HomeMy WebLinkAboutContract 46462 (2)�o� s�c�t� ��c�2
������r ���
_ ;,
y:� "".
c,nr s �� ,�,���.
orth Central Tcxas
�•� ��i��a�overnments
FORT�ORTH
CQNTRACTpR�g 8�1��NG C`��, a PROJE FOR ANUAL
CONSTRUCTION'S COPlI �'HE CONSTRUCTiON OF
CLIENT DEPARTMEN7' SOUTH MAIN STREET
(Vickery Blvd. to Magnolia Ave.)
Prepared for
The City of Fort Worth
And
for� Wor�h Sou�h, Inc.
2014
� DIJNAWA�►
City Project No. #02113
Water Project No. P-265-608140211383
Sewei• Project No. P-275-708130211383
D.O.E. NO. 7158, FIL� NO. K-2294 X-22529
Betsy Price
Mayor
David Cooke
City Manager
�lndrew T. Cronberg, P.E.
Interiin Director, Water Departinent
Douglas W. Wiersig, P.E.
Director, Transportation and Public Worlcs Department
Richard Zavala
Director, Parks and Community Services
DUNAWAY ASSOCIATES, L.P. (TX REG. F-1 I 14)
550 Bailey Avenue, Suite 400 Fl. Worth, TX 76107
OfCce: 817-335-1 l21 / Fax: 8 i 7-429-1370 / www.dunaway-as
D�maway Job No. B000417.003 �
RECE��L � ��� 2 71d15
1� GOUNTJ,
, ,`�, �
��..
� ���, -��,�, �
�,
H ''Si , ,�%
��*
<
.--
____�-
=-- �
�F�I�oAI. iBECORD
�9�°� �EC6iETAR1f
�'. VY�RT�, TX
�v.z��, ►
SECTION 00 00 00
TAI3LE OF CONTENTS
Division 00 - Genei�a[ Conclitions
00 OS 10 Mayor and Cat�ucil Commuuication
00 OS 15 Addeiida
00 I 1 13 Invitatiov to Bidders
00 21 13 Insfructions to Biddecs
00 3S 13 Conflict of Iuterest Affidavit
00 41 00 Bid Form
00 42 43 Pro�osal Foi•m Uiiit Price
00 43 13 Bid Bond
00 43 37 Vendor ComE3liai�ce to State T a�v Noncesident Bidder
00 45 11 Bidders Pcequaiifications
00 45 12 Prequalification Statement
00 45 I3 Bidder Prequ�lification Application
00 45 26 Co�tt��actor Co�nplia�ice �vitli Woc•kers' Compensatioit Law
00 45 40 Mi�toi•ity Bnsiiiess Enterprise Goal
00 S2 G3 Agreemeut
00 6I 13 Performance Bond
00 6I 14 Payiuent Bo�id
00 G I 19 Maitttenance Bond
00 GI 25 Certificate of Iusuc�attee
00 72 00 General Couditions
00 73 00 Supplementaiy Conditious
Divisian O1- General Requirements
�l 11 QO SummaiyaiWa•k
O1 25 00 Substitt�tion Procedures
O1 31 19 Precoiistruction Meetiu�
O1 31 20 Pi•oject Meefi��gs
O1 32 1& Const�•uction Progress Schedule
O1 32 33 Pcecoustruction Video
01 33 00 Sttbmittals
01 35 13 Special Project Pt•ocedures
O1 4S 23 Testiiig and Inspection Services
O] 50 00 Tempor�►y F'lcilities and Controls
Q1 55 2G Street Use Permit and Modifications to T►�ffic Control
01 S7 13 Storm W�ter Polhition Prevention Plati
O1 58 13 Tet�lporaiy Project Siguage
O1 GO 04 Producf Require���ents
O1 6& 00 Product Storlge and Handlin� Requiremei�ts
O1 '10 QO Mobilizatiott aud Reiuobilization
Ol 74 23 C(aatiii�g
O1 77 19 Closeout Requi�•ements
OI 78 23 Operation aud R�aiiiteitat�ce Data
O1 78 39 Pcaject Recocd Documents
Adopted September 201 i
000000-2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Pagc 2 of 5
Division 99 — Special Provisions
Pre —Bid Items
Additional Specifications
Additional modiiications to general & supplementary conditions and modifications to general
requirements
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
O1 71 23 Construction Staking and Survey
02 41 13 Selective Site Demolition
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
33 12 10 Water Services 1-inch to 2-inch
33 12 20 Resilient Seated Gate Valve
34 41 10 Traffic Signals
34 71 13 Traffic Control
Technical Speci�cations listed below are included for this Project by reference and can be
viewed/downloaded from the City's Buzzsaw site at:
htps://proj ectpoint. buzzsaw. com/client/fortworthgov/Resources/02%20-
%20Construction%20Documents/Specifications
Division 02 - Existing Conditions
02 41 13 Selective Site Demolition
02 41 14 Utility Removal/Abandonment
02 41 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
26 OS 00 Common Work Results for Electrical
26 OS 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 OS 43 Underground Ducts and Raceways for Electrical Systems
Division 31 - Earthwork
31 10 00 Site Clearing
31 23 16 Unclassified Excavation
31 23 23 Borrow
��z`Z4 nn �.�.�..,.,v.,,o.,.�
31 25 00 Erosion and Sediment Control
� i �� nn �..�.:,,.,�
�Z�
�� � n,����P
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 02113
Rcviscd Novcmbcr 22, 20I3
000000-3
STANDARD CONS'PRUCI'fON SPLCll�iCATtON DOCUMENTS
Page 3 of 5
llivisioii 32 - �xteria�• Impi•oveme��ts
32 O1 17 Par�na�ient Aspl�alt Paving Repair
32 O1 18 Teuiporai�y As�lia(t P�viug Re�air
32 O1 29 Co�icrete Paving Rep�ir
32 11 23 Flesible Base Co�u�ses
32 11 29 Liute Treated Base Courses
32 11 33 Cement Treated Base Catnses
32 12 16 Asphalt Paving
32 12 73 Asphalt Paving Crack Seala►►ts
32 13 13 Co��crete Pavi�lg
32 13 20 Concrete Side�valks, Di•iva�vays and Barrier Free Ramps
32 13 73 Concrete Paving Joint Seat�nts
32 14 I6 Brick Unit Faving
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 I� 23 Pavemeut Markings
32 17 25 Cu��b Address Faintiiig
32 31 13 Chain Fences and Gates
32 31 26 Wice rences �nd Gates
32 31 29 Wood Fences �nd Gates
3��� �� �,,..� :, nt,,,,o r�.,.,,...��� n.,�.,:,.;.,n � T�...�;;�
32 91 19 Topsoil Plaeemeut �nd Fiuisliiug of Park�vays
32 92 13 Hydro-Mtrlci�ing, Seeding, aud Soddin�
32 93 43 Tcees and St�rubs
Division 33 - Ufilities
33 Ol 30 Se�ver and Mauhole Testing
33 Ol 31 Closed Circuit Television {CCTV) Inspection
33 03 10 Bypass Puuiping of Existing Se`vec• Systems
33 04 10 Joint Bonding and Electrical Isolation
33 04 I 1 Co►•rosioii Contcol Test Stations
33 04 12 Magnesium Anode Cathodic Protection System
33 04 30 Tempocaiy Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 SO Cleaning of Se�ver Mains
33 OS 10 Utility Trenah Excavation, Embechue►�t, and Backfill
33 OS 12 Watei• Line Lo�veeiug
33 05 13 Frame, Cover nnd Gi�ade Riugs
33 OS 14 Adjusting Mlnitoles, I�ilats, V�lve Bo�es, and Uther Strttctures to G►•ade
33 05 16 Concrete W1ter Vaults
33 OS 17 Conereie Collars
33-(�-',.�-9 n,.,��.. n,,.r�,�,
���-� � ��:el--b�ar-�late
33 05 22 Steel Casing Pipe
�3 8� �3------�u�.�����._�_�==*:g
33 05 2Q I�lstallatio�i of Carrier Pipe in Casing or Tuuiiel Linei• Plaie
33 OS 26 Utility Mai•kei•s/Locators
33 05 30 Location of Existing Utilities
33 11 OS Bolts, Nuts, a�id Gaskets
33 11 10 Dnetile Irou Pipe
33 11 I 1 Ductile Irou Fittiugs
CITY OF PO[2'1' WOR'CH
5'1'ANDARD CONSTRUCTION SPECIFICAT[ON DOCUMEtJTS
Rcviscd I�o�•cn�bcr 22, 2013
South Main Street
City Projccl No. 02113
00 00 00 - a
S'1'ANDARD CONSTRUCTION SPEGFICATIQI�2 DOCUMENTS
Page 4 of 5
33 11 12 Polyvi��yl Chloride (PVC) Pressure Aipe
33 11 13 Concrete Pressure Pipe, Bar-Wra�ped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittiiigs
33 12 10 Water Se►�vices 1-ineh to 2-inch
33 12 11 Large Wate�� Meters
33 12 20 Resilieclt Seated Gate Valve
33 12 21 AWWA Rubber-Seated IIuttecfly Valves
33 12 25 Cot�nectian to Existi�ig Water Maius
33 12 30 Combination Air Valve Assemblies for Pot�ble Waeec Systeu�s
33 12 40 Fire Hydcauts
33 12 50 Water Sample Stations
33 12 64 Standai•d Blo�v-off V�Ive Assembly
33 3I I2 Cured iu Place Pipe (CIPP)
33 3 I 13 Fiberglass Reiufocced Pipe for Gravity Sai�ita►y Se�ve�•s
33 31 I S High Deusity Yolyethyleue (HDPE) Pipe far Satiita►y Se�ver
33 31 20 Polyvinyl Chloride (PVC} Gravity Sanita�y Sewer Pipe
33 31 21 Polyvinyl Cliloride (PVC} Closed Profle Gr�vity Sanitaiy Sewer Pipe
33 31 22 Sanitary Se�ver Slip Liuing
33 31 23 Sanitaiy Se�ver Pipe Enlargeme�ii
33 31 50 S�nitary Se�ve�• Service Comiections and Sei•vice Liiie
33 31 70 Combination Air Valve for Sanitat�y Sewec Farce Maiiis
33 39 10 C�st-in-Place Conerete Manholes
33 39 20 Precast Concrete Manlioles
33 39 30 Fiberglass Manholes
33 39 40 Waste�vater Access Cfia►iiber (WAC)
33 39 60 Epoxy Liners for Sanitacy Se�ver Sti•uctures
33 41 10 Rei�tforced Ca�tci•ete Stot•m Se�ve�• Pipe/Cuh�e�rts
a� 4� �� TZ-ZT���3--�� ,.,:�., n,.�..,,«i,..i�..., rur�n�t p� .e-#�el�et+t�Btit+t�
33 4G 00 Subdcainage
33 4G O1 Slotteci Stocm D►�aius
33 46 42 Ti•enct� Drait�s
33 �9 10 Cast-in-Ptace Manholes and Jituctioii Boxes
33 �9 20 Curb �nd Drop Inlets
����i���
Divisiou 34 - TY�ai�sportatio�t
3� 41 10 Traffic Sig�lals
34 41 I l Temp�rary Tcaffic Signals
34 41 13 Removing Tf•af�c Sigilals
34 41 1 S Rectangaiar Rapid Flashing Beacoii
34 41 IG Pedest�•ian Hybi•id Signal
34 41 20 Road�vay Illuini�iatioii Assemblies
34 4i 30 Ahu�iinum Signs
34 71 13 Traf�c Contcol
GITY OF C'OR'P tiYORTH Souti� A4ain Slreet
S'I'ANUARD CONSTRUCTION Sk'LCll'ICATION DOCUMGN"PS Cily Project No. 02113
Revised Novembcr 22, 2013 , •
000000-s
STANDARD CONS'I'RUCP[ON SPBCIFICAT[01�! DOCUMENTS
Page 5 of 5
Appentiix
�r 4,�1�-- �h •� �.•���,. �T a,.
