:00 B...........
11:00 ..........._B H
..............
12:00 B _ B _13 B .......
13: B B B
..........
14:00 B B B B.
.........
15-60 B B B B_
16:00 --—A B B B
...................-1................
CITY OF FORT WORTH Norttii Beach Street Improvements
STANDARD CONS11M ICTION SPECIFICATION DOCUMEN FS City Project No,02238
Revised November 22,2013
3471 13-7
1rRAFNC CONTROL
Page 7 of 10
............. .... ................................ ._w....._ __
17:00 B B B
18:00 B B B
19:00 A B B B
20:00 B B B B
21:00 B B B B
22:00 B B B B_
23:00 B B B B
A Peak
B Off e a
�
.............. .........
Table 2Permitted Lane Closures
Permitted Lane Closures
Category of Work ......................................... A B____.......__..
All work performed on 0(2 lanes shall be
through lanes _ open minima
All work performed in 1 (2 lanes shall be
medians open minimum each I each direction
1 (2 lanes shall be
All work performed on open minimum each 1 each direction
sidewalks direction)
is_otes.
1. Period A means the periods as described in Table 1
2. Period l3 means the periods as described in Table i
2 6. Issue a Lane Closure Notice (LCN)to the City and affected Governmental
3 Entities fourteen (14)Days prior to the publication of any notices or placement
4 of any traffic control devices associated with lane closures,detour routing or
5 other change in traffic control requiring lane closures except lane closures of
6 less than 24-hour duration.The LCN shall contain the estimated date,time,
7 duration,and location of the proposed or requiring the lane closure.
8 C. Driveway Closures: Maintain a minimum of one all-weather driveway per
9 property owner at all times. For properties with multiple driveways,when driveway
10 closure is necessary to progress Work, no driveway may be closed for more than
11 thirty(30)consecutive days or more than forty'-five (45) days in a ninety (90)day
12 period without written approval of the property owner.
13 D. Lane Closure Restrictions
14 1. Holiday Restrictions
15 Provide full existing lane capacity,from 12:00 p.m.(noon)of the preceding day to
16 10:00 pm on the day after the following holiday schedule.No additional lane closure
17 that restricts or interferes with traffic shall be allowed. The City has the right to
18 lengthen,shorten,or otherwise modify these restrictions as actual traffic conditions
19 may warrant.
20 a. New Year's Eve and New Year's Day(December 31 through January 1)
21 b. Easter Holiday Weekend (Friday through Sunday)
22 c. Memorial Day Weekend (Friday through Monday
23 d. Independence Day(July 3 through noon on July 5)
MY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUC 110N SPECIFICATION DOCUMIEN[.S City.Project No.02238
Revised November 22,2013
3471 13-8
TRAFFIC CONTROL
Page 8 of 10
I e. Labor Day Weekend(Friday through Monday)
2 E Thanksgiving Holiday(Wednesday through Sunday)
3 g. Christmas Holiday(December 23 through December 26)
4 2. Event Restrictions
5 Provide existing full lane capacity for the regional events set forth below.No
6 additional lane closure that restricts or interferes with traffic shall be allowed.
7 The City has the right to lengthen,shorten,or otherwise modify these restrictions
8 as actual traffic conditions may warrant. The City also has the right to modify the
9 list of major events as they are added,rescheduled,or warranted.
10
I I a. NASCAR Nationwide and Sprint Cup Racing Series(3 races total)at
12 Texas Motor Speedway usually held in late March/early April (restricted
13 from 3:00 p.m.of the night preceding the first event until Monday 5:00 a.m.
14 following the event).
15 b. NASCAR Nationwide and Sprint Cup Racing Series (3 races total) at
16 Texas Motor Speedway usually held in late October/early November
17 (restricted from 3:00 p.m.of the night preceding the first event until
18 Monday 5:00 am. following the event).
19 c. ludy Series Racing and NASCAR Truck Series Racing(2 races)at Texas
20 Motor Speedway usually held in June(restricted from 3:00 p.m.of the
21 night preceding the first event until Monday 5:00 a.m. following the event).
22 d. Existing bicycle and pedestrian access and mobility shall be maintained
23 parallel with the project and across all cross streets.
24 E. Remove existing pavement markings that conflict with temporary or permanent
25 pavement markings.These pavement markings shall be removed by any method
26 that does not materially damage the surface or texture of the pavement.Pavement
27 marking removal by over-painting is prohibited.
28 F. Install Traffic Control Devices straight-,and plumb.
29 G. Do not make changes to the location of any device or implement any other changes to
30 the Traffic Control Plan without the approval of the Engineer.
31 1. Minor adjustments to meet field constructability and visibility are allowed.
32 H. Maintain Traffic Control Devices by taking corrective action as soon as possible.
33 1. Corrective action includes but is not limited to cleaning,replacing, straightening,
34 covering, or removing Devices,
35 2. Maintain the Devices such that they are properly positioned,spaced, and legible,
36 and that retroreflective characteristics meet requirements during darkness and rain.
37 1. If the Inspector discovers that the Contractor has failed to comply with applicable
38 federal and state laws(by failing to furnish the necessary flagmen,warning devices,
39 barricades, lights, signs,or other precautionary measures for the protection of persons or
40 property),the Inspector may order such additional precautionary measures be taken to
41 protect persons and property.,
42 J. Subject to the approval oft e Inspector,portions of this Project, which are not affected
43 by or in conflict with the proposed method of handling traffic or utility adiustments,can
44 be constructed during any phase.
45 K. Barricades and signs shall be placed in such a manner as to not interfere with the sight
46 distance of drivers entering the highway from driveways or side streets.
CITY OF FORT WORTH North Beach Street Im:p rovements
STANDARD CONSI'RUCTRON SPIEUMCAUON UK)CUMENT'S City Project No.02238
Revised November 22,2013
3471 13-9
TRAFFIC CONTROL
Page 9 of 10
1 L. To facilitate shifting, barricades and signs used in lane closures or traffic staging may
2 be erected and mounted on portable supports.
3 1. The support design is subject to the approval of the Engineer.
4 M. Lane closures shall be in accordance with the approved Traffic Control Plans.
5 N. If at any time the existing traffic signals become inoperable as a result of construction
6 operations,the Contractor shall provide portable stop signs with 2 orange flags, as
7 approved by the Engineer, to be used for Traffic Control for each approach.
8 O. Contractor shall make arrangements for police assistance to direct traffic if traffic signal
9 turn-ons, street light pole installation, or other construction will be done during peak
10 traffic times(AM: 7 am—9 am, PM: 4 pm -6 pm).
11 P. Flaggers
12 1. Provide a Contractor representative who has been certified as a flagging instructor
13 through courses offered by the Texas Engineering Extension Service, the American
14 Traffic Safety Services Association, the National Safety Council, or other approved
15 organizations.
16 a. Provide the certificate indicating course completion when requested.
17 b. This representative is responsible for training and assuring that all flaggers are
18 qualified to perform flagging duties.
19 2. A qualified flagger must be independently certified by 1 of the organizations listed
20 above or trained by the Contractor's certified flagging instructor.
21 3. Flaggers must be courteous and able to effectively communicate with the public.
22 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals
23 and follow the flagging procedures set forth in the TMUTCD.
24 5. Provide and maintain flaggers at such points and for such periods of time as may be
25 required to provide for the safety and convenience of public travel and Contractor's
26 personnel, and as shown on the Drawings or as directed by the Engineer.
27 a. These flaggers shall be located at each end of the lane closure.
28 Q. Removal
29 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights
30 and other Traffic Control Devices used for work-zone traffic handling in a timely
31 manner, unless otherwise shown on the Drawings.
32 3.4 REPAIR/RESTORATION [NOT USED]
33 3.5 RE-INSTALLATION [NOT USED]
34 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
35 3.7 SYSTEM STARTUP [NOT USED]
36 3.8 ADJUSTING [NOT USED]
37 3.9 CLEANING [NOT USED]
38 3.10 CLOSEOUT ACTIVITIESB}
39 A. Traffic Control measures remain in place and maintained until all construction
40 activities at the project site have been completed.
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised November 22,2013
3471 13-10
TRAFFIC CONTROL
Page 10 of 10
1 3.11 PROTECTION [NOT USED]
2 3.12 MAINTENANCE
3 A. If a device ceases to function as intended, repair or replace the device or portions
4 thereof as necessary.
5 B. The MOT Manager shall monitor,document,and report the current status of
6 traffic control operations for the Work to City on a monthly basis. The MOT
7 Manager shall report immediately to the City and the Contractor any violation of
8 non-compliance and shall include with any such report,the appropriate
9 recommendations for corrective action including stoppage of Work.
10 3.13 ATTACHMENTS [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF C14ANGE
11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required
13
CITY OF FORT WORTH No Beach Street Improvements
STANDARD CONSTRUCTION SPECWICATION DOCUME1114TS City Project No.02238
Revised November 22,2013
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
Geotechnical Engineering Study—No. 829-14-09
GC-4.04 Underground Facilities
Summary of Test Hole Information
Test Hole Locations
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
MBE Special Instructions for Bidders
MBE Subcontractor-Supplier Utilization Form
MBE Prime Contractor Waiver Form
MBE Good Faith Effort Form
MBE Joint Venture Eligibility Form
GC-6.07 Wage Rates
CFW Wage Rate Table—Davis Bacon Act for Heavy and Highway Construction(2013)
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
Fort Worth Water Department, Standard Products List(Updated 3-24-2015)
Haltom City, Water and Sewer Parts(Updated 6-13-2006)
CITY OF FORT WORTH North Beach Street improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,201 1
GC-4.01 Availability of Lands
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
GC-4.02 Subsurface and Physical Conditions
Geotechnical Engineering Study —
No. 829-14-09
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
GEOTECHNICAL ENGINEERING STUDY
AND PAVEMENT DESIGN
NORTH BEACH STREET
FOSSIL CREEK BLVD.TO TANACROSS DR.
FORT WORTH, TEXAS
Presented To.
Brown &Gay Engineers, Inc.
November 2014
PROJECT NO. 829-14-09
7636 Pebble Drive
mi ENGINEERING9 INC. Fort Worth,Temn 76118
W. In
November 25, 2014
Report No 829-14-09
Brown & Gay Engineers, Inc,
108 West 8"1 Street, Suite 200
Fort Worth, Texas 76102
Affm Mr. J.T, Audridge, E.
GEOTECHNICAL ENGINEERING STUDY
AND PAVEMENT DESIGN
NORTH BEACH STREET
FOSSIL CREEK BLVDJO TANACROSS R.
FORT WORTH, TEXAS
Dear Mr. Auldridge-,
Submitted here are the results of a geotechnical engineering study,for the referenced project. This
study was performed in general accordance with CMJ Proposal 14-5157 (Revised) dated April 9,
2014.
Engineering analyses and recommendations are contained in the text section of the report
Results of our field and laboratory services are included in the appendlix of the report. We would
appreciate the opportunity to be considered for providing the materials engineering and
geotechnical observation services during the construction phase of this project.