-��i�v�,-�.��r,.�--�,��r��
GC-4.02 S�ibstu'face and Pliysical Co�iditions
GG4.04 Uuder�round Facilities
C�r 4.-w --��r•i �����e�ta4-Ce�}c�f�ie�-a�-�ite
GC-bAfi.D Minority and Women O�vned Busitiess Enter�rise ComE�liance
GC-6.07 Wage Rates
GG6,09 Periiiits and iJtilities
GG6,24 Nondisccimination
GR-Ol GO 00 Product Reqiiieements
�ND OF SECTION
CITY OP FOR'1' 11'OEtTH South Main Strect
STATVDARD CONSTRUC'f'lON SPGCIfICAT10N ROCUivfF.NTS Ciq� Project No, 021 l3
Revised Not�em�er 22, 2013
000510-1
MAYOR ANb COUNCIt, COMMUN1CATlON (MRC)
Page 1 of f
I
2
3
4
5
6
7
8
9
10
Il
12
13
14
lS
IG
17
18
19
20
21
22
s�cTzort o0 os �o
MAYOR AND COUNCIL COMMUNICATION (M&C)
�ND OF S�CTION,
CITY OF FORT �VQR7'H
S'CANDARb CONSTRUCTION SPECIFICAT[QP! DOCUMEtJTS
Itevised July l, 2011
South ivinin SiRet
City Project No. 02l I3
M&C Review
� � ;� �
Page 1 of 3
Official site of the Ciry of Fort Worth, Texas
FORT �'�t�RTE�{
��
COUNCIL ACTION: Approved on 2/10/2015 - Ordinance Nos. 21640-02-2015 & 21641-02-2015
REFERENCE 06SOUTH MAIN COMPLETE
DATE: 2/10/2015 N� : C-27184 LOG NAME: STREETS CONSTRUCTION
CONTRACT
CODE: C TYPE: NON- PUBLIC NO
CONSENT HEARING:
SUBJECT: Authorize Execution of a Contract with JLB Contracting, LLC, in the Amount of
$7,848,346.56 for the Construction of the South Main Urban Village Complete Streets
Project from Vickery Boulevard to Magnolia Avenue, Provide for Additional Expenditures
for Project Costs and Contingencies for a Project Total of $8,664,458.39, Authorize
Renewal of an Interlocal Agreement with Tarrant County for a Portion of the Construction
Costs in the Amount of $740,000.00 and Adopt Appropriation Ordinances (COUNCIL
DISTRICTS 8 and 9)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $2,773,248.45 from the Water and Sewer Fund in the Amount of $1,556,509.31
to the Water Capital Projects Fund and $1,216,739.14 to the Sewer Capital Projects Fund;
2. Authorize the renewal of the Interlocal Agreement with Tarrant County, City Secretary Contract No.
46368 for the South Main Urban Village Sustainable Development Project construction project in the
amount of $740,000.00;
3. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the
Water Capital Projects Fund in the amount of $1,556,509.31 and in the Sewer Capital Projects Fund in the
amount of $1,216,739.14; and
4. Authorize execution of a contract with JLB Contracting, LLC, in the amount of $ 7,848,347.56 for the
construction of the South Main Urban Village Complete Streets Project from Vickery Boulevard to Magnolia
Avenue.
DISCUSSION:
On September 15, 2009, (M&C G-16700) the City Council authorized the nomination of the South Main
Urban Village Complete Streets Project for award under the 2009/10 North Central Texas Council of
Governments (NCTCOG) Sustainable Development Program. The project was subsequently selected by
the Regional Transportation Council, a subgroup of NCTCOG, to receive a grant of $3,000,000.00.
On November 12, 2013, (M&C C-26562) the City Council authorized the execution of a MOU with
NCTCOG, Tarrant County, and TIF No. 4 that detailed funding participation in the amounts $3,000,000.00
(as described above), $740,000.00 (County) and $2,750,000.00 (TIF No. 4). Mayor and Council
Communication (M&C C-26562) also authorized the Interlocal Agreement with Tarrant County regarding its
financial participation.
The South Main Urban Village Complete Streets Project will construct streetscape and infrastructure
improvements along South Main Street from Vickery Boulevard to Magnolia Avenue which encompasses
the South Main Urban Village. Streetscape improvements include wide sidewalks, tree welis, pedestrian
lighting, recessed on-street parking with bulb-outs to define pedestrian crossings, and replacement of
existing bike lanes. Infrastructure improvements include full roadway reconstruction, water and sewer
upgrades (to replace aging facilities and provide additional capacity to accommodate anticipated
development), and upgraded storm drainage facilities.
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=1... 2/17/2015
M&C Review
The project is funded as follows:
Pag e 2 of 3
Fundin Source Amount
Water Ca ital Pro�ects Fund $1,497,009.31
Sewer Ca ital Pro'ects Fund $1,170,739.14
Stormwater Ca ital Pro'ects Fund $150,000.00
RTC/NCTCOG RTR Sustainable Develo ment Funds $3,000,000.00
TIF No. 4 Local Match to RTC/NCTCOG Funds $750,000.00
TIF No. 4 Additional Funds $1,250,000.00
Tarrant County 2006 Bond Pro ram 740 000.00
Total $8,664,458.45
Antici ated Ex enditures Amount
Construction Contract $7,848,347.56
Construction Services (Inspections and Soil/Material $489,614.62
Testin
Contin encies $326,496.21
Total $8,664,458.39
The project was advertised in the Fort Worth Star-Teleqram on October 23, 2014 and October 30, 2014 and
the following bids were opened on November 20, 2014:
Bidder Name Totai Base Accepted Additive Aiternative Bid otal Acce ted
Bid Totals (No. 1 and 3) Bid
JLB Contractin , LLC $7,673,622.76 $174,724.80 $7,848,347.56
McClendon Construction �g 590,676.92 $144,749.60 $8,735,426.52
Com an Inc.
Jackson Construction, LTD $9,019,729.35 $154,860.00 $9,174,589.35
The Fain Grou , Inc. $8,063,212.25 $128,160.00 $8,191,372.25
M/WBE Office - JLB Contracting, LLC, is in compliance with the City's Business Diversity Ordinance by
committing to 15 percent MBE participation on the base bid plus identified alternates. The City's MBE goal on
this project is 15 percent.
The estimated impact to the Parks and Community Services Department annual operating budget will be
$51,500.00 for landscape/irrigation/park maintenance and $5,244.00 for forestry maintenance for a total in
the amount of $56,744.00.
The contingency for possible change orders is $326,496.21 (available in remaining C291 funds). Funding in
the amount of $489,614.62 is included for construction inspection and soil and material testing.
This project was previously advertised in May 2014, but all bids were rejected as they exceeded the projecYs
budget at the time (M&C C-27091).
This project is located in COUNCIL DISTRICTS 8 and 9, Mapsco 77E and 77J.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above recommendations
and adoption of the attached appropriation ordinances, funds will be available in the current capital budgets,
as appropriated, of the Water Capital Projects Fund, Sewer Capital Projects Fund, Grants Capital Projects
Fund, Stormwater Capital Projects Bond Fund. The Fiscal Year 2015 Water and Sewer operating budget
includes appropriations of $51,724,257.00 for the purpose of providing pay-as-you-go funding for capital
projects. The amount transferred year to date is $21,794,945.00 in the Water and Sewer operating budget.
http://apps.cfwnet.org/council_pacl<et/mc_review.asp?ID=1... 2/17/2015
M&C Review Page 3 of 3
TO Fund/Account/Centers
1 &�
P253 476045 6081402113ZZ
1 &3�
P258 476045 7081302113ZZ
1 &3�
P253 476045 6082302113ZZ
1�
P253 476045 6082302113ZZ
3)P253 531200 608140211352
3) P253 531350 608140211352
3)P253 511010 608140211380
3)P253 511010 208230211380
3) P253 541200 608140211383
3)P253 531200 608140211384
3)P253 531350 608140211384
3) P253 531350 208280211385
3)P253 531350 608140211385
3)P253 531350 608140211394
3)P253 531350 608140211392
3)P253 511010 608140211393
3) P258 531200 708130211352
3)P258 531350 708130211352
3) P258 511010 708130211380
3)P258 541200 708130211383
3) P258 531200 708130211384
3)P258 531350 708130211384
3) P258 531350 708130211385
3) P258 531350 708130211392
3)P258 511010 708130211393
3)P258 531350 708130211394
$1 273,722.12
$1,216,739.14
$35,130.54
$247,656.65
FROM Fund/AccountlCenters
1)PE45 538040 0609020
1) PE45 538040 0709020
4)P253 541200 608140211383
4) C291 541200 608140211383
4�P258 541200 708130211383
4) G R74 541200 006302597830
4)P227 541200 208190211383
4)C291 541200 208230211383
$1,556,509.31
$1,216,739.14
$1,214,222.12
$282,787.19
$1,170,739.14
$3,750,000.00
$150,000.00
$1,280,599.11
1 000.00
9 000.00
4 000.00
$35,130.54
$1,214,222.12
2 000.00
9 000.00
$247,656.65
$30,000.00
1 500.00
1 500.00
1 500.00
500.00
7 000.00
3 000.00
$1,170,739.14
1 500.00
7 000.00
$24,000.00
1 000.00
1 000.00
1 000.00
Submitted for City Manager's Office bv:
Originating Department Head:
Additional Information Contact:
Fernando Costa (6122)
Randle Harwood (6101)
Doug Rademaker (3731)
Arty Wheaton-Rodriguez (7373)
ATTACHMENTS
06SOUTH MAIN COMPLETE STREETS CONSTRUCTION CONTRACT P253 A015.docx
06SOUTH MAIN COMPLETE STREETS CONSTRUCTION CONTRACT P258 A015.docx
South Main Construction Contract area map.pdf
http://apps.cfiwnet.org/council_packet/mc_review.asp?ID=1... 2/17/2015
000sis-i
At)DENDA
Pngc } of 1
I
2
3
4
5
6
7
$
9
10
11
12
13
14
1S
l6
1'7
18
19
20
21
22
23
SECTION 00 OS 15
ADDENDA
�ND OI+' S�CTION
CITY OC I�OR'I' 1VORTH
STANDARD CONSTRUCTION SPF.CIPICATION DOCUMENTS
Revised 7uly 1, 2011
South Main Street
City Projecl No. 02113
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
SOUTH MAIN STRE�T
WATER, SEWER, PAVING, DRAINAGE, TRAFFIC SIGNAL & LIGHTING IMPROVEMENTS
(Vickery Blvd to Magnolia Ave.)
D.O.E. NO. 7158
CITY PROJECT NO. 02113
ADDENDUM RELEASE DATE: November 11, 2014
BID OPENING DATE: November 20, 2014
INFORMATION TO BIDDERS:
The Specifications and Contract Documents for the above referenced project are hereby revised and
amended as follows:
1. A pre-bid meeting was held on 11/OS/2014 and the following items were discussed:
a. Patrick Buckley with City of Fort Worth Transportation and Public Works
department gave a briefing on the project.
b. Atmos is currently working on the second phase of gas utility relocations.
Phase I— Magnolia Ave. to Annie St. (Completed July 9, 2014).
Phase II — Annie St. to Vickery Blvd. (Expected completion December 15, 2014).
c. Fort Worth South, Inc. will help coordinate with citizens and businesses throughout
the project corridor, but especially with the businesses located between Vickery Blvd.
to Broadway Ave. and the Vandervoorts Dairy entrance at Terrell Ave.
d. Trench grates/covers will be provided by the City of Fort Worth for improvements
� between Rosedale to Magtiolia.
� e. Sign-in sheet from the pre�bid rneeting is included with this addendum.
f. An exhibit showing changes to base-bid from Rosedale to Magnolia is included with
this addendum and has been posted to Buzzsaw.
2. The following items are RFIs that came up during bidding and the responses given:
a. Q: What is the time restriction for tapping the Water Main at Vickery Blvd?
A: Refer to sheet 3B of ths plan set for Water line shutdown and sequencing notes.
b. Q: VJhat is the traf#ic contt•ol plan for this project?
A: Traffic detour plans are provided on sheets 139�145 by the engineer as a general
guide. Contractor is to provide necessary traffic control plans per spec 34 71 13.
c. Q: Are there existing railroad ri•acks/ties below the surface?
A: There are no railroad tracks or ties anticipated to be found within the exca�ation
limits of this project.
SOUTH MAIN STREET
ADDENDUM #1
d. Q: Quantity for 3-inch asphalt milling is larger than anticipated?
A: Quantity for 3-inch asphalt milling was reduced to equal the square yards of
milled asphalt from Magnolia to Rosedale.
e. Q: Is the contractor responsible for salvaging brick pavers after removal?
' A: No, salvaging of the brick pavers is not required. Contractor is responsible for
' hauling off and disposal of the brick pa�ers.
f. Q: What is the construction schedule for completion of Victory Hospital at 600 South
Main Street?
A: Anticipated completion date is August 1, 2015. Contractor is responsible to
complete all of the South Main Street improvements except landscape from Leuda St.
to Tucker Ave. by August l, 2015.
3. SECTION 00 42 43 Bid Form PAVING Bid Item 9999.0006 Colored, Stamped, and
Chenticullv Staifred Concrete Pavrtt� unit and quatttitv is revised frotn 10,696 SF to I,I88
SY.
4. SECTION 00 42 43 Bid Form PAVING Bid Itent 0241.1507 3" Asvlaalt Surface Millin�
qr�antitv is revised from 24,928 SYto 3,588 SY.
5. SECTION 00 42 43 Bid Form LANDSCAPING Bid Itent 9999.0004 Site Ficrnisltin;�s is
removed from the nroiect.
6. SECTION 00 42 43 Bid Form LANDSCAPING Bid Item 9999.OD04 Bicvcle rack 6 EA is
added to the project.
7. SECTION 00 42 43 Bid Form LANDSCAPING Bid Item 9999.0009 Beszches 5 EA is added
to tlie nroiect.
8. Replace entire proposal section with the version enclosed herein. (Revised excel spreadsheet
has been posted to Buzzsaw)
9. Replace entire special provisions section 99 99 00 with the version enclosed herein.
10. Replace Spec 02 41 13 with the version enclosed herein.
Please acknowledge receipt of the Addendum in the following locations:
(1) In the space provided below
(2) In the amended Proposal
(3) Indicate in upper case letters on the outside of the sealed bid envelope:
"RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1"
Failure to acknowledge the r•eceipt of Addendum No. 1 could cause the subject bidder to be considered
"NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed
into the proposal at the time of bid submittal.
Addendum No. 1
RECEIPT ACKNOWLEDGED:
SOUTH MAIN STREET
ADDENDUM #1
By: �-- �� .�
�
Title: � rL . � • �P .
Addendum No. 1
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 2
SOUTH MAIN STREET
WATER, SEWER, PAVING, DRAINAGE, TRAFFIC SIGNAL & LIGHTING IMPROVEMENTS
(Vickery Blvd to Magnolia Ave.)
D.O.E, NO. 7158
CITY PROJECT NO. 02113
ADDENDUM RELEASE DATE: November 17, 2014
BID OPENING DATE: November 20, 2014
INFORMATION TO BIDDERS:
The Specifications and Contract Documents for the above referenced project are hereby revised and
amended as follows:
1. The following items are RFIs that came up during bidding and the responses given:
� a. Q: Clarify quantity for Irrinet controllers and ARAD flow meters?
' A: Two Irrinet Controllers and three ARAD flow meters (one controller at
i Pennsylvania and one at Magnolia and one flow meter for each water meter).
� b. Q: Clarify Underdrain pipe material?
' - A: Use 4" Pipe Underdrain Type 5 for subdrain system on the project.
Use perforated pipe in areas to be dxained and non-perforated pipe between the
perforated pipe and the outfall.
c. Q: Clarification of Alternates 1�5?
A: For Alternate 1�4, refer to Finish Schedule on plan sheets 147�151 and detail
sheets 152�156. For Alternate 5, refer to sheet 164.
2. Replace entire proposal section with the version enclosed herein. (Revised excel spreadsheet
has been posted to Buzzsaw)
3. SECTION 00 42 43 Bid Foirn PAVING Bid Itenz 3216.DI02 T' Con� Curb mzd Gutter
quantitv is reviserlfrom 6D5 LF to i,340 LF.
4. SECTION 00 42 43 Bid Form LANDSCAPE Bid Item 3346.00014" Pipe U►zderdrain, Tvve
I is revised to Bid Item 3346.0005 4" Pine Underdr�ain. Tvve 5.
5. Replace all plan sheets referenced below with the revised version enclosed herein.
6. Sheet 153 (STREETSCAPE DETAILS 1) of the construction drawings is hereby revised to
show Base Bid Detail and cross section Al .
7. Sheet 154 (STREETSCAPE DETAILS 2) of the construction drawings is hereby revised to
show Alternate 3.
SOUTH MAIN STREET
ADDENDUM #2
Please acknowledge receipt of the Addendum in the following locations:
(1) In the space provided below
(2) In the amended Proposal
(3) Indicate in upper case letters on the outside of the sealed bid envelope:
"I2ECEIVED & ACKNOWLEDGED ADDENDUM N0.1"
Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered
"NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed
into the proposal at the time of bid submittaL
RECEIPT ACKNOWLEDGED:
By: G�-,.-,^' ,� -
G
Title: � � . �'. P.
Addendum No. 2
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON 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 lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State 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 box in Section B.
A. Nonresident bidders in the State of :�t�te �€er� c�r"�Ca�ik',, our principal place of business,
are required to be °lo H�re ` percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of ;�iat� W�re ar Bi�i�}: , our principal place of business,
are not required to underbid resident bidders.
_. .
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. [�
I �3177�7�1
��� cor���c�iN�, ��c
By: ���� G- �w��t���
Company
Address
Signature: ��o ./J �i�--S�-?S'-
F'.0. BOX 24139 Title: ��- �. i'.
City/State/Zip '
Date: / 1 � zv �/ ��
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20� 10627
South Main Street
City Project No. 02113
Revised South Main Re-Bid Add 2 Proposai Workbook
0011 l3-I
INVITATION TO BIDDERS
Pagc 1 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of South Main Street (Vickery Blvd. to Magnolia Ave.), City
Project No. 02113 will be received by the City of Fort Worth Purchasing Office:
City of Fort Worth
Purchasing Division
1000 Throckmorton Street
Fort Worth, Texas 76102
Until 1:30 P.M. CST, T{:ursday, November 20, 2014, 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:
110 LF 42" RCP, Class III
1,595 LF 30" RCP, Class III
305 LF 24" RCP, Class III
531 LF 21" RCP, Class III
69 LF 5'x3' RCB
286 LF 5'x2' RCB
2 EA '7' Junction Box
6 EA 4' Junction Box
1 EA 20' Inlets
28 EA 10' Inlets
18,756 SY 8" Conc. Pavement
80,582 SF 4" Conc. Sidewalk
4,521 LF 16" Water Pipe
1,043 LF 12" Water Pipe
19 EA 16" Gate Valve (Direct Bury)
22 EA 12" Gate Valve
900 LF 18" Sanitary Sewer
491 LF 12" Sanitary Sewer
152 LF 10" Sanitary Sewer
4,060 LF 8" Sanitary Sewer
36 EA 4' Manhole
1 LS Landscaping and Irrigation
This project was originally advertised on May 8, 2014 and sealed bids were opened on June 19,
2014. All bids were rejected from the original bid opening. The project is being rebid due to
changes in scope necessary to meet the goals and objectives of the City of Fort Worth and Fort
Worth South, Inc. Several items were removed from the project to establish a base bid which are
reflected in the plans and specifications provided with the bid package.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised July 1, 20l 1
South Main Strcet
City Project No. 02113
0011 13-2
INVITATION TO BIDDERS
Pagc 2 of 3
1 Base Bid — Reduced concrete section for traffic lanes to eight inch and seven inch for parking
2 lanes. Full pavement replacement of South Main Street from Rosedale to Magnolia has been
3 removed (added concrete improvements on east and west side of South Main) and included
4 permanent utility trench repair and surface repair to existing asphalt pavement for this section of
5 the project. Other items that are part of the base bid: reduced the amount of Structural Soil,
6 provided stamped concrete crosswalks, and allow asphalt millings for temporary repairs of utility
7 trenches.
8
9 There are a series of additive alternates included in this bid. A brief description of each is as
10 follows:
11 Additive Alternate # 1— Install one half (1' �") of the brick paver band (Finish B) behind the
12 curb from Vickery Blvd. to Magnolia Ave.
13 Additive Alternate # 2— In Lieu of the stamped concrete crosswalks at the intersections indicated
14 in the plans and replace with brick pavers (Finish C).
15 Additive Alternate # 3— Install the other half (1'-4"; 2'-8" total width) of the brick paver band
16 (Finish B) behind the curb from Vickery Blvd, to Magnolia Ave.
17 Additive Alternate # 4— Install brick pavers (Finish D) in the intersection of South Main Street
18 and E. Dagget Ave., W. Broadway Ave., and Pennsylvania Ave.
19 Additive Alternate # 5—Install a band of brick pavers (Finish D) around the planter beds.
20
21
22
23
24
25
26
PREQUALIFICATION
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 13 — INSTRUCTIONS TO BIDDERS.
27 Bidders will also be subject to provide their proposed team members and their proposed
28 subcontractors with a list of past similar landscape and streetscape enhancement projects of all
29 members. See section 00 21 13 — INSTRUCTIONS TO BIDDERS of the contract documents for
30 details.
31
32 DOCUMENT EXAMINATION AND PROCUREMENTS
33
34 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
35 of Fort Worth's Purchasing Division website at http://www.fortworth o�.org/purchasin�/ and
36 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The
37 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or
38 suppliers.
39 Copies of the Bidding and Contract Documents may be purchased from DiJNAWAY
40 ASSOCIATES, which is located at: 550 Bailey Avenue Suite 400, Fort Worth, Texas 76107.
41
42 The cost of Bidding and Contract Documents is:
43 Set of Bidding and Contract Documents with full size drawings: $320.00
44 Set of Bidding and Contract Documents with half size drawings: $160.00
45
46 PREBID CONFERENCE
47 A prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO
48 BIDDERS at the following location, date, and time:
49 DATE: Wednesday, November S`�', 2014
50 TIME: 10: 00 AM
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENT
Reviscd July 1, 2011
South Main Strcct
City Project No. 02113
U
001113-3
INVITATION TO BIDDERS
Pagc 3 of 3
J
�
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
K�a
PLACE: City of Fort Worth — PMO Conference Room (255A)
LOCATION: 1000 Throckmorton Street, Fort Worth, Texas 76102
CITY'S RIGHT TO ACCEPT OR REJ�CT BIDS
City reserves the right to waive irregularities and to accept or reject bids.
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from NCTCOG, TIF # 4, the City of Fort Worth, and Tarrant County.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Patrick Buckley, P.E., Transportation and Public Works
Email: Patrick.Buckley�a�fortworthtexas. _o�v
Phone: (817) 392-2443
Fax: (817) 392- 2483
AND/OR
Attn: Jeff Davis, P.E., Dunaway Associates, L.P.
Email: JDavis@dunaway-assoc.com
Phone: (817) 335-1121
ADVERTISEMENT DATES
Thursday, October 23 2014
Thursday, October 30, 2014
Bidders will also be subject to a streetscape pre-qualifcation submittal to bid on this project. See
section 00 21 13 — INSTRUCTIONS TO BIDDERS of the contract documents for details.
Bidders shall provide a list of all team members and subcontractors with a list of past similar
landscape and streetscape enhancement projects of these team members.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised July l, 20ll
South Main Strect
City Project No. 02113
00 21 I3 - 1
INSTRUCTIONS TO BIDDERS
Pagc 1 of 9
SECTION 00 21 13
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
INSTRUCTIONS TO BIDDERS
l. De�ned Terms
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, iirm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. All Bidders and their subcontractors are required to be prequalifed for the work types
requiring prequalification at the time of bidding. Bids received from contractors who are
not prequalified (even if inadvertently opened) shall not be considered.