We appreciate the opportunity to be of service to Brown & Gay Engineers, Inc Please contact us
if you have any questions or if we may be of further service at this time.
Respectfully submitted,,
CMJ ENGINEERING,INC.
TEXAs FiRm REGIS IRATIO N No.,F-9177 0 F
. .... .....
52525
Matthew W Kammerdiener, E I T, /Garrett E. Williams,
President
'S F
Staff Engineer President G IT e
0
Texas No, ET-48854 Texas No. 52525
copies submitted (2) Mr J T Auldridge, P E , Brown & Gay, Inc (email & mail)
Phone(817)284-9400 Fax(817)589-9993 Metro(817)589-9992
TABLE OF CONTENTS
Paste
1 0 INTRODUCTION__--_------—-----—__—------------------------—-------------—__—-----------------------------—_1
2.0 FIELD EXPLORATION AND LABORATORY TESTING---------------------------_----------_--------__2
3.0 SUBSURFACE CONDITIONS--------------------------------—-----_------------------_—-----—_-----------4
4.0 PAVEMENT DESIGN------__--------------_-----_-----------------------_---------------—_--.r-------_—_5
5.0 EARTHWORK-----------—--------------------------------------------__------------_-----_----------_---------10
6.0 CONSTRUCTION OBSERVATIONS ---------------------------------------—----------------------------------14
7.0 REPORT CLOSURE-------------------------------------------------------------------------------------------14
APPENDIX A
Plate
Planof Borings ------—---------—---------—_------------------------—----------—-------—---—------------------A.1
Unified Soil Classification System---—------—-----—--------—----------------------------------_-----------_---__A.2
Key to Classification and Symbols-----------------_----_------------------—--------------—_-----_-----_---—_A.3
Logsof Borings---------—__—_---_------------------—-----_------------------------ 4—A.8
Free Swell Test Results--------—_—-------------—-------—_—-----------------—-------__---_-----------------A.g
Lime Series Test Resul ts------____________—-------------- A.10
Soluble Sulfate Test Results—--------------_----_----—---_________________—----—__—_—---_-----------A-11
APPENDIX B
Plate
PavementThickness Design---_--------------—__—--------_---------—---------------------_-_----_-----------B 1
1.0 INTRODUCTION
1.1 General
The project, as currently planned, will consist of widening North Beach Street between Tanacross
Drive and Fossil Creek Boulevard, This report conforms to the draft document it of Fort Worth
Pavement Design Manual, dated July 2012., Plate A.1, Plan of Borings, depicts the project vicinity
and approximate locations of the exploration borings
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurface materials encountered,
develop recommendations for the type or types of pavement subgrade preparation and
modification, provide pavement design guidelines, and provide earthwork recommendations..
To accomplish its intended purposes® the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing,, (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field
and laboratory data to develop geotechnical recommendations for the proposed construction.
The design is currently in progress and the locations and/or elevations of the structure could
change. Once the final design is near completion (80-percent to 90-percent stage), it is
recommended that CMJ Engineering, Inc. be retained to review those portions of the construction
documents pertaining tot geotechnical recommendations, as a means to determine that our
recommendations have been interpreted as intended,
1.3 Report Format
The to of the report is contained in Sections I through 7. All plates and large tables are
contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in
which they appear,. Small tables of less than one page in length may appear in the body of the text
and are numbered according to the section in which they occur,
Report No.829-14-09 CMJ ENGINEERING,INC.
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds
per cubic foot (pcf), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by five (5) vertical soil borings drilled to a
depth of 15 feet below existing grades. The borings were drilled with truck mounted drilling
equipment using continuous flight augers at the approximate locations shown on the Plan of
Borings, Plate A.1. The boring logs are included on Plates AA through A.8 and keys to
classifications and symbols used on the logs are provided on Plates A.2 and A.3.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a
170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each
blow_ This method was modified by utilizing a 140-pound hammer freely failing 30 inches This
results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the
penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is
tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or
Report No.829-14-09 CvIJ ENGINEERING,INC.
2
rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for
the fi rst and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is
recorded at the respective testing depths on the boring logs.
Ground water observations during and after completion of the borings are shown on the upper right
of the boring logs. Upon completion of the borings, the bore of were backfiHed with hydrated
bentonite chips and plugged at the surface by hand tamping.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit
weight tests and unconfined compression tests were performed, Results of the laboratory
classification tests, moisture content and unit weight tests conducted for this project are included
on the boring logs.
Swell tests were performed on specimens from selected samples of the clays These tests were
performed to help in evaluating the swell potential of soils in the area of the proposed pavement.
The results of the swell tests are presented on Plate AA
One Eades and Grim Lime Series test was performed on a selected sample to identify the
appropriate concentration of lime to add to soils for modification purposes. The results of the lime
series test are presented on Plate A.1 .
Soluble sulfate tests were conducted on selected soil samples recovered from the borings. The
sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils,
Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade,
The result of the sulfate tests are presented on Plate A.11.
The above laboratory tests were performed in general accordance with applicable ATM
procedures, or generaIlly accepted practice,
Report No.829-14-09 CMJ ENGINEERING,INC,
3
3.0 SUBSURFACE CONDITIONS
3.1 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on
the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings
are discussed below. Note that depths on the borings refer to the depth from the existing grade or
ground surface present at the time of the investigation, and the boundaries between the various
soil types are approximate.
Surficial soils encountered consist of dark brown, brown, light brown and tan silty clays and clays
often containing calcareous nodules and limestone fragments. The various clays had tested Liquid
Limits (LL) of 41 to 63 with Plasticity Indices (PI) of 25 to 41 and are classified as CL and CH by
the USCS. The various clays were generally stiff to hard (soil basis) in consistency, with pocket
penetrometer readings of 2.5 to greater than 4.5 tsf The clay soils had tested dry unit weight
values of 97 to 120 pcf and a tested unconfined compressive strength of 2,950 psf.
Tan limestone was encountered at depths of 4 to 5 feet in Borings B-3, B-4 and B-5. The tan
limestone contains clay seams and layers and is moderately hard to hard (rock basis), with Texas
Cone Penetration test values of 1.75 to 3.25 inches per 100 blows. Boring B-3 was terminated
within the tan limestone at a depth of 15 feet. Tan silty shaly clay was present beneath the tan
limestone in Boring B-5 at a depth of 11 feet. The silty shaly clay was stiff (soil basis) in
consistency, with a pocket penetrometer reading of 2.5 tsf. Gray shale is next encountered in
Boring B-5 at a depth of 15 feet.
Gray limestone is next encountered in Boring B-4 at a depth of 14 feet below existing grade and
continues through boring termination at a depth of 15 feet. The gray limestone contains shale
seams and is moderately hard (rock basis), with a Texas Cone Penetration test value of 2.75
inches per 100 blows.
Gray clayey shale is encountered at a depth of 9 feet in Boring B-2 and continues through boring
termination at a depth of 15 feet_ The gray clayey shale is soft (rock basis) with a pocket
penetrometer reading of over 4.5 tsf.
Report No.829-14-09 CMJ ENGINEERING,INC.
4
3.2 Ground Water Observations
The borings were drilled using continuous flight augers in order to observe ground water seepage
during drilling. Ground water seepage was not encountered during drilling and all borings were dry
at completion of drilling operations.
Fluctuations of the ground water level can occur due to seasonal variations in the amount of
rainfall', site topography and runoffs hydraulic conductivity of soil strata; and other factors not
evident at the time the borings were performed, During wet periods of the year, seepage can
occur in joints in the days and atop or within the tan limestone. The possibility of ground water
level fluctuations should be considered when developing the design and construction plans for the
project
4.0 PAVEMENT DESIGN
4.1 Pavement Subgrade Considerations
4.1.1 General
The performance of the pavement for this project depends upon several factors including: the
characteristics of the supporting soil; the magnitude and frequency of wheel load applications', the
quality of construction materials,, the contractors placement and workmanship abilities', and the
desired period of design life. The success of the pavement subgrade is subgrade soil strength and
control of water, Adequate subgrade performance can be achieved by modifying or stabilizing the
existing soils used to construct the pavement subgrade,
Pavement sections are susceptible to edge distress as edge support deteriorates over time.
Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a
stabilized subgrade underlying the pavement, it is recommended that the stabilized subgrade extend a
minimum of 12 inches beyond the riding surface on each side of the proposed pavement.
Maintenance should be provided when edge support deteriorates,
4.1.2 S
Anticipated subgrade materials generally consist of clays of high plasticity. The higher plasticity clays
are subject to loss in support value with the moisture increases which occur beneath pavement
sections. They react with hydrated lime, which serves to improve and maintain their support value
Report No.829-14-09 CMJ ENGINEERING,INC.
5
Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area
paving
In lieu of a lime stabilized subgrade, a flexible base meeting TxDOT Item 247, Type A, Grades 1 or 2
may be utilized on an equal basis. The option of using a flexible base in lieu of lime stabilizing the
subgrade presents a relatively quick, straight forward solution to preparing the materials prior to
pavement placement.
4.2 Potential Vertical Movements
Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex
124-E. Potential vertical movements on the order of up to 3'/z inches are estimated. Movements in
excess of the estimated value can occur if poor drainage, excessive water collection, leaking
pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible.
In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing
future upward movement of the pavement slabs, all cracks and joints in the pavement should be
sealed on a routine basis after construction.
4.3 Sulfate-Induced Heaving
Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate-
induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration.
The lime reacts with the sulfates to cause potentially large volumetric changes in the soil.
Soluble sulfate levels in soils on the order of 1,000 parts-per-million (ppm) or less are usually of low
concern and warrant only observation of the subgrade during the stabilization process. The
soluble sulfate levels of the tested samples were less than 100 ppm. Since the samples tested
were below 1,000 ppm, a single treatment process is recommended. The single treatment is
described in Section 4.4. In addition, it is recommended that during the curing period of the lime
treatment, the subgrade be supplied with ample moisture to allow proper hydration, and it should
be checked for any volumetric changes that may indicate a sulfate-induced heaving condition.
Report No.829-14-09 CMJ ENGINEERING,INC
6
4.4 Pavement Subgrade Preparation
4.4.1 Lime Stabilization
Lime stabilization is recommended for all subgrade areas with plastic clays Prior to lime addition,
the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas
should be undercut to a firm subgrade and properly backfMed as described Section 5.0..
The stabilized pavement subgrade should be scarified to a minimum depth of 8 inches and
uniformly compacted to a minimum of 100 percent of Standard Proctor density (AST M D 698),
between 0 to plus 4 percentage points of the optimum moisture content determined by that test. It
should then be protected and maintained in a moist condition until the pavement is placed. The
presence of limestone fragments and calcareous nodules in the surficial it can complicate the
mixing of the soil and lime.
It is recommended a minimum of 8 percent hydrated lime be used to stabilize the clay subgrade
soils. The estimated amount of hydrated lime required to stabilize the subgrade should be on the
order of 48 pounds per square yard based on a soil dry unit weight of 100 pcf for an 8-:inch death.