3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within
seven (7) calendar days prior to Bid opening, the documentation identified in Section 00
45 11, BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequaliiication should be addressed to
the City contact as provided in Paragraph 6.1.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Dcccmber 20, 2012
South Main Street
City Project No. 021( 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
002113-2
INSTRUCT[ONS TO BIDDERS
Page 2 of 9
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low
bidder(s) for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule,
to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. Streetscape
At the time of bid opening, contractor shall provide a list of all team members and sub-
contractors with a list of past similar landscape and streetscape enhancement projects of those
team members. City will review all teams and will select a contractor based on a composite
score of the bid price (60%) and team (contractor and sub-contractors) project experience
(40%). Project experience will be evaluated and ranked accordingly by a committee
established by the City.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder shall:
4.1.1. Examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site conditions that may affect cost, progress, performance or furnishing of the
Work.
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78
Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations,
Department of Transportation, Subtitle A, Office of the Secretary, Part 21,
Nondiscrimination in Federally-assisted programs of the Department of
Transportation issued pursuant to such Act, hereby notifes all bidders that it will
affirmatively insure that in any contract entered into pursuant to this advertisement,
minority business enterprises will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of
race, color, or national origin in consideration of award.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Reviscd December 20, 2012
South Main Street
City Project No. 02113
0021 13-3
INSTRUCTIONS TO BIDDERS
Pagc 3 of 9
1 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or
2 contiguous to the Site and all drawings of physical conditions relating to existing
3 surface or subsurface structures at the Site (not including Subsurface Underground
4 Engineering) that have been identified in the Contract Documents as containing
5 reliable "technical data" and (ii) reports and drawings of Hazardous Environmental
6 Conditions, if any, at the Site that have been identified in the Contract Documents
' 7 as containing reliable "technical data."
8
' 9 4.1.6. Be advised that the Contract Documents on iile with the City shall constitute all of
' 10 the information which the City will furnish. All additional infarmation and data
11 which the City will supply after promulgation of the formal Contract Documents
12 shall be issued in the form of written addenda and shall become part of the Contract
13 Documents just as though such addenda were actually written into the original
14 Contract Documents. No information given by the City other than that contained in
I S the Contract Documents and officially promulgated addenda thereto, shall be
16 binding upon the City.
17
18 4.1.7. Perform independent research, investigations, tests, borings, and such other means
19 as may be necessary to gain a complete knowledge, of the conditions which will be
20 encountered during the construction of the project. On request, City may provide
21 each Bidder access to the site to 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 4.1.8. 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 information
28 required to make a proposal. Bidders shall rely exclusively and solely upon their
29 own estimates, investigation, research, tests, explorations, and other data which are
30 necessary for full and complete information upon which the proposal is to be based.
31 It is understood that the submission of a proposal 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 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
38 between the Contract Documents and such other related documents. The Contractor
39 shall not take advantage of any gross error or omission in the Contract Documents,
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 of:
44
45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
46 the site which have been utilized by City in preparation of the Contract Documents.
47 The logs of Soil Borings, if any, on the plans are for general information only.
48 Neither the City nor the Engineer guarantee that the data shown is representative of
49 conditions which actually exist.
50
CITY OF FORT WORTH Soudt Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Reviscd December 20, 2012
00 21 13 - 4
INSTRUCTIONS TO BIDDERS
Page 4 of 9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02, of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
43. The submission of a Bid will constitute an incontrovertible representation by Bidder (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Worlc is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractar. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
proj ect.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised Dccember 20, 2012
South Main Strect
City Project No. 02113
00 21 13 - 5
INSTRUCTIONS TO BIDDERS
Pagc S of 9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions
received after this day may not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Address questions to:
City of Fort Worth
1000 Throckmorton Street
Fort Worth, TX 76102
Attn: Patrick Buckley, P.E., Transportation and Public Works
Fax: (817) 372-6543
Email: Patrick.Buckley�a�fortworthtexas.gov
Phone: (817) 392-2443
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications may be posted via Buzzsaw at
https://projectpoint.buzzsaw.com/fortworthgov
6.4. A prebid conference may be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five
(5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting
the requirements of Paragraphs 5.01 of the General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcviscd Dccembcr 20, 2012
South Main Street
City Project No. 02113
002113-6
INSTRUCT[ONS TO BIDDERS
Page 6 of 9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award
have been satisfied. If the Successful Bidder fails to execute and deliver the complete
Agreement within 10 days after the Notice of Award, City may consider Bidder to be in
default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited.
Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
other Bidders whom City believes to have a reasonable chance of receiving the award
will be retained by City until final contract execution.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
12-2011 (as amended), the City has goals for the participation of minority business
and/or small business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The Bidder shall submit the MBE and
SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor
Waiver Form and/or Good Faith Effort Form with documentation and/or Joint
Venture Form as appropriate. The Forms including documentation must be received
by the City no later than 5:00 P.M. CST, five (5) City business days after the bid
opening date. The Bidder shall obtain a receipt from the City as evidence the
documentation was received. Failure to comply shall render the bid as non-
responsrve.
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents; additional copies may be
obtained from the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Decembcr 20, 2012
South Main Strect
City Projcct No. 02113
00 21 13 - 7
INSTRUCTIONS TO BIDDERS
Page 7 of 9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
signed in ink. Erasures or alterations shall be initialed in ink by the person signing
the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit
price item listed therein. In the case of optional alternatives, the words "No Bid,"
"No Change," or "Not Applicable" may be entered. Bidder shall state the prices,
written in ink in both words and numerals, for which the Bidder proposes to do the
work contemplated or furnish materials required. All prices shall be written legibly.
In case of discrepancy between price in written words and the price in written
numerals, the price in written words shall govern.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the offcial address of the firm shall be shown.
12.6.
12.7.
12.8.
12.9.
Bids by individuals shall show the Bidder's name and official address.
Bids by joint ventures shall be executed by each joint venturer in the manner
indicated on the Bid Form. The official address of the joint venture shall be shown.
All names shall be typed or printed in ink below the signature.
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope,
marked with the City Project Number, Project title, the name and address of Bidder, and
accompanied by the Bid security and other required documents. If the Bid is sent through the
mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope
with the notation "BID ENCLOSED" on the face of it.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Rcvised Decembcr 20, 2012
South Main Street
City Project No. 02113
002113-8
INSTRUCTIONS TO BIDDGRS
Pagc 8 of 9
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
14. Modification and Withdrawal of Bids
14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be
withdrawn prior to the time set for bid opening. A request for withdrawal must be
made in writing by an appropriate document duly executed in the manner that a Bid
must be executed and delivered to the place where Bids are to be submitted at any
time prior to the opening of Bids. After all Bids not requested for withdrawal are
opened and publicly read aloud, the Bids for which a withdrawal request has been
properly filed may, at the option of the City, be returned unopened.
14.2. Bidders may modify their Bid by electronic communication at any time prior to the
time set for the closing of Bid receipt.
15. Opening of Bids
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of the amounts of the base Bids and major alternates (if any) will be made available
to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for the time period specifed for Notice of Award
and execution and delivery of a complete Agreement by Successful Bidder. City may, at
City's sole discretion, release any Bid and nullify the Bid security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves tbe right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive ar the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by City. City also reserves
the right to waive informalities not involving price, contract time or changes in the
Work with the Successful Bidder. Discrepancies between the multiplication of units
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or ali bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other ar be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised Dccember 20, 2012
South Main Strcet
City Projcct No. 02113
002113-9
INSTRUCT[ONS TO BIDDERS
Pagc 9 of 9
1
2
3
4
5
6
7
8
9
10
il
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and
other persons and organizations proposed for those portions of the Work as to which
the identity of Subcontractors, Suppliers, and other persons and organizations must
be submitted as provided in the Contract Documents or upon the request of the City.
City also may consider the operating costs, maintenance requirements, performance
data and guarantees of major items of materials and equipment proposed for
incorporation in the Work when such data is required to be submitted prior to the
Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and fnancial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
the City.
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the
required number of unsigned counterparts of the Agreement. Within 14 days thereafter
Contractor shall sign and deliver the required number of counterparts of the Agreement to
City with the required Bonds, Certificates of Insurance, and all other required documentation.
City shall thereafter deliver one fully signed counterpart to Contractor.
END OF S�CTION
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Decembcr 20, 2012
South Main Street
City Project No. 02113
003513
BID FORM
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST AFFIDAVIT
Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also
referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the
attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS
Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City
Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also
be downloaded from the website links provided below.
http.//www.ethics. state.tx. us/forms/CIQ. pdf
http://wwv�. ethics. state.tx. us/forms/CI S. pdf
0
�
0
�
_ �� i
CIQ Form is on file with City Secretary
CiQ Form is being provided to the City Secretary
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
,iLB COI�TRACTtN�, �.lC
gy: .J �-�, �S �. �1�.� � ���
Company
�•ti• �OX24�31 Signature: �.�' � ��—
Address RTH, TX 76124
Title: �� _ Y, p.
City/State/Zip
Date: l/�z����l
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
South Main Street
City Project No. 02113
Revised South Main Re-Bid Add 2 Proposal Workbook
00 41 00
BID FORM
Page i of 3
TO:
The City Manager
clo: The Purchasing Department
1000 Throckmorton Street
City of Fort Worth, Texas 76102
FOR:
City Project No.: 02113
SOUTH MAIN STREET
VICKERY BLVD. TO MAGNOLIA AVE.
Units/Sections: UNIT 1- WATER IMPROVEMENTS
UNIT 2 - SEWER IMPROVEMENTS
UNIT 3- PAVING, DRAINAGE, LIGHTING AND STREETSCAPE IMPROVEMENTS
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, io enter into an Agreement with City in the form included in the
Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the
Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts ali of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS
TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of ail 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.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individuai or ehtity and
is not submitted in conformity with any coilusive 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 or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, coliusive, 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 iikely to influence the
action of a public o�cial in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to
the detriment of City (b) to establish Bid prices at artificiai non-competitive levels, or (c) to deprive City of the
benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement beiween two or more Bidders, with or without the
knowledge of Ciry, a purpose of which is to estabiish Bid prices at artificial, non-competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirectiy, persons or their property to
influence their participation in the bidding process or affect the execution of the Coniract.
SECTION 00 41 00
BID FORM
CITY OF FORT WORTH SouU Main Streei
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
� Form Revised 20120327 Revised Soufh Main Re-Bltl Add 2 Proposat WorkUooK
00 41 00
BID FORM
Page 2 of 3
3. Prequalification
The Bidder acknowledges that the foliowing work types must be performed only by prequalified contractors and subcontractors:
a. Water Transmission, Urban/Renewal, 30-inches and smalier
b. Sewer Interceptors, Urban/Renewal, 18-inches and smaller
c. Paving Improvements
d. Drainage Improvements
e. Lighting Improvements
f. Streetscape Improvements
4. Time of Compietion
4.1. The Work wili be complete for Final Accepiance within 540 calendar days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the Generai Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to compiete the Work
fand/or achievemeni of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The foliowing documents are attached to and made a part of this Bid:
a. This Bid �orm, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the
General Conditions.
c. Proposai Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional attime of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
`If necessary, CIQ or CIS forms are to be provided directiy to City Secretary
h. Any additlonal documents that may be required by Seciion 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder wiil complete the Work in accordance with the Contract Documents for the following bid amount. In the space
provided below, please enter the total bid amount for this project. Only this figure will be read publiciy by the City at the bid
opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to
verification andlor modification by multipiying the unit bid prices for each pay item by the respective estimated qUantities
shown in this proposal and then totaling ali of the extended amounts.