The hydrated lime should be thoroughly mixed and blended with the upper 8 inches of the clay
subgrade (Tx OT Item 260). The hydrated lime should meet the requirements of Item 260 (Type
A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of
Highways, Streets and Bridges, 2004 Edition.
4.4.2 subgrade Preoaration Considerations
It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges
to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture
variations after construction. Each construction area should be shaped to allow drainage of
surface water during earthwork operations, and surface water should be pumped immediately from
each construction area after each rain and a firm subgrade condition maintained. Water should not
be allowed to pond in order to prevent percolation and subgrade softening, and subgrade
treatments should be added to the subgrade after removal of all surface vegetation and debris.
Sand should be specifically prohibited beneath pavement areas, since these more porous soils can
aII ow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be
allowed for fine grading) After fine grading each area in preparation for paving, the subgrade
surface should be lightly rnolstened, as needed, and recompacted to obtain a tight non-yielding
subgrade
Report No.829-14-09 CMJ ENGINEERING,INC.
7
Surface drainage is critical to the performance of this pavement. Water should be allowed to exit
the pavement surface quickly. All pavement construction should be performed in accordance with
the procedures provided in Section 4.6
4.5 Pavement Sections
At the time of this investigation, site paving plans or vehicle traffic studies were not available.
Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of
Pavement Structures, 1993 Edition, published by the American Association of State Highway and
Transportation Officials. The design equations were solved using AASHTO Pavement Analysis
Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle
Loads (ESAL) over the design life of the pavement structure.
Based on the results of the field and laboratory investigation, soil plasticity properties, and
requirements of the draft document City of Fort Worth Pavement Design Manual, dated July 2012,
the following design parameters were used in our thickness design calculations for the proposed
roadway.
Subgrade Soils. .._.. . .._. .._. .. ......... ... .... .... _ .....Clay
Design Life . _.. .. ... ........... ...... 30 years
Initial Serviceability. .__.. .............................. ........ ......4.5 (rigid)
Terminal Serviceability ... ...... _...._2 5
Reliability.......... ... ....... . .... .... .. .... ..._.._ .._ .. . ..90%
Overall Deviation (rigid) . . . .. .. ...0.39
Load Transfer Coefficient.. .. . . .. .. .. _ .. 3.0
Drainage Coefficient ._ . .... . ... . ... .. .. .... ......_.. ... . . ...1.0
Design CBR(raw subgrade) .. .. .. ........ .. . 3
Adjusted Design CBR (lime stabilized, long-term).... . ....20
Loss of Support......... ..... .. ... . ._ . . . .. . ... ..0
Concrete Modulus of Elasticity .... . _.. . _. .4,000,000 psi
Concrete Modulus of Rupture .....620 psi
The following rigid pavement section is provided for an Arterial classification per Table 3.1 of the
referenced City of Fort Worth design manual. Detailed pavement design calculations and
assumptions are presented on Plate B.1. The following pavement section is suitable for the
previously mentioned assumptions. Any deviation from these assumptions should be brought to
our attention immediately in order to assess their impact on our recommendations
Report No.829-14-09 CMJ ENGINEERING:,INC":.
8
Table 4.5-1 Pavement Thickness Summary
Pavement Section
Street Growth Design]
L
Thickness Material Classification Factor ESAL
10.5 PCC
&0 Lime Stabilized Subgrade Arterial 2.5% 13,170,000
4.6 Pavement Material Requirements,
Material and process specifications developed by the Texas Department of Transportation
(TxDOT) have been utilized. These specifications, are outlined in the TOOT Standard
Specifications for Construction of �ilighwa s Streets and Bridges, 2004 Edition. Specific
construction recommendations for pavements are given below.
Reinforced Portland Cement Concrete" Reinforced Portland cement concrete pavement should
consist of Portland cement concrete having a 28-day compressive strength of at least 3,600 psi.
The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air
entrainment., The pavement should be adequately reinforced with temperature steel and all
construction joints or expansion/contraction joints should be provided with load transfer dowels.
The spacing of the joints will depend primarily on the type of steel used and also thickness of the
pavement. No. 4 steel r spaced at 18 inches on center in both the longitudinal and transverse
direction is required for 10,5-inch thick pavements, in accordance with the it of Fort Worth
Pavement Design Manual, dated July 2012.
Lime Stabilized Subarade: Lime treatment for base course (road mix) - Item 260, Texas
Department of Transportation Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges, 2004 Edition,
Flexible Base- Crushed Stone Flexible Base ® Item 247, Type A, Grades I or 2, Texas
Department of Transportation Standard Specifications for Construction of Maintenance of
Highways, Streets, and Bridges, 2004 Edition,
Report No.829-14-09 CMJ ENGINEERING,INC,
9
4.7 General Pavement Considerations
The design of the pavement drainage and grading should consider the potential for differential
ground movement due to future soil swelling of up to 3'/ inches. In order to minimize rainwater
infiltration through the pavement surface, and thereby minimizing future upward movement of the
pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after
construction.
Proper surface drainage in the shoulders is also critical to long term performance of the pavement.
Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and
an increase in post construction heave of the pavement.
5.0 EARTHWORK
5.1 Site Preparation
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds. The
subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a
firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic
tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should
be observed by the project geotechnical engineer or his/her representative. Prior to fill placement,
the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted,
and recompacted to the moisture and density recommended for fill..
5.2 Placement and Compaction, General Fill
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring
hand-operated power compactors or small self-propelled compactors.. The fill material should be
uniform with respect to material type and moisture content. Clods and chunks of material should
be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a
material of uniform moisture and density is obtained for each lift. Water required for sprinkling to
bring the fill material to the proper moisture content should be applied evenly through each layer.
Report No.829-14-09 CMJ ENGINEERING,INC.
10
The on-site soils are suitable for use in general site grading. Imported fill material should be clean
soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The
fill materials should be free of vegetation and debris.
The fill material should be compacted to a minimum of 95 percent of the maximum dry density
determined by the Standard Proctor test® ATM D 698. In conjunction with the compacting
operation, the fill material should be brought to the proper moisture content. The moisture content
for general earth fill should range from 2 percentage points below optimum to 5 percentage points
above optimum (-2 to +5). These ranges of moisture contents are given as maximum
recommended ranges For some soils and under some conditions, the contractor may have to
maintain a more narrow range of moisture content (within the recommended range) in order to
consistently achieve the recommended density.
Field density tests should be taken as each lift of fill material is placed. As a guide, one field
density test per lift for each 5,000 square feet of compacted area is recommended. For small
areas or critical areas the frequency of testing may need to be increased to one test per 2,500
square feet. A minimum of 2 tests per lift should be required, The earthwork operations should be
observed and tested on a continuing basis by an experienced geotechnician working in conjunction
with the project geotechnical engineer.
Each lift should be compacted, tested, and approved before another lift is added. The purpose of
the field density tests is to provide some indication that uniform and adequate compaction is being
obtained The actual quality oft fill, as compacted, should be the responsibility of the contractor
and satisfactory results from the tests should not be considered as a guarantee of the quality of the
contractors filling operations.
5.3 Trench Backfill
Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly
dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet
backfill can settle and form a depression along the completed trench line. Distress to overlying
structures, pavements, etc. is likely if heaving or settlement occurs. On-site soil fill material is
recommended for trench backfill. Care should be taken not to use free draining granular material,
to prevent the backfilled trench from becoming a french drain and piping surface or subsurface
water beneath structures, pipelines, or pavements If a higher class bedding material is required
Report No.829-14-09 C ENGINEERING,INC
for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not
require compaction after placement. The soil backfill should be placed in approximately 4- to 6-
inch loose lifts. The density and moisture content should be as recommended for fill in Section 5.2,
Placement and Compaction, of this report. A minimum of one field density test should be taken per
lift for each 150 linear feet of trench, with a minimum of 2 tests per lift.
5.4 Excavations
Based on the exploration borings, major excavations may encounter intact limestone units. These
limestones are generally moderately hard to hard and will require heavy duty specialized
equipment for excavation. In addition, overexcavation should be anticipated within the limestones.
Overexcavation may result from large blocks or chunks breaking along weathered seams or jointed
seams beyond the planned excavation.
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction. Existing structures, pipelines or other facilities, which
are constructed prior to or during the currently proposed construction and which require
excavation, should be protected from loss of end bearing or lateral support.
Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts.
Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated
after grading has been performed.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of
shallow slides. The following slope angles are recommended as maximums. The presented
angles refer to the total height of a slope. Site improvement should be maintained away from the
top of the slope to reduce the possibility of damage due to creep or shallow slides
Report No.829-14-09 CMJ ENGINEFAINC,INC.
12
TABLE 5.4®1 —RECOMMENDED SLOPE ANGLES
Height (ft.) Horizontal to Vertical
..........................
0-3
3-6 2.1
6-9 31
...................................
> 9 1 4-1
Trench safety recommendations are beyond the scope of this report. The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
5.5 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the particular application and approved by the project geotechnical engineer prior to the
materials being used. The owner should also require the contractor to obtain a written, notarized
certification from the landowner of each proposed off-site soil borrow source stating that to the best
of the landowners knowledge and belief there has never been contamination of the borrow source
site with hazardous or toxic materials. The certifi cation should be furnished to the owner prior to
proceeding to furnish soils to the site. Soil materials derived from the excavation of underground
petroleum storage tanks should not be used as fill on this project.
5.6 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study.. However,
based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.
Standard construction practices for protecting metal pipe and similar facilities in contact with these
soils should be used.
5.7 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and
all permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities All applicable ordinances and codes regarding
erosion and sediment control should be followed
Report No.829-14-09 CMJ ENGINFERfNG,INC
13
6.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings.
However, quite often during construction anomalies in the subsurface conditions are revealed.
Therefore, it is recommended that CMJ Engineering, Inc be retained to observe earthwork and
pavement installation and perform materials evaluation during the construction phase of the
project. This enables the geotechnical engineer to stay abreast of the project and to be readily
available to evaluate unanticipated conditions, to conduct additional tests if required and, when
necessary, to recommend alternative solutions to unanticipated conditions. Until these
construction phase services are performed by the project geotechnical engineer, the
recommendations contained in this report on such items as final foundation bearing elevations,
proper soil moisture condition, and other such subsurface related recommendations should be
considered as preliminary..
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
7.0 REPORT CLOSURE
The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of
the borings should be considered accurate only to the degree implied by the methods used in their
determination. The boring logs shown in this report contain information related to the types of soil
encountered at specific locations and times and show lines delineating the interface between these
materials. The logs also contain our field representative's interpretation of conditions that are
believed to exist in those depth intervals between the actual samples taken. Therefore, these
boring logs contain both factual and interpretive information. Laboratory soil classification tests
were also performed on samples from selected depths in the borings. The results of these tests,
along with visual-manual procedures were used to generally classify each stratum. Therefore, it
should be understood that the classification data on the logs of borings represent visual estimates
of classifications for those portions of each stratum on which the full range of laboratory soil
Report No,829-14-09 CMJ ENGINE RICNG,INC
14
classification tests were not performed. It is not implied that these logs are representative of
subsurface conditions at other locations and times.