6.3. Evaluation of Alternate Bid items
Totai Base Bid $7,673,622.76
Additive Altemate #1 $87,362.40
Additive Aitemate #2 $77,230.00
Additive Altemate #3 $87,362.40
Additive Altemate #4 $102,613.33
Additive Altemate #5 $37,200.00
Totai Bid $8,065,390.89
CITY OF FORT WORTH South Main Sireet
STANDP,F2D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02'113
Form Revised 20120327 Revised South Main Re-Bid Add 2 Proposal WorkbooK
00 41 00
BID fORM
Page 3 of 3
7. Bid Submittai
This Bid is submitted on Thursday, November 20, 2014 by the entity named below.
Respectfuliy submitted, Receipt is acknowiedged of the Initial
' / foilowin Addenda:
By: �(��v,�✓ -� �—�`�"�� Addendum No. 1:
(Signature) Addendum No. 2:
Addendum No. 3:
James G Humphrev Addendum No. 4:
(Printed Name)
Title: Sr Vice President
Company: JLB Contracting, LLC
Address: PO Box 24131
Fort Worth, Texas 76124
State of Incorporation: Texas
Email:
Phone: 817-261-2991
END OF SEC710N
Corporate Seal:
��1111111/��
���, G� �N G' <<����i
,`� ,,,A �N����h� �
�`��' • �' '
< . ,
� ��� �Q� 'S E ' i cn =
=m: L� /` `{� Y.: X=
� � �• ��� 7 : �� O.
O
I � � ��, O�
''� ~���s���N� � `�`
,,,�� ��R iiii�4 ``•
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
South Main Sireet
Cify Project No. 02113
Revised South Main Re-Bitl Add 2 Proposal WorkbooK
�
\k:l: i'li)IV IIII J2 J3
1'KUIY/JA�. I�UI2AI
UNI'I' PItIC4' ISII) ilidder's.\pPlicalion
�
1l:1'I'IUIV UU J1 JS
YILUI'UJAI, hU1N1
Url'1' PRICk: ItiII Iliddcr's ApVlicalion
�'
,t:l �,�,N U� JZ 4�
1'ILVI'U1AI. �-VKA7
UNI'I' PltiCh: RID ��id�ler's Applicntion
�
secnun uu az as
r�cuivsn�. ruitm
uNrr ruice, nm iraa�� : nvp���nua��
'fn"I'AI. UII) c%.IIfi5.3Y11.%Y
F.NU OF SF:CI'lON
oa�asu-�
BIDDF.RS PR�QUAI.IFICATIONS
Yage 1 of 3
� s�cTzorr oa as ��
2 �IDDERS PREQUALIFICATIONS
3
4 ].. Sun�maty. All contractors are required to be prequaliited by tiie City p�•ior to st�bmitting
5 bids. To Ue eligible to bid tlie contcactoc must submit Section 00 45 12, Prequfllification
G Statement foi• tlie �vork type(s) listed rvith tl�eir Bid. Any contr•actor or st�bconh•actor wlia is
' 7 not pa•ec�ualified for the work type(s) listed inust saibmit Seetion 00 4S 13, Bidder
8 Pt•ec�ualificatian Application iii aceordeitce �vitll t{ie requicements Uelo�v.
9
10
11
12
13
14
15
IG
17
18
19
20
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
39
The preqaali�catio�i pi•ocess �vill establisli a bid liuiit based on a technica] ev�li�ation aiid
financial analysis of tl�e contracto�', The iuformatiou must be st►binitted severi {7) cfays �rior
to the date of the opening of bids, For example, a contraetor wishing to submit bids on
pcojects to be opened on the 7th of April must file the info�•mafion by the 31st day of March
in order to Uid oi� tliese projects. In orde�• to expedife aud facilitate tl�e approval of a Bidder's
Pi•equali�cetio�i Application, the follo�vii�g must accompany t(ie submissioii.
a. A complete set of aiidited or revie�ved fi�iaticial statetnents.
(1) Classified Balance Sl�eet
(2) Incotjte Statement
(3) Staiement of Cash Flows
(4) Statement of Retained Earnings
(5} Notes to tlie Financial Statements, if any
b. A certified copy of tiie firiT�'s organizatianal doctunents (Coi•parate Chac�ter, Acticles
of Ti�cor��oratio», Articles af Orgauizafioii, Cei�tiiicate of Forii�,atio�i, LLC
Regulations, Cectificaie of Limited Pactnership Agreement).
c. A cai��pleted Bidder Prequalifieation Application.
(1) Tlie fir�li's Texas Taxpayer ldeirtificatian Numbe►• as issued by the TeYas
Co�npteollee of Put�lic Accounts. To obtaiu a Texas Taxpayer ldentification
nutnbct• visit the Te�as Comptroller of Public Accounts online. at the
followi►ig web address ww�v.�vindo�v.siate.tx.us/tax��ermit/ and �Il out the
application to apply foi• your Texas tax 1D.
(2) "I'l�e firm's e-mail addeess ant[ fax nun�ber.
(3) T'l�e firm's DUNS number as issued by Dun & Bradstceet This number
is used by the City for requir•ed reporting on Pedei�al Aid p�•ojects. The DUNS
number may be abtained at �v�vw.dnb.eom.
d, Resumes reflecting the canstructioi� eaperience of the priuciples af the firm for firms
submitting their iuitial pi•equalification. These resumes shou(d iiiclude tha size a�id
scope of the �vork perfoi•�a�ecl.
e. Otiier infoi•�n�tion as req�tested by tlie City.
40 2. Prequalificatio�i Ree�uiremeuts
41 a. Fi»anciai Statenreitts. Fivancial statement suE�missiou musf be p►•ovided in
q2 accordance �vith tlie follo�vi�ig:
43 (1) The City ►•equires that the ot•igiu�l Fin�ncial Statement or a certified copy
44 be submitted for considecation,
Cl"I'Y Ol� FOR'1' RlORTH
STANDARD CONSTRUCTfON SPECIF[CATION DOCUMENTS
Rcviscd Jtily L, 20l I
SouHt D4ain Street
City Project I�o. 021 l3
0045 (1 -2
13lDbGRS PRLQUALIFICA7'IONS
Page 2 of 3
1 (2) To be satisfactoJy, the finaneial stafe�Yie�its ►uust be auclited o►• revie�ved
2 by a�i independent, certiiied public accouuti►tg firm registered and in
3 good stauding in any sfate. Current Tesas statues also renuire that
4 accounting firms performing ludits or revie�vs on busiuess entities within
5 tlie State of Te�+as be propei•ly liceiised or re�is#ered tvitl� the TeYas Stafe
G Boacd of Publ'sc Accouniancy.
'7 (3) Tl�e accow�ting �i•m should staie in flie audit 1•epoi�t or i•evie�v �vliether
8 the co�itractoa� is an i�ldividual, corporatia�, oc• li�nited liability company.
9 (4} Firiancial Stateu�ents �nust be p�•esented i�i U.S. dollars at tl�e carrent rate
10 of exchange of the Balai�ce Sheet date.
1 l (S} The City will not recognize any cei•ti�ed public acconutant as
12 iudependerrt �vl�o is not, i�� fact, independent.
13 (G) Tl�e accountanYs opinion on tlie fin�ncial statements oi the co��tracting
14 company sl�ould state that tlie audit or cevie�v I��s been conducted in
1 S accordance �vith anditing st�ndacds generally accepted i�l the United
1G Stfltes of America. This vnist be stated i�i the aecounting firm's opi��ioti.
I7 It sliould: (1) eapt•ess an u►ic�tialified opiiiion, or {2) expcess a c�i�alified
18 o�sinion on the statements taken as a�vhole.
19 (7) The City reserves the right to require a ne�v statement at any time.
20 (8) The financial stateil�ent ���ust be prepared as of the last day of any month,
21 not more thaii oue year old and must Ue on �le with the City ib mouths
22 thereafter, in accordauee �r�itl� Paragcaph 1.
23 (9) The City �vill deYermine a coiitractor's biddiiig capacity for the pili•poses
24 of a�varding cont�•acts. Bidding capacity is dete�•mitied by n�ultiplying tl�e
25 posifive net �vorking capital (�vorkiug capital = curreut assets — eucreut
26 liabilities) by a factor of 10, Only tl�ose statements reflecting a positive
2'1 net �vorking capital positio�i �vill be considered satisfactoiy for
28 prequalification putposes.
29 (10) In the case that a biciding date falls �viiliin the time a ue�v �nancial
34 statement is being prep�red, tl�e pcevious statement shall be updateci �vith
31 praper veri�cation.
32 b. BicJdei� Pre�It�alifrcation Applicalia�r. A Bidder Prequalification Application must be
33 submitted along rvitli audited o�• i•evie�ved finaiicial stateme�its by firms �visl�ing ta be
34 eligible to bid on all classes of const�•uction aud maiuteuance projeefs. Incomplete
35 Applications �vill be rejected.
3G (1) In tliose schedales �vl�ere there is nothing to repo��t, the nofation of
37 "Noite" or "N/A" should be inserted.
38 (2) A minimtun of five (5) refecences of related tivork must be p�•ovided.
39 (3) Si�bmission of ai� ec�uipment schedule �vf�ich indicates equipment ui�der
40 tl�e control of the Contractar and wllich is related to tf�e fype of wock far
41 �vhich the Contactor is seeking prequ�lifcation. The schedule must
42 include the mant�factucer, modellnd geueral eo�i�u�on desci�iption af
�3 each piece of enui�ment. Abbreviations oc n�eans of describing
��4 equipment otbe�• tE�au provided above �vill uot be accepted.
45
4G 3. �ligibilit,y to Bid
47 a. Tlie City sliall be the sole j�tc�ge as to a co�itraciar's prequalification,
48 b, The City may reject, suspeiid, or �uodify any pi•eqlialification for faih�re by tlie
49 contractor fo demonstrate acceptable finattcial ability or perfot•mance.
SO c. The City will issue a letter as to the status of the pa•ec�uali�cation approval.
CITY OF FOR7' �VORTIi Sotilh Main Slreet
S'CANDAItll CONSTRUCTION SPF.CtFICATION DOCUM6NT5 City Project No. 0?.1 l3
Re��ised July I, 2011
0045 il -3
BIDDERS PRGQUALIFICATIONS
Page 3 of 3
1 d, If a eovtractoi• lias a valid prequalifcation letter, ttie eontractor �vil[ be eligible to bid
2 tite prec�ualified ��rot�k types utitil tlie expii•atio�i date stated in the lettei•.
3
4
5
6
7
8 �ND OF S�CTION
9
C17'Y OI' 1'OIt7' \'1'ORTH South Mai�i Slrcet
STANDARn CONSTRUCTION SPECIFICAT[QN DOCUMCN7'S City Projcct No. 02113
Re��ised July 1, 2Ql I
00 45 12
BID FORM
Page 1 of 1
SECTION 00 45 12
PREQUAUFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Water Transmission,
Urban/Renewal, 30-inches and M-Co Construction, Inc Jun-15
smaller
Sewer Interceptors,
Urban/Renewal, 18-inches and M-Co Construction, inc Jun-15
smaller
Paving Improvements JLB Contracting, LLC Jan-15
Drainage Improvements M-Co Construction, Inc N/A
Lighting improvements Mel's Electric Jul-15
Streetscape Improvements Green Scaping N/A
The undersigned hereby ce�tifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
��
JLB CONTRACTING, LLC
Company
Address
Ciry/State/Zip
Date:
�'.C`9. QG�� 24�3�
FQ�i I��RiH, TX 76 i 2�
Bv: J � � G l-��,.►���, �
Signature: ��' .� ��{-�
Title: �2 , �i� P.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120120
South Main Street
City Project No. 02113
Revised South Main Re-Bid Add 2 Proposal Workbook
004526-1
CONTRACTOR COMPL[ANCE \VITH �VURKGR'S COMPENSA'I'lON LA\V
Page 1 of I
2
3
4
5
G
7
8
9
10
ll
12
13
14
15
16
l7
18
19
20
21
22
23
24
25
26
2'7
28
29
30
31
32
33
34
3S
36
37
38
39
S�CTION 00 45 2G
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATI�N LAW
Pucsuant to Texas I,abot• Code Section 406.09G(a), as ameuded, Contractor certiiies tliat it
provides �vo►�ker's compe�isation insucance covecage foi• all of its employees employed on City
Project No. 02113. Coaitractor fu�•thei• certiiies that, pursuant to Texas Labor Code, Section
406.096(b), �s amended, it �vi I1 provide to City its su6contractor's cei�tificates of cou�pliance with
�vorker's compensatiou coverage.
CONTRACTOR;
JLB CONTRACTIN
Company
Address
LLC By; .J�s �• f�vmt�/�dLG y
(Please Priut)
Signature: � �'s���� � ��-�''`�_..
?.C. ��Y i4 i � �
�0� I WOR�'h;, TX 7G i 2��
City/State/Zip
THE STATE 4F TEXAS §
COUNTY OF TARRANT §
Title; J�Q l�J�
(Please Print)
BEFO ME, tlie un ersigiied authority, on this day personally appeared
/arnG 5�. �v�iPia��' , kno�vn to me to be tE�e pe►•son wliose name is
subsccibed to the foregoiug iustr iment, and ackno�vledged to me that I�e/she e�ecuted the same as
the act a��d deed of fo�• tl�e purposes and
eonsidei•ation tlierein expi•essec ic i i � �iii stnted.
GIVEN�JNDER MY HAND AND SEAL OF OFFICE tl�is /3,rf� day of
_t/p� , zol�
��L� �G�'v!`�'
Notay Public iii atid for the State of Texas
�ND OF SECTION
111111I P�----TJ �
,; �1�PYP��`pi LINDA OLIPHANi
=?� '�"�= Notary Pubtic, State of Texas
Ns• 'y; M�,� C�mmission Expires
�'%%;°;;;��' iYlarch 10, 2017
CITY OF FORT �VORTH
$TANDARD CONSTRUC'fION SPLCIP[CATION DOCUMF.NTS
Revised July I, 2011
Soutl� Main Strcet
City Projcct No. 02113
00 45 40 - 1
MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL
Pagc I of 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
1'1
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
SECTION 00 45 40
MINORITY BUSINESS ENTERPRISE GOAL
APPLICATION OF POLICY
If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal
may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE
subcontracting goal is not 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 apply to this bid.
MBE PROJECT GOAL
The City's MBE goal on this project is 15% of the total bid. Note: If both MBE and SBE
subcontracting goals are established for this project, then an Offeror must submit both a MBE
Utilization Form and a SBE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are
required to comply with the intent of the City's Business Diversity 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. Waiver documentation.
Failure to comply with the City's M/WBE Ordinance shall result in the Bid being considered non-
responsive. Any questions, please contact the M/WBE Office at (817) 392-6104.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the
times allocated, in order for the entire bid to be considered responsive to the specificat
1. Subcontractor Utilization Form, if goal is met
orexceeded:
2. Good Faith Effort and Subcontractor
Utilization Form, if participation is less than
stated goaL•
3. Good Faith Effort and Subcontractor
Utilization Form, if no MBE participation:
4. Prime Contractor Waiver Form, if firm will
perform ali subcontracting/supplier work:
5. Joint Venture Form, if utilizing a joint venture
to meet or exceed eoal.
35 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Reviscd December 20, 2012
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening date.
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening date.
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening date.
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening date.
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening date.
South Main Strcct
City Project No. 02l 13
005243-1
Agreement
Page 1 of 4
SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on February 16�' of 2015 is made by and between the City of
4 Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City
5 Manager, ("City"), and JLB Contracting, LLC, authorized to do business in Texas, acting by and
6 through its duly authorized representative, ("Contractor").
7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1. WORK
10
11
12
13
14
15
16
17
18
19
20
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
South Main Street (Vickery Blvd. to MaQnolia Ave.)
Ci Pro'ect No. 02113
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
21 3:2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 540 days after the date when the
23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
24 3.3 Liquidated damages
25
26
27
28
29
30
31
32
33
34
Contractor recognizes that time is of the essence of this Agreement and that City will
suffer financial loss if the Work is not completed within the times specified in Paragraph
3.2 above, plus any extension thereof allowed in accordance with Article 12 of the
General Conditions. The Contractor also recognizes the delays, expense and difficulties
involved in proving in a legal proceeding the actual loss suffered by the City if the Work
is not completed on time. Accordingly, instead of requiring any such proof, Contractor
agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay
City Sixty hundred fifty Dollars per day for normal inspection, $1,250.00 per day for full-
time inspection for each day that expires after the time specified in Paragraph 3.2 for
Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
South Main Street
City Project No. 02113
1 Article 4. CONTRACT PRICE
00 52 43 - 2
Agreement
Page 2 of 4
2 City agrees to pay Contractor for performance of the Work in accordance with the Contract
3 Documents an amount in current funds of Seven Million, Eight hundred Forty-Ei�ht Thousand
4 Three hundred Fortv-Seven Dollars & Fifty-Six Cents ($7,848,347.56).
5 Article 5. CONTRACT DOCUMENTS
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
6 5.1 CONTENTS:
A. The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance ACORD Form(s)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MWBE Commitment Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described in the Table of
Contents of the ProjecYs Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
South Main Street
City Project No. 02113
00 S2 43 - 3
Agreement
Page 3 of A
Article 6. INDEMNIFICATION
2
3
4
S
6
7
8
9
10
II
12
13
14
15
id
17
18
19
20
2i
22
1.2 Contractor covenauts and agrees fo i��demnify, l�old t�ac�a�aless and defeud, at its own
ex��e�ise, tT►e ciiy, iis officers, sei�vauts aud emE�loyees, from aud against any and all
claims .irising otrt of, ot� atlegecl to arise out of, tlie �voric arid sea^v�ces to be performeti
by fl�e cantractox�, ifs office��s, agents, emplo,yees, slibco��t�•actox�s, licenses oj• iuvitees
under tl�is contract. TI►is iaiden�nificatio�i provision is suecifcally i�ate�idecl to operate
and be effective eve�i if it is altegecl or prove�i that all or• some of ti�e dama�es bei�i�
soughf �vei�e caused, i►x �vl�ole oz• in pari, by auv aet, o►nissio�t o�• xae�li�ence of flie cit��.
Tl�is indenu�ity ��rovisio�i is intenelecl to iuelude, �vithout limitation, inclea��►aity foi•
costs, expenses a�ici legal fees ixicurrecl by tl�e cify iu clefendiug against suclx ctai►t�s a►ici
causes of actions.
6.2 Co��ti•actoi• covenants ancl ag�•ees to i�i<lenu�ify aud hold haruiless, at its o����� expeaise,
tlte city, its ofCice�s, sei�v�uts and empioyees, fi•onx ancl agaiust auy ancl all loss, damage
oi• clestri�cNo�i of property of the city, arisi►�g o«t of, ot• alleged to ai•ise ot�t of, the �vo��lt
aud seiwices to be pe�•%i•inetl b,y fhe contractoi•, its o�'ficers, agents, employees,
subcontractors, liceusees or invitees wider fliis co��t�•act. Tl�is inclenniiiication
�•ovision is s��ecificaltv 'rnteiaded to operate and be effective even if it is afle�ecl ot�
t���oveu that �11 or some o� t[�e clau�ag,es being sought were causecl, in �vl�ole o�• in nart,
�iy anv �ci, omission or ne�li�ence of the city.
Article 7. MISCELLANEOUS
23 7.1 Te�'ms.
2�3 Terms used in this Agreernent �vhich are de�ned in At�ticle 1 ofthe General Conditioi�s will
25 have the i�ieanings indicated in tlae General Conditions.
2G 7.2 Assignme�it of Coiitract,
27 This Agreement, including al1 of the Confract Documeuts may not be assigned by the
28 Coi�tracior �vithout tlie advancecl e:cp�•ess �vritten consent of the City.
29 7.3 Stxccessors aud Assigns.
30 CiYy and Contcaetor each binds itself, its pai�tnecs, successoi•s, assigiis and legal
31 represenfatives to the othec pa��ty hereto; in z•espect eo al( covenauts, ag�•eemeiits and
32 obligations cantained iu the Coutract Docutxlents.
33 7.�1 SevecaUility.
34 Any p►•ovisio�� or pai�t of the Coaitract Doci�ments held to be ulieonstitutioiinl, vaid aa•
35 �uienfoa•ceable by a coui�t of competent jucisdiction shall be deemed stcioken, and all
36 rEtllclltllllg pravisious sliall continue to be valid and binding upon CITY and
37 CONTRACTOR.
38 7.5 Goveening La�v ai�d Vevue.
39 This Agreemeut, including �I1 of the Contract Docwnents is ��erfocmable in the State of
40 TeYas. Venue shall be Tarrani County, 'I'exas, o►� the United States Dist�•ict Coiu•t fo�• the
� t Nocthern District of Te:cas, rort Wocth Division.
CITY OF FORT 1VORTH South Maiu Street
STANDARb CONSTRUCTION SPECIrtCA'1'ION DOCUtitENTS City Project AIo. 02113
Revised December 20, 2012
00 52 43 - 4
Agreement
Pagc 4 of 4
7.6 Othei• Provisians.
2 The Contractor agrees to pay at least ininimum �vage per hoiu• foc all labor as the same is
3 classified, promulgated and sef out by tl�e City, a copy af �vhich is attached hereto and
�4 c»ade a p�►•t hereof tlie sa►ne as if it were copied verbatim }�ereiii.
5 7,7 Authority to Sigu.
6
7
8
9
10
11
12
13
Date 2/2df//
�mCs �. N rh �y/1r
(Printed Nam ,� ` �
�7 ��
Title: J�/Z l�P
Address;
,�
�
�
Kayser,
��. �=,�o� i��i3 i Date: �o - / S'
�l)� �� rl+�{1f?"f'�-I, T`C 76i^�:
City/State/Zip: prov as to Form end Leg�lity:
Date Douglas W. Black
Assistaut City Atto►��iey
14
15
IG
17
18
19
20
21
22
Coutraetor shall attach evidence of authority to sign Agreement, if other than duly
authoi•ized siguatoi�}� of the Contracto�•.
IN WITNESS WHEREOF, City and Contcactor have executed this Agceement in nuiltiple
counterpai-ts.
This Agceement is effective as of the last ciate signed by the Parties (`Bffective Date"},
Coiitcactor: City of Fort Woi�tl�
JLB CONTRACTINGT��r
By: ,j — ,�—_
,/� �'ernando Costa
By: �--�?>>-�-✓ �) �! �--�� ?S�� Assistant City Mauager
��
(Sigi�at�u•e) � �
-- -- __ _- �
aFFIC1A4� ���O�l�,� ��
C14Y �EC6tIE�'A6�5� �'�
�n i���+xi�'wp x�, �
�; _ _
APRROVAL RECOMMENDED:
� �
c 1�--� , l�
Douglas W. iersig, P.E.
DIRECTOR;
Transportation and Public Works Department
CITY OT' I�ORT 1VOR'1'II South Mnin Street
S7'ANDARD CONSTRUCT[ON 3PECIFICATION DOCUhfEN1'S City Projecl No. 07113
Rc��iscd Dcccmbcr 20, 2012
00 61 13 - I
PERFORMANCE BOND
Page 1 of 2
Bond No. 3184315
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
SECTION 00 61 13
PERFORMANCE BOND
THE STAT� OF TEXAS §
§ KNOW ALL BY THES� PRESENTS:
COUNTY OF TARItANT §
That we, JLB Contractin�, LLC , known as "Principal" herein and
Westfield Insurance Company , a corporate surety(sureties, if more than one)
duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or
more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Seven Million, Ei�ht
Hundred Forty-Ei�ht Thousand Three Hundred Forty-Seven Dollars & Fifty-Six Cents
�$7,848,347.56� lawful money of the United States, to be paid in Fort Worth, Tarrant County,
Texas for the payment of which sum well and truly to be made, we bind ourselves; our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
16 WHEREAS, the Principal has entered into a certain written contract with the City
17 awarded the day of FEB 1 O 2015 , 20_, which Contract is hereby referred to
18 and made a part hereof for all purposes as if fully set forth herein, to furnish all materials,
19 equipment labor and other accessories defined by law, in the prosecution of the Work, including
20 any Change Orders, as provided for in said Contract designated as South Main Street �Vickery
21 Blvd. to Ma�nolia Ave.), City Project No. 02113.
22
23
24
25
26
27
28
29
NOW, THEREFORE, the condition of this obligation is such that if the said Principal
shall faithfully perform it obligations under the Contract and shall in all respects duly and
faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
specifications, and contract documents therein referred to, and as well during any period of
extension of the Contract that may be granted on the part of the City, then this obligation shall be
and become null and void, otherwise to remain in full force and effect.