With regard to ground water conditions, this report presents data on ground water levels as they
were observed during the course of the fi eld work, In particular, water level readings have been
made in the borings at the times and under conditions stated in the text of the report and on the
boring logs. It should be not that -fluctuations in the level of the ground-water table can occur
with passage of time due to variations in rainfall, temperature and other factors. Also, this report
does not include quantitative information on rates of flow of ground water into excavations, on
pumping capacities necessary to dewater the excavations, or on methods of dewatering
excavations. Unanticipated soil conditions at a construction site are commonly encountered and
cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected
conditions frequently require that additional expenditures be made by the owner to attain a properly
designed and constructed project. Therefore, provision for some contingency fund is
recommended to accommodate such potential extra cost.
The analyses, conclusions and recommendations contained in this report, are based on site
conditions as they existed at the time of our field investigation and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site; that is,
the subsurface conditions everywhere are not significantly different from those disclosed by the
borings at the time they were completed. If, during construction, different subsurface conditions
from those encountered in our borings are observed, or appear to be present in excavations, we
must be advised promptly so that we can review these conditions and reconsider our
recommendations where necessary. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed, we urge that we be promptly informed and retained to review
our report to determine the applicability of the conclusions and recommendations, considering the
changed conditions and/or time lapse,
Further, it is urged that CIVIJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations
contained in this report. In addition, we are available to observe construction, particularly the
Report No.829-14-09 CMJ ENGINEERINc,INC
15
compaction of structural fill, or backi'M and the construction of foundations as recommended in the
report, and such other field observations as might be necessary.
The scope of our services did not include any environmental assessment or investigation fort
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground
water or air, on or below or around the site.
This report has been prepared for use in developing an overall design concept.. Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of Brown & Gay Engineers, Inc. for specific
application to design of this project. The only warranty made by us in connection with the services
provided is that we have used that degree of care and skill ordinarily exercised under similar
conditions by reputable members of our profession practicing in the same or similar locality. No
other warranty, expressed or implied, is made or intended.
Report No.829-14-09 C ENGINURING,INC..
16
w
,r
f
PLAN OF BORINGS
2A, FosslL CREEK BLVD. To TANACRoss DR. A. I
MJ ROJE. i.. . 829-14-09 F"OR T WORTI f, .TEXAS
Major Divisions sym�Grp Typica m
N Karnes Laboratory Classification Criteria
0) WeR-graded gravels,gravel- D80 p.3X
0 GW C.=
sand mbdures,little or no greater then 4: CC'_"""'____'_ between I and 3
D,
9 fines 0 1.51.
S7 U) 0
'D
N oorly
a) 4) Pgraded gravels,gravel E
2 >
E3 GP sand mixtures, little or no CP W in Not meeting all gradation requirements for GW
(D
.92>
-6 22 fines ' 0. Z
> to M 0
°0
0 8, a
0 14�
C3 -6 ZO S Uquid and Plastic limits
0 , 0 Silty gravels,gravel-sand-sHt .!= Liquid and plastic limits
C14 GM . 9 = below"A"line or P,1'.
= ;-- E (D W U
M X. mixtures plotting in hatched zone
6 ?_1 greater than 4
Z (D a) 9!
3 between 4 and 7 are
M borderline cases
Liquid and Plastic limits
0 > Clayey gravels,gravel-sand- requiring use of dual
0 0 GC 'D above"A"line with P,I
(D CX symbols
Q. clay mWures .9 0'
«rt E!Z greater than 7
E :E
W2
Well graded sands, gravelly
D (D )
Sw
greater dean 6� Cc.= between I and 3
M
E sands,little or no fines > E
CW1
M a D110 D,x D,
E
-----------------------------------4 0
Z Poorly graded sands; M
0
SP gravelly sands,little or no Not meeting all gradation requirements for SW
'CO
>
4) fines
W (D
M r IN
M
0
2 " Liquid and Plastic limits
, CC),
8 6 Silty sands, sand-silt M r_� = .0
�0 Z (D :3 SM -,5 8 below"A"line or PIrl.less Liquid and plastic limits
0 C: 0 mixtures
!ta- Cc; E '10 2 — than 4
M �c 0 0 plotting between 4 and 7
CL C are borderline cases
C: 0 C _J
'a Z Liquid and Plastic limits requiring use of dual
SC
Clayey ssands,sand clay a ve" "
aY E 2 line it P.I. symbols
boA wh
CL mixtures -6 CL M to greater than 7
Q)
I
Inorganic silts and very fine
L sands, rock flour,silty or
M
Clayey fine sands,or clayey
silts with slight plasticity
spy
m
inorganic clays of low to
CL edium plasticity,gravelly
clays, sandy clays, silty
E —
clays,and lean clays so—
CH
Z
Organic sifts and organic Silty 40-
CAL Organic
of low plasticity X
E
inorganic silts,rnicaceous or .9
16
MH diatornaceous fine sandy or
OHardMH
M silty soils, elastic silts
20
a '
E Co
0 Inorganic clays of high
a CH
— CU plasticity,fat clays IG
7
E
ML a dOL
M 4
Organic clays of rnedium to 0
0 OH 0 T 20 30 40 50 60 70 80 90 100
high plasticity,organic silts Liquid •jrTift
g
Peat and other highly organic Plasticity Chart
Pt
0
co Solis
0
UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2
SOIL OR ROCK TYPES
GRAVEL LEAN CLAY LIMESTONE
SAND SANDY SHALE
SILT SILTY SANDSTONE
HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split P%,k Cone No
PLASTIC CLAY 10 Tube Spoon Core Pen Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils(More than 50%Passing No.200 Sieve)
Descriptive Item Penetrometer Reading,(tsf]
soft 0,0 to 1.0
Firm 1 0 to 1,5
Stiff 1-5 to 10
Very Stiff 3 0 to 4.5
Hard 4e5+
Coarse Grained Soils(Mom than 50%Retained on No.200 Sieve)
Penetration ResistancE Descriptive Item Relative Density
(blows/foot)
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense go to 100%
Soil Structure
Calcareous Contains appreciable deposits of calcium carbonate-, generally nodular
Slickensided Having inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand, corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately and Can be scratched easily with knife, cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very and Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material, Quartz,calcite,dolomite, siderite,
and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency,texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 _j
CMJ ENGINEERING INC
Project No Boring No Project North Beach Street
829-14-09 Fort Worth,TX
Location Water Observations
See Plate A.1 No seepage encountered during drilling; dry at completion
Completion Completion
Dept 115.01 Dale 10-9-14
Surface Elevation -Type ----------[---T--
B-47 w/CFA
C)
z LL 0 0
Stratum Description 0 g -ge L-n' d)
LL Z-
> a:A CL-:J-3 U).5
r
LU Cul 0 cc
05 2
a) C
C)
—0 60 -1 b2
L t 1
gL6Y,brown,w/calcareous nodules,stiff to hard
r- —5 22 104 2950
30 22
2-6 19
IILTY CLAY, light brown,hard 16
5
45+ 48 ' 32 18 113 ,
-4
-10
45+ 19
L15- -- -----------
---- - - - - ---
0�
LOG OF BORING NO B-1 PLATE A.4
_ _ North Beach Street
___.. .. ..... rszrr. r vr�c:
Project No l3csriny lay Project t .. �.._.,.�___.___ _...._____..
829-14-09 _ B-2 ..._._..,.,._ ._. Fort Worth,TX ._..
L tic�n Water Observations
See Plate A.1 No seepage encountered during drilling;dry at completion
ompletraan JDate mpletion
c��p fh 0•
10-9-14
........... .....................
_..__. . 15.01
__.._. ., B-47 /CF ...mm....
iurface Elevation Type
k U. 0 ,
CN
� � "
Stratum Description
fu RD u E 0-_3 �E 0 X L)CL
.,.5
iLTaf L�4Y,brown and tan,hard
✓ ..... _...
_,
✓ wut limestone fragments above 5'
_._ ..... _ ....,.
14
..._ ..... ,. - -- ._._....._ ....,,...,..�
6'thick limestone seam from 5 9
_...__ _ ,7 l ._...._ ... .....
.. .. FN�k� w gray,soft; 4.5+ _. 55 1 .,,_.. ._..
.,.
.. ...
5+
15
I
i
I I
� � a
b
I
�®
'Z L ®F BORING BOR NO 2 PLATE
(mro��c� o -orrrz . o Pror a Street
IL.o$20914®C19 ,!. ` , Vrlfter°Observations rt Worth,BCh...,..m..... _. _ _. __ ....... . ......,. ..., _.... .......11
See Plate A.1 No seepage encountered during drilling;dry at Completion
rnletu rA a jDte i 0- _ ..... _1 10 9 14
_ B-47 w/CFA J
hI
wrrf E-lewragrorr ry'P
air.
2
Stratum Description ���� � ��� �
qD
a. u
_ m. ......... __... _.._ r ci rva a as
dare brown,purl cWcarpous nodules,har�� 4.z+ - 1 � 1 20 99
59 ... _ .
...
A6 18
tl�9�rNN $ N tan,J w/r tlyorerrruddtlu ._M ....
100 13 2 "". °•.°_°'N �.n _.. ...
5 to hard
_ _
00/2 25°
,-1
C .. X011 a
of
i
I
...
L®G OF BORING N® B-3 PLATE......... _.. ... ...... .
_......w._ _..._. .. ._. .,.......... . .. ...., _......,C' " q��GINE�cc ING KC ....
829-14-09 � �� ��r®i�ct North Beach Sheet
1 B-4 Fort Worth,-F"r�� &td� F�prun _._ _._ _ ...- ...._..__ _.__ _.. ......,..,.._ _. ...
Location Water Observations
See Plate A.1 No seepage encountered during drilling;dry at completion
ContpWticsn Cr; ietd�r»
Depth 150 � rr�
Date 10 9 14
rurtac�e Elevation �Type -47 CFA ... __
Z C> d
C4 a .
Ci
Stratum Description �„ �� ��' W � � � ��� � � a�
w 4m CL rtb B_.A 0._& Q.
_._ _ _...... ... a� 1(..darYc I�re�r�rR, 1 _. . , _ ........ _ _ _...._
_.._._ w._calcareous nodules and , 45+ 21 �3 16 ..�.�� .. ..
limestone tmagrrrerrets"hard
45+ eR 1a
1d ..,K$ T NE taro, A clay seams and layers„ 0a
moderately hard
_._ . .
_ ... ._
{.. .
ra ,w/shale seams,moderately
5.-.. 7 hard
477�_
1
l '
i l
tr LOG OF BORING NO B-4 PLATE A.7 .....I
_. .... ... _�_..,... ....._,... _ . .. _., .._..., F1VC'Prs EKING fN ..
F'rra�e�t � ��rirxg P, North Beach Street
829-14-09 _ B-5 Fort Worth,TX
- _
La�atiara Water Obsarvativarus
See Plate A.1 No seepage encountered during drilling;dry at completion
�rararplatior� JD"ale15 0 10-9-14 _... w_ ._ -.__. ..._._...... .._ ..� .._.,
Depth rrrta�e�la�atl�rp._... . '—Type, �._ l• s
...._._..