PROVID�D FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
30 Worth Division.
CITY OF FORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Revised July t, 2011
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 2
Bond No. 3184315
1 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 of said statue.
4 IN WITNES5 WH�ItEOF, the Principal and the Surety have SIGNED and SEALED
5 this instrument by duly authorized agents and officers on this the
6 � 20
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
i� _
�u_��' � 6l __—��.
Witness a's�to Surety Elizabeth Gray �'
•. • ; i i
PRINCIPAL:
JLB CONTRACTING. LLC
BY:`-- _�, � ���,� �> f J.—�-��
'—Signature
� � s � ����2� �,e l/�
Name and Title
Address: P.O. Box 24131
Fort Worth. Texas 76124 _
SURETY:
WESTFIELD I�iTSURAN E COMPANY
,
>
BY:
nature =
Kvle W Sweenev Attorney-in-Fact
^ Name and Title
Address: 555 Republic Drive Suite 450
Plano Texas 75074 _
Telephone Number: 972-516-2600
*Note: If signed by an offcer of the Surety Coinpany, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
South Main Street
City Project No. 02113
ATTES : � . �
(Princi al) Secretaiy
00 6l 14 - 1
PAYMENT BOND
Page 1 of 2
Bond No. 3184315
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
THE STAT� OF T�XAS
COUNTY OF TAItRANT
SECTION 00 61 14
PAYMENT BOND
§
§ KNOW ALL BY THES� P12�SENTS:
§
That we, JLB Contractin� LLC , irnown as "Principal" herein,
and Westfield Insurance Company , a corporate surety
(sureties), duly authorized to do business in the State of Texas, known as "Surety" hereiu
(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the
penal sum of Seven Million Eight Hundred Forty-Ei�ht Thousand Three Hundred Fortv-Seven
Dollars & Fifty-Six Cents ($7,848,347.56_), lawful money of the United States, to be paid in Fort
Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and sevei•ally,
firmly by these presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded
18 the day of �rn , n�n�� , 20 , which Contract is hereby referred to and made
19 a part hereof for all purposes as if fully set foi�th 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 South Main Street �Vickery Blvd. to Ma�nolia Ave.) City Project No.
22 02113.
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July l, 201 I
South Main Street
City Project No. 02113
00 61 14 - 2
PAYMENT BOND
Page 2 of 2
Bond No. 3184315
2
3
4
5
6
7
8
9
10
11
12
IN WITN�SS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the day of _ _
20
ATTEST:
ATTEST:
(Surety) Secretary
�z���'�.�
Witness as to Surety Elizabet Gray
FEB 10 2015
PRINCIPAL:
JLB CONTRACTING, LLC
BY: `�- � s-�-�-' ✓� �~�—���-
Sign'a re
�m�S �, h'v� h',�G S��/y�
Name and Title
Address: P.O. Box 24131
Fort Worth,.Texas 76124
SURETY:
WESTFIELD 1NSURANCE COMPANY
BY: �
Si re
Kyle W. Sweeney, Attorney-in-Fact
Name and Title
Address: 555 Republic Drive, Suite 450
Plano, Texas 75074
Telephone Number: 972-516-2600
Note: If signed by an officer of the Surety, there must be on file a certified extract from the
bylaws showing that this person has authority to sign such obligation. If Surety's physical
address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
�ND OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Revised July l, 201 I
South Main Street
City Project No. 02l 13
00 61 19 - I
MAINTENANCE BOND
Page I of 3
Bond No. 3184315
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
SECTION 00 61 19
MAINTENANCE BOND
THE STATE OF T�XAS
COUNTY OF TARRANT
§
§ KNOW ALL BY THESE PRES�NTS:
§
That we JLB Contracting, LLC , known as "Principal" her�ein and
Westfield Insurance Company , a corporate surety (sureties, if more than one)
duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or
more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Seven Million,
Eight Hundred Fortv-Eight Thousand Three Hundred Forty-Seven Dollars & Fifty-Six Cents
�$7,848,347.56) lawful money of the United States, to be paid in Fort Worth, Tarrant County,
Texas, for payment of which sum well and truly be made unto the City and its successors, we
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
frmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded
the day of �� IQ_�_, 20 , which Contract is hereby referi•ed to and a made pai�t
hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and
other accessories as defined by law, in the prosecution of the Work, including any Work resulting
fi•om a duly authorized Change Order (collectively herein, the "Work") as provided for in said
contract and designated as South Main Sh•eet (Vickeiy Blvd. to Magnolia Ave.� Citv Project No.
02113;and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will
remain free from defects in materials or workmanship for and during the period of nvo (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
WHEREAS, Principal binds itself to repair or reconstr•uct the Work in whole or in part
upon receiving notice from the City of the need thereof at any time within the Maintenance
Period.
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Revised July I, 20(1
South Main Street
City Project No. 02113
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
�
00 61 19 - 2
MAINTENANCE BOND
Page 2 of 3
Bond No. 3184315
NOW TH�REFOFZ�, the condition of this obligation is such that if Principal shall
remedy any defective Work, for which timely notice was provided by City, to a completion
satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
full force and effect.
PROVIDED, HOW�VER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to
be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
the Surety under this Maintenance bond; and
PROVID�D FURTH�R, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court fot• the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 201 I
South Main Street
City Project No. 02113
00 61 19 - 3
MAINTENANCE BOND
Page 3 of 3
Bond No. 3184315
1 IN WITN�SS WH�R�OF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the day of
3 , 20
FEB 10 2015
5 PRINCIPAL:
6 JLB CONTRACTING, LLC
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
AT"I'EST:
(Surety) Secretary
,
Witnes s to Surety Elizabeth Gray
BYE � ��-;�, v�,� /� � � --� _��--��
;� ignature
��-r�&s - ��in �f�'C� �� vr'
ame and Title
Address: P.O. Box 24131
Fort Worth, Texas 76124
SURETY:
WESTFIELD U �GE COMPANY
�/
BY: �
natur� { .
Kyle W. Sweeney Attornev-in-Fact
^ Name and Title
Address: 555 Republic Drive, Suite 450
Plano Texas 75074
Telephone Number: 972-516-2600
36
37 *Note: If signed by an officer of the Surety Company, there must be on file a certi�ed extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is differerit from its mailing address, both must be provided.
40 The date of the bond shall not be prior to the date the Contract is awarded.
41
CITY OE FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revised July l, 2011
Soutli Main Street
City Project No. 02113
ATTEST:
. � .
✓
( rinc' al) Secretary
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Westfield Insurance Company's
' and/or Ohio Farmers Insurance Company's
toll-free telephone number for information or to
make a complaint at:
1-800-368-3597
You may also write to Westfield Insurance
Company and/or Ohio Farmers Insurance
Company at:
555 Repubiic Drive, Suite 450
Plano, Texas 75074-8848
You may contact the Texas Department of
Insurance to obtain information on
companies, coverages, rights or complaints
at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: hftp://www.tdi.state.tx.us
E-mail: ConsumerProtection(a�tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should
contact the agent or Wesffield Insurance
Company and/or Ohio Farmers Insurance
Comapny first. If the dispute is not resolved,
you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR
POLIGY: This notice is for information only
and does not become a part or condition of
the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede Ilamar al numero de telefono gratis de
Westfield Insurance Company's / Ohio Farmers
Insurance Company's para informacion o para
someter una queja al:
1-800-368-3597
Usted tambien puede escribir a Westfield Insurance
Company / Ohio Farmers Insurance Company:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
Puede comunicarse con el Departamento de
Seguros de Texas para abtener informacion acerca
de companias, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-maiL ConsumerProtection(a�tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente o
Westfield Insurance Company / Ohio Farmers
Insurance Company primero. Si no se resuelve la
disputa, puede entonces comunicarse con el
departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto.
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BFARING THIS SAME
oOWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOV+/.
POWER NO. 422U052 06
'�enera� Westfield Insurance Go.
Power
>f Attorney Westfteld National Insurance Co.
Ohio Farmers Insurance Co.
CERTIFIED COPY Westfield Center, Ohio
'' Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
I=ARMERS INSURANCE COMPANY, corporations, hereinafter referred to individuaily as a"Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
-:resents make, constitute and appoint
', ''HARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY
''( FORT WORTH and State of TX its true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name,
i',ace and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - •
� IMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
'UARANTEE, OR BANK DEPOSITORY BONDS.
�d 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
'�aal of the applicabie 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 Board of Directors of each of the
WESTFIEID INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
;'e and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the foilowing 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
,�+Pliver, any and ail bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
''�tices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
'ttorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed 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 affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
�Pal shall be vaiid and binding upon the Company with respect to any bond or undertaking to which it is attached "(Each adopted at a meeting
�Id on February 8, 2000).
� In Witness Whereof, WESTFIEID INSURANCE COWIPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
'�.OMPANY 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 : .
Corporate ��•� Uy ""N �
Seais �Q\�s %:��C�p �Lt
Affixed �`v� .��. tpa?
� N' �7'�'s,l�'Y.� � �ro
a w4 ,,
. 'Ji;�''�-e,�'^�°'' � 1r$J
. � ��. ; ��H�`�
5tate of Ohio �`""
ounty of Medina ss :
,,..,..�.,,,,,
�,�`P.��QNAL ��;'�.
=�0 � '`�,G�p s
Nw;. �.71i�. ��m.
�•. •:o;
��'%,. ��k � ..•`'
�
�:, 1B4B ; ;
* � ._'_P _. � 4
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONA� INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
�� ` � '
BY. ,
Richard L. Kinnaicd, Jr., National Surety Leader and
Seniar Executive
On this 20th day of APRI� A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly
sworn, did depose and say, that he resides"In. Medina, Ohio; that he is Senior Executive of WESTFIEID INSURANCE COMPANY, WESTFIELD
NATIONAL INSURANCE COMPANY and OE110 FARMERS INSURANCE COMPANY, the companies described in and which executed the above
,"strument; that he knows the seais of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed
/ order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial . ��N•a«��N�w„4� � •
Seal ,r �\ R1 L t<, '
A�xed ,�P,•������� 'SF :
O, \:....��:9z ..
2.: --'A' ---� r' • ,
�^� .. William J. Kahelin, A rney at Law, Noiary Public
State of Ohio : N +�. ��o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
�uniy of Medina ss.: q �os�,
, �����" �„d,F .`'a�•
1, FI'ank A.. Cat'1'ino, Secretary of WESTFIELD I,NSURANCE COMPANY, WESTFIELD NATIONA� INSURANCE COMPANY and OHIO FARMERS
'�SURANCE COMPANY, do hereby. certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
i�mpanies, which is stili in full force and effect; and furthermore, the resoiutions of the Boards of Directors, set out i� the Power of Attor�ey are
in fuii force and effect.
In Witness Whereof, I have hereunto set my hand a�d affixed the seais of said Compariies at Westfieic! Center, Ohio, this day of
�v,Q' �as� kCst p 'i .
�� ��� �ro�
`�e, �''
�'�jr � .�y� ��.��
M..�.
,,,,,,,,,,�,,,,,,
``O P��(�NA( �tisG� '
` ��: .
;�; SEAL ��Z^:
;�: :'o;
•...* ..• ,,.
-�".«,�"_ '•���.���,,,�,�•
_'POAC2 (combined) (06-Q2)
�
st, 1848 :;
«' .�. '.