B-47 w/CFA
E E 8s ® ®
U. 0
U) Stratum Description m W y
a
M 12® ®ate . E � � Z � c c ® a
dark� nodules, ard ....�......__� �.... 69 . 22 41
CIA` `sr rott� � c �
nodun „hard
_.-- y. . ..... 4 9-; 15
5 ._LAEgj J tar„Si Ada Y sears,moderately T'"
ard ..._
_ r
...........
10012 25' t
10 T V _..._
k l „ ...
SILTY N�d1.�1i p X tan,w/graymshale seams, tuft' ... '
._._
gray shale at 15' 2 5 19
a
g
I I
i
V
I � I
I
1
4 I �
i
t
I
I ,
r
I
:
a
i
Zg
o I N
aS
LOG OF BORING NO S-5 ���?� mF
_ .... �. _._t
FREE SWELL TEST RESULTS
Project.: North Beach Street
Fort Worth, Texas
Project o.: 829-1 -0
B6trFl�s "i epth S rte [e Ligtfid Plastic Plasticity Moisture 'Per 0",
B Lirrtit Limit
Index
k
I c cn#en `
PI i
t Initial edettption Svi eft
B-1 1 -2 Silty Clay 46 16 32 16.5 21.0 21
B-4 2-3 Clay 60 21 39 185 26.6 6.1
Free swell tests performed at approximate overburden pressure
CMJ ENGINEERING, INC. PLATE A.9
LIME SERIES TEST RESULTS
Project: North Beach Street
Fort Worth, Texas
Project No : 829-14-09
Boring No.': B — 3 Depth- 0' to 1'
Material: Clay
Percent Lime pH
0 7.88
2 11.78
4 12.38
6 12.40
8 12.41
10 12.41
C J ENGINEERING. INC. PLATE A►.10
SOLUBLE SULFATE TEST RESULTS
Project: North Beach Street
Fort Worth, Texas
Project .: 829-14-0
Boring Depth Material Soluble
No. (ft.) Sulfates (ppm)
B- 1 0 - 1 Clay <100
B -2 - 1 Silty Clay <
B--3 0 - 1 Clay <
B -4 0 - 1 Clay 1
B - 5 0- 1 Clay
Note: Test Method TxDOT Tex 145-E.,
CMJ ENGINEERING, INC. PLATE A.11
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Rigid Pavement Design
Agency:
Company: Brown&Gay Engineers, Inc
Contractor: CMJ Engineering,Inc
Project Description: North Beach Street
Location: Fossil Creek Blvd to Tanacross Dr
Rigid Pavement DesignlEvaluation
PCC Thickness 1036 inches Load Transfer,J 300
Design ESALs 13,170,000 00 Mod.Subgrade Reaction,k 230 psi/in
Reliability 9000 percent Drainage Coefficient,Cd 1 00 j
Overall Deviation 039 Initial Serviceability 450
Modulus of Rupture 620 psi Terminal Serviceability 2.50
Modulus of Elasticity 4,000,000 psi
Modulus of Subgrade Reaction(k-valuel Determination
Resilient Modulus of the Subgrade 4,118 psi
Resilient Modulus of the Subbase 15,089 psi
Subbase Thickness 8.00 inches
Depth to Rigid Foundation feet
Loss of Support Value(0,1,2,3)
Modulus of Subgrade Reaction 230.20 psi/in
11/21/20141128 23 AM Engineer: MK PLATE BA
GC-4.04 Underground Facilities
Summary of Test Hole Information
Test Hole Locations
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
rt�
CL
n.
U &.Y
„"Id � re
�t a
E w 2
a
�a
cc ux 0 n
's tu
�2
JE r �q 0
Z U U /1
CB d I. U - ma
"r .. "
g"+9 SW 0.btl Cep &bd db8 0.b9 0.b& ' dbV ate' v
ter, t¢"D &d7
'r- 0..
0... rx
&3 GC ()
um
0 > U.
4� a
U U U c e ce. w ce w a� o^ re c
_ _ m. .... " &d"a L ro
a.) M co aro atta z': u"�a�ro area aaru �z y, �-
4.f y "a" V' u" 0 U) Vm¢° mtl' 6M9 ice" ��.
� & "tl:U 'U'U "tl:D "gib � �D 'Fk avA 2 Ej
C .6= 1 0.'LR rtDry 4:V'S
zi hi aak w m m m m w Car
�'�
G.ffi CD z z z z z z � z z z n
tf
C� C8 C7 fy C ¢ G C� Cb C� C9 $
o L r,rt,, z z z z '" z z z z z z p kp
O
_I
ca �. �.,' �+. .mow. �►
C 1, 7
Im
0001 AZ
U PJ a a ad
an
&z '
s m
IXb9 +� ¢bN US C,7
Nt (D 4CD K£� @ b°• w� �qb .,,,,4
U. Ck�b
P&
r- 4G7 IY'^w 0.bV 6, &,� 6'b r F.FA iR? u,CD GtV ko V--
cp U') ko 0 0 dD II°, II'*, 6C8 GAD b eGD Bey E� U. 0 V
V ko
Ln 3 Ig8 �s
CD S
rL
C JC Ln C.7 O CL 0- m CL 0.
U) M p._ V•_ u
V°. IIU. z m Cl5
�Y
E
,mom
a"a c c ew M �t LO GAD
c
a�
GC
N arr m esa
iV � m cr cam. r
uj `
IL
to
cn
C1 C3
ury
�r
c
c R w � I
dU CS M CL
W ro Ct w
`w r�
n
N N Ca9 Q'W w. „ S. as em
Oil 4:S
�.. C».. IG'R. 0,. C'L. C'.h..
r�
u a u Mu ;J T li�
y
In t t
c
WP'9 d6"4 0.C'A V."q Wr9 '.Y�` P � Q CoY
`! a
.0
C? 'C eg ce8 RP ¢VA rt& m
r
L
0 Q9_' o z z z
0
0
III �
c
c �
m w
m f
uu. UY rYk ?
.
co C-4 v U'-
N az. N N r,8
IV M
a< m u
C7 w � o CL
cn co
Fd 0 p* � rz i C_ ce W L Ca ®
r i. z m �
y c o eo co ens ecr
ci cs en c�a ra r'°a
z A a EL I
y IL
O
_.__.__ .._.....
GC-6.06.1) Minority and Women Owned Business
Enterprise Compliance
MBE Special Instructions for Bidders
MBE Subcontractor-Supplier Utilization Form
MBE Prime Contractor Waiver Form
MBE Good Faith Effort Form
MBE Joint Venture Eligibility Form
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02239
Revised July 1,2011
f"C)R'F WO R-144
City of Fort Worth
Minority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR OFFERORS
APPLICATION OF POLICY
If tMe total dollar value of the contract is$50,000 or more, then a MBE subcontracting goal is applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises
(MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current
Business Diversity Enterprise Ordinance applies to this bid.
......._.._....-m..........__....................................................... ........
MBE PFROJECT GOALc
.............. ...............
i he Qty's MBE goal cri this proge(1 is 16 1 2
4' ()f the bas�:111! b"i 1.4ue cif ih(:1! corioaw ;�t
Note: K imth BE and, SBE subq:iirntracting g(mlis are estabilishem!l fiic!!)u trft project,then an Offeror im mt subrnit both a
MBE I Rifization Fomr and a SBE Ufifizatk:iir�, F��cirm t(!) lima dewTied respoiimlve,
............. ............. ................................. .............
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with
the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation, or;
4. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Purchasing Division, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications, The Offeror shall doliver the MBE documentation in
person to the appiol�)oiate ernoloyee of the purchlasing divWon and obtain a date/firne receipt, Such reup4lit shall be
evidence that the 04, received the documentaflon in the thyle allocated A taxed and/or ernailed copy will not be
accepted.
.......................... ..
1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City bi]i_s_messday
met or exceeded after the bid ojRt"i I
adate, exclusive of the bid" enin date.
2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day
Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date.
stqted goa!,
3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day
Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid o enin date.
.................
4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day
perform all subcontracting/supplier work: after the bid openinq._d�te,_exclusive of the bid opening date.
5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day
ft
exceeded' Lalerthebido nLnq date, exclusive of the bid openin date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN
THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A
PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION
PERIOD OF THREE YEARS. —1
Any questions, please contact the MIWBE Office at(817) 212-2674.
Rev.2/10/15
ATTACHMENT 1A
Page I of 5
FORT"WOK1,111 City of Fort Worth
MBE Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to descriii-e-prime
JLB Contracting,LLC
JECT NAME- T"lDBEL NON-MNV I/DBE
Beach St(1-820 to Fossil Creek) BID DATE
August 20,2016
City's MBE Project is Prime's MBE Project UtIlIzatlow PROJECT NUMBER
02238
is% 22%
.......... .............. ...........
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MNVBE fi rm(s) listed in this
utilization schedule, conditioned upon execution of a contract with thq City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualifi cation and will result in the
ibid being considered non-responsive to bid specifications
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid. Marketplace is the geographic area of Tarrant. Dallas, Denton,Johnson, Parker,and Wise counties.
............................ .................. .......................
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1 tier, a payment by a subcontractor to
its supplier is considered 2nd tier
............. ......................
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be bonafide minority
business enterprise by the North Central Texas Regional Certifi cation Agency (NCTRCA), or other certifying agencies
that the City may deem appropriate and accepted by the City of Fort Worth,
If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and opera
at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from
another MBE fi rm, including MBE owner-operators, and receive full MBE credit, The MBE may lease trucks
from non-MBEs, including ownero9Aerators, but will only receive credit for the fees and commissions earned
Jb y tt ................. ......__7
!t KkB ement.
as outlined in the lease
Rev.5/30112
FORT WOR"[H ATTACHMENT 1A
Page 2 of 5
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MMBES.
MBE firms are to be listed first,use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a
copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for
verification. Please note that ly certified MBEs will be counted to meet an MBE goaL
Certification N Detail Detail
(check one) o Subcontracting Work Supplies Purchased FDollarAmount
n
SUBCONT RACT OR/SUPPLIER T ............
Company Name I
Address e M W S M
Telephone/Fax r B B B w
E E E B
E
Cowtown Re di Mix 1 X Concrete $1,-286,014-
3401 Bethlehem Avenue Supplier
Fort Worth, TX 76111
817-759-1919
817-759-1716
Frank Bartel 1 X Haul debris from $23,708
Transportation Inc Project and
Mosley Road Ft C to project
Aubrey, TX 76227
(940) 365-2083
Sunset Logistics, Inc. 1 X Haul raw $11,662
7200 Midway Road material to plant
Fort Worth, TX 76118 site
817-589-7063
...............
Southern Asphalt 1 X Liquid Asphalt $40,016
3632 Lawnwood Street
Fort Worth, TX 76111
0 y Contractors 1 Utility Sub $685,551
650 Tower Rd
Kennedale, as 76060
817-4834787
817-483-2048
1 X Raw Aggregate $7,956
1341 West Mockingbird Supplier
Lane
Dallas, TX 75247-6913
Rev.5/30/12
ATTACHMENT IA
FORT WOR11i Page 3 of 5
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MMBEs.
MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a
copy of the firm's SBE certification if they have not previously registered with the City's MMBE Office,which may be contacted for
verification. Please note that ly certified MBEs will be counted to meet an MBE goal.
Certification N Detail Detail
(check one) o Subcontracting Work Supplies Purchased Dollar Amount
SUBCONTRACTORISUPPLIER T n
Company Name i
Address e M W s M
W
Telephone/Fax r B B B
E E E B
E
Mel's Electric, LP 1 X Electrical & Sign $132,523
6305 S IH 45 Sub
Wilmer, Texas 75172
972-441-6208
972-441-6394
Blackhawk Excavation 1 X Excavation Sub $252,828
6603 CR 305
Grandview, Texas 76050
(817) 205-9459
Buyers Barricades 1 X Barricade Sub $51,965
7409 Baker Blvd
Richland Hills, Texas
76118
817-535-3939
817-831-7171
Texas Evironmental 1 X $94,608
PO Box 369
Justin, Texas 76247
940-648-3640
940-648-3407
US Lime 1 X $117,652
P.O. Box 851
Cleburne, TX 76033
817-481-6172
Rev.5/30/12
ATTACHMENT 1A
Page 4 of 5
.................................
Action Services 1 X $55,786
PO Box 1689
Rockwall, Texas 75087
972-771-3832
972-771-6525
......................... ......
North Texas Bomanite 1 X $90,878
11107 Morrison Ln
Dallas, Texas 75229
972-484-8465
972-484-8466
—Cr6 s—sRo—ads' 1 23,552
5012 David Strickland
Fort Worth, Texas 76119
817-634-0044
817-634-0048
—6a—r-n—sco
2609 Willowbrook
Dallas, TX 75220
(214) 3529091
(214) 379-0341
—---—-------
Total Dollar Amount of MBE Subcontractors/Suppliers $1,286,014
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $1,853,288
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $3,139,302
............................. ........
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of
ChangelAdditfon. Any unjustified change or deletion shall be a material breach of contract and may result in
debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed
explanation of how the requested change/addition or deletion will affect the committed MBE goal, If the detail
explanation is not submitted, it will affect the fi nal compliance determination,
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all Subcontractors, including MBE(s)
and any special arrangements submitted with MBEs. The Offeror also agrees to allow an audit and/or,
examination of any books, records and files held by their company. The bidder agrees to allow the transmission
of interviews with owners, principals, offi cers, employees and applicable subcontractors/suppliers participating
Rev.5/30/12
ATTACHMENT 1A
Page 5 of 5
on the contract that will substantiate the actual work performed by the IVIBE(s) on this contract, by an authorized
officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror
and debarment from participating in City work for a period of time not less than one (1) year.
Ronald D. Stinson, Jr.
Authorized Signature Printed Signature
VP of Business Development
Title Contact NamefTitle(if different)
JLB Contracting,LLC 817-261-2991 817-261-30"
Company Name Telephone and/or Fax
PO Box 24131 rstinson@jlbcontracting.com
Address E-mail Address
Fort Worth,Texas 76124 August 24,2015
City/State/Zip Date
Rev.5/30/12
GC-6.07 Wage Rates
CFW Wage Rate Table
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02238
Revised July 1,2011
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Wage Rate
Asphalt Distributor Operator g 1532
Asphalt Paving Machine Operator g 13.99
Asphalt Raker g 12.69
Broom or Sweeper Operator 11.74
Concrete Finisher, Paving and Structures 14.12
Concrete Pavement Finishing Machine Operator 18.05
Concrete Saw Operator 14.48
Crane Operator, Hydraulic 8O tons orless g 18.12
Crane Operator, Lattice Boom 8O Tons orLess 17.27
Crane Operator,Lattice Boom Over 8OTons $ 20.52
Crawler Tractor Operator $ 14.07
Electrician $ 19.80
Excavator Operator,5U'OUU pounds orless $ 17.19
Excavator Operator,Over 5U'UUUpounds $ 16.99
F|agger $ 10-08
Form Bui|der/Setter'5tmcmres $ 13.84
Form Setter,Paving&[urb $ 13.18
Foundation Drill Operator,Crawler Mounted $ 17.99
Foundation Drill Operator,Truck Mounted $ 21.07
Front End Loader Operator,3[YorLess $ 13.89
Front End Loader Operator,Over 3[Y $ 14.72
Laborer,Common $ 10.72
Laborer' Utility $ 12.32
Loaden'BackhoeOperator $ 15.18
Mechanic $ 17.88
Milling Machine Operator $ 14.32
Motor Grader Operator, Fine Grade $ 17.19
Motor Grader Operator,Rough $ 18.02
Off Road Hauler $ 12.25
Pavement Marking Machine Operator $ 13.83
Pipe|ayer $ 13.24
Rec|aimeo/Pu|verizerOperator $ 11.01
Reinforcing Steel Worker $ 18.18
Roller Operator,Asphalt $ 13.08
Roller Operator,Other $ 11.51
Scraper Operator $ 12.96
Semicer g 14.58
Small S|ipform Machine Operator $ 15.98
Spreader Box Operator $ 14.73
Truck Driver Lowboy-Float $ 18.24
Truck Driver Transit-Mix $ 14.14
Truck Driver,Single Axle g 12.31
Truck Driver,Single or Tandem Axle Dump Truck $ 12.82
Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.88
Welder $ 14.84
Work Zone Barricade Semicer $ 11.88
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department or Labor and current a,or September znzy. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway,
Heavy,Utilities,and Industrial Construction/nTexas.
Page 1of1
GC-6.09 Permits and Utilities
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.0223£3
Revised July 1,2011
GR-01 60 00 Product Requirements
Fort Worth Water Department,
Standard Products List
Haltom City, Water and Sewer Parts
CITY OF FORT WORTH North Beach Street Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02239
Revised July I,2011
CITY
OF
Vn'OR"Y WORTH WATER Y.:EPARTMIEN rs
S'6A401®ARP.V PIY8C9DtpC'U'S I_YINwT"
WASTEWATER
Cwl p { �p Naa . .._. ..m ..
N dtaa
rvhN kirW,'F j P[..65 ItrSwawMUa&e 1wuw;retl � .—.....°°
u5„lielgar uun Vv+ owrl x +nna'^uvVG
...._ . ...
� arnob
A wD
.. PrY , ..�. ... . . ............._ .. ,... ................
Mp nuenllm F em4 .....rtnw ........ ,.,. Vw Y o u,,,rqy rW tlfi WY�V r uazV X dflolla as[Irs,.
....IT d dd h b Aim ..... �..
-I a 5wsw me vw r
l i rw na>�:rnaw n p r
4 hM p A'I P dd drM 4"Kl . M#Y0. 051
+d w .. 0 htlN IW4n1 ... .......
I aM4 �... WhP N 1YU ..._. X�4 Rm
119 I!MNaw V Ilm
q let l _...._
r 0 pwT ho 8.1 nQ ;Y fi P .... YM .:. Mun asV 15 I l WW„1 k .•. 6 rL�.
_ n !w uvs4wmn vVy _ I"V%"h1 1 161 1R'�;N+¢a� I'I i Ail .J ...
bV IyA tdf 1 pld k l .... ... ..... Yrti IW .,
ar
1 VR iG „ .. .........,
I...... id M a !ua V4N Ilduit�N9'tl`4a%,u .. .. a ,
Ib .._. . .. ... D11 Ww ,
16 ... .. Ikngy M u4 VV
mx I u ,Ism wry lun ” �I xra4lrmu lll ru�p M rte. ... _ ..
mer I�,
14 Ix 351WI aMaaV taper pkm r!dvf nn 1051"7 Y.u:mroe ulG!,BWIaNkvISA4 M IMO tap.. NdN 1%w,,,,
___ l++Iaasro9vrvaPea'�Q�� l _ .. _
Ntlwtlk ��narwk'm,+�w VNa„w"lu rtRb`r
A M p a MM �rPo w
"" f A p pUb II Om l II W tl 1 tl .., 98.. a^r ChA A 44
P,I[W M VI
m II mml L Vk u w v Y m m Vd W F# ,!W fi I mo9rv. 7M`blr x"tom
fl 114 jh drn,
b dR PW .^.. , i, 7A"ISvm�
Ism..
�r .... c.;a rM Ire
Y �� _.. . nar'Md r,
o W
a aV � 5 u
IA m Wp 1maV`4 S ¢V P YF6 BW fwp1_N O PokAf W F
k a d V Po , Id Ihrm Wl.,ruu Iq i�4W Y Mn4MnN A , ..
6#
50 Wa W .
MI"
I SM+'4 _ Rf9YW'V W® .. ..,,,._„ ..._.. .''..,._ lz Y I...�.,IN✓ Itl ela . +r ...
A iramo4 @un a 19tl k f I y Ipd➢II6 7r9�d
..........,, a .. .......... ._
.. a .... ...... ....... .... YNm'.uwnm/I V�vBll'mo-wA CYu{dl _ .. 1150 4"9 ....
GW CMaR!A 1 y Ia7 MBVI d�Yu a"titl bmml krvVvm Ilm varwn Iw 19 ruw aW 54!L
uweas
IY Li4. Vefl pm nr,l° wRY �dry 4W 4i7 IuA b p Ins M^u pbW ~4bl 09
._ r�l.la pad MaanMe.r'°ea.: J ..,. .�. .. WIAd N^.N ,. Ab
JVV11 jd 94-tldXd®WPI Gael NA RY,'v 85 I h9V,9
24 1
dalr 4M1i4' �I,p-I�& J� Ma Mx,fi A ¢ ¢ 1rm{ A wM llt_IpV VW dX ,�.. GbbIM2 �dPM .� �NM 37 uxu
AM]"M C,area ... 49 17.
w 5
J
As rMV y r Y Mf e a
OV uWnO U rllmuel0. N I4%4 9 om 18 p reMWf
amanu+r{ ^'L I1
rl I
_ u. p "vvt 114 2A ld*,b 4w.ar ... ..... _
V.JdDT, 1:1 15 paSn Mwdm NYadmM fly 1 .. r r k q lW, PoANV""P%0. G xrvA p u l ar'WI«w,VV a........... ... _MOM IYS,�M
Ns 4n¢abu M'mMrw.k 4 Wtl
..._. ... A ........ _,: .. ..., ..�., .. .. ... ._w..
9iri Y�,IR.9Y;n' Ir f r
15 NY 9W'u 51 VW �{W& dvavdm YC M NaG an n sap tl 4W dll lMb GI : ry •. r Mun IAW51M!
I'._R lM mmMnr Ad Mm M
1.„l14MY t d B�dawd Y m 4 {..,. IMIIV Ii 7. n Q➢9GY u1 IW..
.. 1111 ... ... a -Em.
N6 T nh x. A I rf I ttr�, J
_,.. �. _,,,�_� ..... .... .., .... .,,,. y... ...._... .,.... ....
hWALI+ fPl!".1f l
a 5 I H u ...... n„ma.I r 1 sum fl: �,. _ _ ....... . .. _ .
rxrraa �. � �... � w,�,ua w ra nM1lmmlwu.rmw,uraGrn
2Iwurl mmm%mrm l SVA�n+�vo uv Ppv.'s p " 0{I"eh 10 NWI'WVI IkB b.a°rX pS d
....., AMY 1'uS.Md�m/ITi 1M.i
,a a ««d w{Wwra w
luw VOIA,
_ ..
rkr q w u ao�ma sty G r rwd=1°yxs° ,:N G I a Iwwr. r W ! 9 v na f p M tw'I ��Ya,
aG� (f
9 jcg/-.Loin,
5 " .. . ..._
I I fYtl SPY!-i' rut r r 5" Itl II m Ifl r4 a wt wp ° t IS0,.0wIX btl ti V T" A b fN4M 4 1 A
{{
C flk Ix r G rnd k
Y 7 04 d Mnwtl Y"",w nrdo,cva a,, Irra ._ .lOVB r,I
I dC I I.fM 15 II 7'.an5 h M W a ct Y h M1
r
�Ib dual kpw # mwlM V7 fPopere,rr M.wwn.0 mmrls§aw IhIIST'
..,...,.�f MYn.'nnfw.",oav I M'rpuxl r ... _ ..... @x,4JWU`AMV ri 0 7S9%. II hA A
...,. M d M' E
....
I P6 I M ro IluYd m d 0 C. h bi I
10 tN
r
c;uirrr
OF
FORT WORTH WATER 4'EPAR'PMENd'p"S
STANDARD PRODUCTS LJST'
41MIF'+'✓M .t._.. .. .._.. ... �
I AAMI I "M-,?b Pak 141"Yd V"epvn X L M Fi ll:wml 1qt I"A^8 rM+wwwv ., •.... ._. 4.JYNY P uo 12x.
lVU`2!I N ... 18 91 f PAw'd IId Yb4 IIr^n ., ,=➢6xnv 11➢eu Vi!mn f°vvv8uu oa ... p r m�,lb .. ..._.,
Ow (nlwl
w� F. _ rurolru wvm'i, fl r I,�aruXV�p I ..........._ .w...... ...... .--
_ w�,nnnlorra� rr�
( - A
/FII�'9
%VUN'm dwu nq£P Iln Pr;°,m.C.mu CMIR VMdme % I w bveou"r V r IWI 8t 6'N "8 mu MA Y Ibp d,u 1148 .....
,...
Nff f9 J4A'ffi VR9 k4G 4MX N,,1 NA4'. 1^rett4 .A dLAP Itl......4.G.�"'^ .. .... yvOaIY nBm a1 Fh'
_..� lI dwtl d wall ...1"§ .. lyyy Gflryn Ftlltl 7 110 A'bTMIIXN _ iW Kx Aapr
k 4Y f.id 1 IJ f t ,.. ......In
._,. { .�.... , 2 .1= ... ......... u0.,p PwWAVdM(Rr �V& ...._.w...... WV"w.P''f�'unl+�
w r A ¢f ar 111—12
�. M. W x .A w9mv�ovpn,Ay A,YiAr➢rVA W .....
nrr I� J 1)17N
1 Ir "" I" o Pu IPw lay n5v`n',a yr¢ryr�n a Iv
+a^ �.... ... .
y �Fi duA le��TW,aF,T.9A Ia Ar 5l s ^e 1 rrao
uvr�, ,2 � W1a
v
n
/k 61`aA 1'f 1 5 II I
(PNYpq tlO PIT V q Vwn C"'!A qSO SV 1AYC I7 BIN�8 ,4 h IPo'
W, IPVry wrur �I M wnFlvl e. oA4Ih94XfIB6 ...�._ f 1 V.
✓ ,.11 w 717 p .A AN➢w_ ..— GroRNwY
I I°.S IV4°&�.'e�"'n."0 V mi 4 4 ImpVr, f ... fl VMG IA tltlF04 .
1W ll�w1 !1111 ;Aa .� MP oaBl 1 n a� rtnTU � ..
... 41Wb PoR it dF lw..N..I. o.. _ . ... 'dWreW F�o, ...
J tie I$� y .,_ P f.
fMV I I p I I 2 pW f fiamn I t ��... !12.x4! w IIbkL X vd 8 F P. .... !q°311ht VO4 ._.. m
S u t ... , K wu4 I r� b tlm 13.4wOP
JfV(tl 0 manm?Vtiwall IW 4 A QT pve I V I vp k K Y� X a 0
1717P N 9 l(14P N
Cl—d P0 W p'F Y 4 rm �^ a A,4 PVY G AI W 0.m
4II y °_M0 ✓V'S I M4 1,96M.bTI P✓Nl bik" .
M i Vv7 q ff A fY
I 7 I y
Y Fnd
I x I
ix 111,14 I D,',
17"!M1 ip Wft bAw,�n A 49 f
c
„PAY Wi
a r erex/B R.n e 4rrunaw .k�F �
........... F � q,wad�m 1 uu^ Wam.O lh 1A {AVm A"v1 Po01'� 11R Wv lw"
v 0 IAA
fd d✓ w+a OPo h&Ibrv^fl 1 moanm Crow,!! 1 V ll8uvn f8 14Mp. ,.M A 5'au,,, I rp+e' S W X I1 i
'M A FV4WD= V" 11 HG nww ...
NB k OPkY
A Ili F41 q u 9EgCe�.tl7u, "A y . �.. _
....,..... __.. a IP V 10 1 G4 I1 5 bH mw Pw m Y Y 2ro d "M — 1� I� I,"*A IOII VIv� AMwa/ .
fmm I I Ew d
l'
,
. .. ..._ _ ..... ._. .., ._.. ..., .�
M d 9A m ER 1 u 7 V 1... .. ... ASI M 11 l!d .... ....,.._.
anramc, a""'di2 wv I,.. F""nov rur d ATK lao rk1u .
n r i.....ue uvl,,a�ni I,.nm,1 nonro�r.vnl .�.. X�FI. . ... .. . .... ..... ....
_,,,_,� 2 VV 7e I I! a 4 G wmV 4 v ..
.. .. ,".m r u^M,_.... A YMI Yrre
�D'LIR,-h . l) rely v
, Y
Aw r��a w�11:o-op. �fl I I �. "...1 Im��I^, so�,� ft✓ �h��I�19
EMI �a % 7r,.
rTVas W�p wy nor V X1l uunlammo'I da w1uF° vmTX 11aF°
mw
vBPyxAnpNo.,rnVm° = .,._,_,........ .............. .................Ib'p=py.V_ =d. 4..y.... rv... ...,.,.I MIWfmAdwv uq ..lk'W 7'MRO X9�IS:M,h.l^tla7 1141 ux llR vdv'�mmarca
Ahfl ym VClb{ µ p 1 7 0rcXfl V PRIM Clip,4 UmW naA AV2, dl A .
lea r 0 as ... M O a u I I^u W l w
alamroq,w;w _ r £I .repo 95 a rh vu I m a r2 ,.'Wmm ��p4 �nAv
m4, ,4
Y➢VV#Ak ltlbw•1 4Narouti C 2 Wvwm to d r,xnp 4'v a8wcd A A X I w M V
Iha.MI Fd
. a Vuu Nawraa4 q Ai—d wfl Y ._..... tl ISpawf. NP dfl AYp
d
r c w". 1A,wmcmma .° ,IRro 1 Ac ow .._.. _...,
J mom'uPauwa'r � tia..cea6 " �.
Yn � ,P,A'M'mA v G�'m dlt ^am I Y
p y Av dm A a I r �Ax w e r II A'�w wamwmv
m a w h yr A w rva Awwu am A 4 i�,I��.dmw,A .1 alr wlx ow- f:.w.
ua�ta ta; , . .... _.. ...... _ ,. ......._�
Itl egv"4"S �..... ...... �W7 .. 2 "�". .. m I 4 hIYYVVMM „ t k IfV➢lR ...
t 1/Id 11 T C�i.van V..pp'h M I .X I la, U M ! 17' IV1 aV
WATER
A'A
�r p�
m A ua am a X,v�ma� s „ vv 4 l M M o e vq n
,A Al,n , «1,P mn ha^ 1P aV a^s
. n m
A.A r M
__......
„..
�M✓a v " � and 1, NP�.➢d k_gSB�M ��Vl .. w o 1 v 4 W ra I w a A I I DO
v tco I X k.Ng M R x ,ron➢I au fwflza AWWA NO
,.
t ITV° �PAnc:V V V m IMt II A Pau F
,haw d 1 u I uG 2m
1 1YT MB S 4Ilr�va2A .. IM Ni A C° I Ilu II1 1Y M nwnm 7 1 rVU "911
vA1AIl&NA 1,1ud� "....111.1 ... {�. hR £ '... Y„pmnv iti7J 114�Si kpuml� "• A'!A�Po'14W .... d tl .
°o2lil '#wmn.an4 Ilan Avi'",;r ST ... d
!&14 km I ➢Y 112v IA A'. Y Gt8 Fold X,fVn 4 V1 71m,Nm tP VI µ 5 1111, MJf Yd VId I.IV d J VY
IIS Y+&SM I I24 M” J 0 1 lS- pM",Oii 1 II
VI k p IV w Iil fad 1 1,,M,4 N'W b'WJ qtd"L"I ry9 � J 1X J .
II IMG'wa0 I1rkT H7bua'ArV I 94" rtm jp LT INxAAI v I IVA&1G ,xmdC glvuk� Fl."A N4Ar11fl IIPli -0 Y IP
IWK.i16TNm MI IdFF IW£ uvmll vua ll mY�e9 au,Imno awl Vb=., ._ + .. ,..I,YI"mlm Ar .y Im1Pmv4mdf klWmt,hwxn rwlP XAxrrl&meauunmrr V WLWVI,^d 111 "AI11£aal.T ....... �I,UWA .....,LIMA aAa17 ab 1
1 fG 1 Mewl V] Ik ➢ 0 A
..;N
..,.. .... . A .. _ .. ..,
40 wmd Wm—(iR, nruu lnm{,XY.AJIM l.sm
.........
.. ... M Iron .. " ,.u4 Ih Il I., :. " ,( 'n:,luxe✓� .n„ .., A bi. �. ..... J
t ....... .. 1111 ......._. ,..,. .... ..,,,,.,_,,,,,,... � .... ...., ... ..,.
_• .......,.,. ......... 1.111,, .,. ..,.,,.
.. ....
r n II w W warcr £y luY ll 17 W1 p¢v7n Ir
Y MNVA'= .._ AY�k m.Adt k'v Y d Jmlrfl., .. 4 AXPlm xVp v{PLIW+M1✓ .. hVh'W✓7 VdM N1P tl M•...
bw 971IIb Iw G w v.w.9 r 1 indw.v a uaot wl 4wnrom P vummmm Y Y r 16A otl h
Ppw
INI vN 2i 4 6M1NV�Pb0 h X.... hI Y
= YAA A dO AW..W...A�C 9i r h t ..__ b rah n a lr l V
._ 11 11 AI v lwr Www n
wP 1.wi. SN .u m A
w,
CITY
OF
FORT tlA84'RTH WATER DEPAR'TAM<GNrS
STANDARD PRODUCTS LOST
tl.V 9—A.
ftlf F F f A �0. {IamN tiw.a wag t u 'wV a I � rnmda W 11"
G.I dYU IIR A V rvuep mbwb Owe MAW,Mf
hl ka5 Ilk awm audr m ✓4'a NA lu c w ..... .. N IT
vV;4..YVJ _ I WJwwN auuuVm"llWvw ........ IreuaVCmvts ...� �� tiuV labod 17 Iw°
_wram Aabfa,owY..._....... ... nuwwrF ... ._....
IIB y rt PJ F pwe
Ip AWWACfl dN uKG
1 05 0. I 1-,
r J p 7 Ale.
IVi 99,Ay& 11
Fl-26 R '.`.— e51 r9V➢Obl mar9^V 4A&M�W,,614 ,•. a Y rVF urvr.
1 A4.I14 .
YI InY.p .I am 17 Ld d
Z Par tY AI u 0 f'R
_....__ v O w I I If X K 9 1 1$
d& 1 00 ^ 1 e !a nN rMw K}
W.91'; bm nu RV
dti°k W;A„
.. .....__ AID nP Flr ANWr upav 1,
159+Y%flN'k 18 O V IV 'All l�d � t l I t I s .,
I
....7b IF
I''��P��TT ai a om fli, �iw'�I a..�..,�',., lip �w v F�a.�>; . .. .. _,..... Ann w u ana.
h 1.'.Itl pY IrGw.wv F u 0 18 01 t11� I
,l v wa l r k o flk uuwn,u§. pawa puwu.l w r^ wwWaw,v Nary
Yawmwrv.v�._ .N.91.�.a." si..._ YUw.untaN naW vwrs�, �... wut w.!vl�ns N wlw t+ f kkwG if a r Ylnv�.lrt v �e ,......... ..^'n wr ur�m„Y Wau ._..... d`n YCuada _,
Vii AIA YMV yuY q; ti'wv 1 rW muara 9°Iwa .J luo!M'mt.0 hm anlak ad 3 awn
rrr 2 yke
t{
P fV 1 •nwYd li u9 C....... '�--- IWznw,fkwh,n,l,kw IS.aMrvp l)rneazn�lwslaN'Alftrbm AUwY ....... ,�WW'N�AU 02 ....
r Fu ��
...N '.u1 aw ok.Mrr MI m a F 9Wr
fVW.A V,Bb 1.7 �IIR+,+low v M 1 IIM d�!wmC _. X,rl A d;+ .. N MvrNnXllk IWtl fl QP..
Y 'h { NF MOM 4WWdW@ u
bl rLb 17 YN Mma IF 0G Y G W vv
& ntta9 IT@✓4§tib.dN rhW115 Poti"a AM"hY
_. F bw h V p Yd IT WdP7W Nq"F1f A'W WA'A a:4!V
annWrneui 3In¢Xu, Tp E 102
nor nlpyl V e Uem ^M I fs%Ifs 1uwflJKld lV
uM'A!Y d M mM1Snl ..... ...............
!40 INriWy Nr r+I XT I2 4C d ���� M Ifl Yk F Yt y AWAIAYA A
I
._
I d.
r Inv oRw.l.ur fy _.... t l a I " {alcule
a z +m
AI HT Vp...ql Ftivld� aw
VwY r' A4aW AAlWP1A r,auDd __.
Frw �
o't u Na Tu arFla+ r�VrW w„w1
.,.
"Al bYLa'W9'1p.9 I,I INhP, 1196 1 II$ax e Iwwf lnrr+Mw. MandlWx.lrnw ^A4 I!;p Ilw ) Ilyd I.lanwa,M 9y.t
09.I9@
_ Uw Yl"P hd u 1 V 0.VF. yp {s wuGflO
uW 7;p 'Vfl ...1',IrwuY bm 4V Un•.. tP l^.vn PsN 4h'wn _. 61; &y M..t%.Pvra ..,� iMelrrSr"Yx bLV NM1vv P l i .. ... dRMI 1„d bq, T AA A k gym,
.. IX fiv AIado-160 NU0 WdV M nyl
Y1➢prtPF Cv.1a 4'�uwlga9r b BUwldlrt non^IO b iar 4W,"oN9 R@ Pot MSu dug moll x WPY ntlE IITab 1lNUB yyY &1 hPdWA. y Sr dp¢ IT"
rc"6 wtl N Oayu4aw
T". _..
era kw TX 11A 9.2 i ¢ Mme..... u, Ar ....... ......_.�.,,.._. UX&dtl v lr,. ......._ a• •I�m+1 wWa9iXw rN wW'wWm a�.m,;,.m f. .N o w
1 �
...�5.r9.A 'r wkww, wa, Aww a j... E. aawTac l�y�rwyww m,�l� AIMNA ut, ..... v a,W�ro U.01al.,,
L. .,,,. _ui r I, _ ..
�... { 1 ,�., 1 . I .
, C A I
h 1 W r f l 4 N .. h
a 1 d r I. „ Al,e� sae m 111r. ...
Ir I
l7 f N rawnw.�Pds_ ... ...... ._..... ..
l I I
Mad
TX II IyPJ, Dwmi Mv¢ww%morp VWa IRmumm WAY NIIidM'rr!bet ! r k u, mlxr 'A bIHM?. J d Y ro
'�`W a Vm�Po F I .�... t V ID Y Qawl nh.MMAwdte Y."N4 Y,V.,kwmm I i 4
..... �.. ..
f a p°�a 111fi
faV IW II
4 5 4l wwp 4 P Vdv fl
4 I Ma 0 Auw wMtl Yr 4W Y w4 A't Vh.w U .l"W
Yyw•Vwaa did a rao
r'umuw
aauRe �,our,�,ywxw'ym,,mmu.P,aw,.maWuuw"" .uul,�rva CuTu"Iro-,.�Vre.w4wal.,y iv �weevrer vw V<.wullwa�rwul nvwrw,Rq Taan o-�.ul—�a�.an YMfm""T're""F�'nwfi4fi'ouw"7ma^�'v��w %w.w&ny� C"�aan mrou±d!wroo�g 6uux+anattmvon aP�sm Y�mq-�.n� ".."F'Ynw,n Twa.4waw.a%.....
bprvNe:vtlouw,rmamry Pw arrye"aplm ywmnPmv^Ww.xow anv°flw.uftmb ww axw..r¢cV aNw u:e a e9rcreo Y:umvurm f1 ranmmw xus,upax ruvmu�wmwnu uY uVw.C w.Owaannwl Awcn p ua�mawa vBB vrwvrvra4a rGee fcwv W4'os kx Vv- LHI S11. i'imwv mwm.wwd d,IYuon W Wwm9 WW ,II W,ip.1,11e4wewma'w
Aaowmnmww0.R"rwrwWlvuuua I..uu¢mewR wppymm.�J sP'uMm:ulmwar.Ml n.pa enAu um rnfV Iw:lawuWm w.w allow rmy w�vwro n�.ti I.ae'@ autivu¢uroaV nAq ,d"re um v 4om.Rlh.ra i nx be epx�wuC'�u 1 abws�,weweuu velum p'�uan WbuwChi W'Yl,mume I.RV.pvwa w,w.A a Wtlw wmapm d'd'ysmmeRKw.m:'unnry wrc ow timm',I,w I"wa VM'rtWM tNlaaw.m
1.WAFmc waww.,bl d dl nr3wrP f mt ^^I'
_..............
.I.__._.. ,.. .. .., ..,.. ......_...... .. .. ....... ...
p.... ..._....
Water and Sewer Parts
June 13, 2006
Water
Tapping Sleeve
4 inch and larger Smith Blair 622 epoxy coated
Service Lines
'/a and I inch Smith Blair 315 series or Ford FC 101 Series
A Tapered Thread
Tapping Saddles
2 inch Smith Blair 317 Series or Ford FC 202 Series
AWWA Tapered Thread
Fire Hydrants M 129 New Style MJ x Flange (Ductile Iron Body)
Retaining Glands Star Grip (Mega Lugs are also approved)
PVC
4-inch Series 3500 PVC Grip w/accessories PVC PK04
6-inch Series 3500 PVC Grip w/accessories PVC PK06
8-inch Series 3500 PVC Grip w/accessories PVC PK08
10-inch Series 3500 PVC Grip w/accessories PVC PO 10
12-inch Series 3500 PVC Grip w/accessories PVC PK012
Ductile or Cast Iron
4-inch Series 3000 PVC Grip w/accessories SGDPPK04
6-inch Series 3000 PVC Grip w/accessories SGDPPK06
8-inch Series 3000 PVC Grip w/accessories SGDPPK08
10-inch Series 3000 PVC Grip w/accessories SGDPPKO 10
12-inch Series 3000 PVC Grip w/accessories SGDPPK012
Valves M&H Resilient Seat— left open, extensions required for any valves
deeper than 3' 6"to 4'
Valve Boxes Tyler(6850 Series) & Lids 145325
Curb Stops
% inch Ford B 11-333 WR Iron Pipe x Iron Pipe Threads
I inch Ford B I 1-444WR Iron Pipe x Iron Pipe Threads
2 inch Ford B I 1-777WR Iron Pipe x Iron Pipe Threads
Use curb stop for 1/4 to 2 inch meters with locking mechanism and compression fitting.
Use resilient seat valve for 3-inch and larger meters.
Corporation Stops
3/4 inch Ford F-I 0003G
I inch Ford F-10004G
2 inch Ford F-10007G
Meter Coupling (between curb stop and water meter)
3/4 inch Ford C38-23-2
I inch Ford C38-44-2.625
2 inch Ford Flange only
Meters
% - 2 inch Master Meter
4-inch and larger Rockwall Compound
Meter Boxes
Single DFW Plastic DFW 37CSBSM with solid black lid
Double DFW Plastic DFW 38CSBSM with solid black lid
2-inch meters DFW Plastic DFW 65CSBSM with solid black lid
Service Lines
Single family 3/4 inch diameter, Type K, Class I annealed copper water tubing
conforming to ASTM Designation B 88
Two family I inch diameter, Type K, Class I annealed copper water tubing
conforming to ASTM Designation B 88
Mains
6-12 inch DR 18 PVC AWWA C-900, class 150
Ductile Iron AWWA C-100, class 51
Sanitary Sewer
Tapping Saddles
6-12 inch NDS-4TC Rubber Flex Saddle T's
T-Wyes
6-12 inch SDR 35 gasketed only
Services
4-6 inch Sch 40 PVC (white only)
SDR 21 Class 200
Mains
Depths up to 10 feet SDR-35
Depths between 10 and 20 feet SDR-26
Depths greater than 20 feet C-900, DR-18
Cleanout is required between the property line and back of curb. The building official may also
require a cleanout near the structure.
Double sweep cleanout
Jones Steven S25-400 4-inch Pop Up Relief Cap