FEB 10 2015
/i�``� 1
��r
► sernnar,,
Frank A. �drrina, Se;,retary�
" � �
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WOR7'H
STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS
Revision: Decanber21,2012
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
; Article 1— Definitions and Terminology .......................................................................................................... l
1.01 Defined Terms ............................................................................................................................... l
1.02 Terminology ..................................................................................................................................6
Article2— Preliminary Matters ......................................................................................................................... 7
2.01 Copies of Documents ....................................................................................................................7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Before Starting Construction ........................................................................................................ 8
2.05 Preconstruction Conference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initial Acceptance of Schedules .................................................................................................... 8
Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8
3 .O 1 Intent .............................................................................................................................................. 8
3.02 Reference Standards ...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies ....................................................................................... 9
3.04 Amending and Supplementing Contract Documents .................................................................10
3.05 Reuse of Documents ...................................................................................................................10
3.06 Electronic Data ............................................................................................................................ l 1
Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points ........................................................................................................... l l
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Conditions ..........................................................................................12
4.03 Differing Subsurface or Physical Conditions .............................................................................12
4.04 Underground Facilities ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmental Condition at Site ..............................................................................14
Article 5— Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Performance, Payment, and Maintenance Bonds .......................................................................16
5.03 Certificates of Insurance .............................................................................................................16
5.04 Contractor's Insurance ................................................................................................................18
5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19
Article 6 — Contractor's Responsibilities .....................
6.01 Supervision and Superintendence............
..................................................................................19
..................................................................................19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: December21,2012
6.02 Labor; Working Hours ................................................................................................................20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule ..........................................................................................................................21
6.05 Substitutes and "Or-Equals" ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others ....................................................................24
6.07 Wage Rates ..................................................................................................................................25
6.08 Patent Fees and Royalties ........................................................................................................... 26
6.09 Permits and Utilities ....................................................................................................................27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxes ...........................................................................................................................................28
6.12 Use of Site and Other Areas .......................................................................................................28
6.13 Record Documents ...................................................................................................................... 29
6.14 Safety and Protection .................................................................................................................. 29
6.15 Safety Representative .................................................................................................................. 30
6.16 Hazard Communication Programs ............................................................................................. 30
6.17 Emergencies and/or Rectification ............................................................................................... 30
6.18 Submittals ....................................................................................................................................31
6.19 Continuing the Work ................................................................................................................... 32
6.20 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 Nondiscrimination .......................................................................................................................35
Article 7- Other Work at the Site .................................................................................
7.01 Related Work at Site .................................................................................
7.02 Coordination ..............................................................................................
.................................. 35
.................................. 35
.................................. 36
Article 8 - City's Responsibilities .........................................................................................................
8.01 Communications to Contractor .........................................................................................
8.02 Furnish Data ......................................................................................................................
8.03 Pay When Due ..................................................................................................................
8.04 Lands and Easements; Reports and Tests .........................................................................
8.05 Change Orders ...................................................................................................................
8.06 Inspections, Tests, and Approvals ....................................................................................
8.07 Limitations on City's Responsibilities .............................................................................
8.08 Undisclosed Hazardous Environmental Condition ..........................................................
8.09 Compliance with Safety Program .....................................................................................
........ 36
........ 36
........ 36
........ 36
........ 36
........ 36
........ 36
........ 37
........ 37
........ 37
Article 9- City's Observation Status During Construction ........................................................................... 37
9.01 City's Project Representative ..................................................................................................... 37
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work ..........................................................................................................38
9.05 Detei�rninations for Work Performed ..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS
Revision: Dacember21,2012
Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38
10.01 Authorized Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ...........................................................................................39
10.03 Execution of Change Orders ....................................................................................................... 39
10.04 Extra Work .................................................................................................................................. 39
10.05 Notification to Surety .................................................................................................................. 39
10.06 Contract Claims Process .............................................................................................................40
Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances ..................................................................................................................................43
11.03 Unit Price Work .......................................................................................................................... 44
11.04 Plans Quantity Measurement ......................................................................................................45
Article 12 - Change of Contract Price; Change of Contract Time .................................................................46
12.01 Change of Contract Price ............................................................................................................46
12.02 Change of Contract Time ............................................................................................................47
12.03 Delays .......................................................................................................................................... 47
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Work ........................................................................................................................... 48
13.03 Tests and Inspections ..................................................................................................................48
13.04 Uncovering Work ........................................................................................................................49
13.05 City May Stop the Work .............................................................................................................49
13.06 Con•ection or Removal of Defective Work ................................................................................ 50
13.07 Correction Period ........................................................................................................................ 50
13.08 Acceptance of Defective Work ................................................................................................... 51
13.09 City May Correct Defective Work ............................................................................................. 51
Article 14 - Payments to Contractor and Completion .................................................................................... 52
14.01 Schedule of Values ...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... 52
14.03 Contractor's Warranty of Title ................................................................................................... 54
14.04 Partia( Utilization ........................................................................................................................ 55
14.05 FinalInspection ...........................................................................................................................55
14.06 Final Acceptance ......................................................................................................................... 55
14.07 Final Payment ..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56
14.09 Waiver of Claims ........................................................................................................................ 57
Article 15 - Suspension of Work and Termination ..........................................................
15.01 City May Suspend Work ...............................................................................
15.02 City May Terminate for Cause .....................................................................
15.03 City May Terminate For Convenience .........................................................
Article 16 - Dispute Resolution .........
16.01 Methods and Procedures
........................... 57
........................... 57
........................... 58
........................... 60
........................... 61
........................... 61
CITY OF FORT WORTH
S'I'ANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revision: December21,2012
Article 17 — Miscellaneous .....................
17.01 Giving Notice .....................
17.02 Computation of Times .......
17.03 Cumulative Remedies ........
17.04 Survival of Obligations ......
17.05 Headings .............................
........................................................................................................ 62
........................................................................................................ 62
........................................................................................................ 62
........................................................................................................ 62
........................................................................................................ 63
........................................................................................................ 63
CITY OF FORT WORTH
STANDARDCONSTRUCT[ON SPECIF[CATION DOCUMENTS
Revision: December21,2012
00 �z oo - i
GENERAL CONDITIONS
Page t of 63
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defzned Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. 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 is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable 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 asbestos and is friable 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 by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder—The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by 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 OP FORT WORTH
STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS
Revision: December21,2012
00 �a oo - i
GENERAL CONDITIONS
Page 2 of 63
13. Change Order—A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, 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 State 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
performed.
15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
16. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
17. City Manager — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, 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 Contractor
' concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
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. Contract Price—The moneys payable by City to Contractar 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 Work).
22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
23. Contractor—The individual or entity with whom City has entered into the Agreement.
24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTKUCTION SPECIFICATION DOCUMENI'S
2evision: Dacanber21,2012
00 �z oo - �
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 Directar 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 a�d Developn�ent — 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 Transportatiorr 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.
31. Director of Water Departmerrt — 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 perfortning professional services for the City.
35. Extra Work — Additional work made necessaiy 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 PORT WORTH
STANDARDCONSTRUCT[ON SPECIFICAT[ON DOCUMENTS
2evision: Dacetnt��21,2012
00�2oo-t
GENERAL CONDITIONS
Page 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 Documents.
39. General Requirements—Sections of Division 1 of the Contract Documents.
40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
; circumstances that may present a substantial danger to persons or property exposed thereto.
41. Hazardous Waste—Hazardous 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. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and ail governmental bodies, agencies, authorities, and courts having
jurisdiction.
43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
44. Major Item — An Item 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. Notice to Proceed—A 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 perform the
Work specified in Contract Documents.
48. PCBs—Polychlorinated biphenyls.
49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
50. Plans — See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: December21,2012
00 �z oo - i
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 matei•ials, 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, prepat•ed and maintained by Contractor, allocating portions
of the Contract Price to various po��tions 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. Specificatio�s—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. SubcontractoY—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
STANDARDCONSTItUCT[ON SPECIFfCAT[ON DOCUMENTS
Revision: Dacanber21,2012
00 �a oo - i
GENERAL CONDITIONS
Page 6 of 63
63. Submittals—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. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Co�ditions—That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendar having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor ar Subcontractar.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities 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 Working 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—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce 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 of Certain Terms or Adjectives:
CITY OF P'ORT WOR'CH
STANDARD CONSTRUCI'lON SPEC[F[CATION DOCUMENTS
Revision: December21,2012
oo�aoo-i
GENERAL CONDITIONS
Page 7 of 63
1. 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 Wark 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 ward "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 perfoi�tn 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 OP FORT WORTH
STANDARD CONSTRUCTION SPECIPtCATION DOCUMENTS
Revision: December2l, 2012
00 �z oo - i
GENERAL CONDITIONS
Page 8 of 63
2.03 Sta�ting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shail be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Befare 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 of Schedules
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, REUSE
3.01 Intent
A. The Contract Documents are 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
thereo� to be constructed in accordance with the Contract 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. Clarifications 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
CITY OF FOR7' WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: December21,2012
00 �z oo - i
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
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 Discreparrcies
A. Reporting Discrepancies:
l. Co�iractor's Review of Contract Documents Before Starting Work: Befare 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, e�ror, 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 Revietiv 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 SPECIF[CAT[ON DOCUMENTS
Revision: December21,20I2
oonoo-t
GENERAL CONDITIONS
Page l0 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 Contractar had actual knowledge thereof.
B. Resolving Discrepancies:
l. 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 Contract 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 Supplementing Contract 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 Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City's review of a Submittal (subject to the 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 Supplier shall not:
l. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo� 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 CONSTRUCT[ON SPECIFICATION DOCUMENTS
Revision: December21,2012
00 �z oo - i
GENERAL CONDITIONS
Page l ( of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City's Buzzsaw site. Files in electronic media
format of text, data, graphics, or other types are furnished only for the convenience of the
receiving party. Any conclusion or infortnation obtained or derived from such electronic files
will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard
copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
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 of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for
permanent structures or permanent changes in existing facilities.
1. 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
Schedule submitted by the Contractor in accordance with the Contract Documents must
consider any outstanding right-of-way, 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 submitted
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 written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Docanber21,2012
oonoo-�
GENERAL CONDITIONS
Page 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 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
l. 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 Reliarrce 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:
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
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.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
l. 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;
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICA7'ION DOCUMENTS
Revision: Dacanber21,2012
ao �z oo - i
GENERAL CONDITIONS
Page I 3 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsui•face or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on
information and data furnished to City or Engineer by the owners of such Underground
Facilities, including City, or by others. Unless it is otherwise expressly provided in the
Supplementaiy Conditions:
1. City and Engineer shall 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 shown or indicated in the Contract Documents;
c. 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 fi•om the Work.
B. Not Showrr or Indicated:
l. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown 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 OF FOI2T WORTH
STANDARD CONSTRUCT[ON SPECIPICATION DOCUMENTS
Revision: Decembei21,2012
00 �z oo - i
GENERAL CONDITIONS
Page 14 of 63
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
which 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. Verification 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 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractar to proceed 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 shall be responsible for the replacement or relocation of reference points or
property monuments not carelessly or willfizlly 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 Condition at Site
A. Reports and Drawings: 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 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:
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIPICA'I'ION DOCUMENTS
Revision: Daoanber21,2012
00 �a oo - t
GENERAL CONDITIONS
Page I S 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 infoi•mation.
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 8•om the Work. City may have such deleted poi�tion of the Work
performed by City's own forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold
harmless City, fi�om and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of errgineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Enviro�tme�tal Condition created by Corrtractor or by anyone for whom ContractoN is
responsible. Nothing in this Paragraph 4.06.G shall obligate Conlractor to indemn� 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.
C1TY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS
Revision: December2l, 2012
00 �2 00 - t
GENERAL CONDITIONS
Page l6 of 63
ARTICLE 5— BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shail also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
' 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 for the faithful performance and payrnent of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work 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 Bond 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 bond.
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 bond and surety, both of which shall comply
with the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates 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 insurance requested
by City or any other additional insured) which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revision: Dacanb�21,2012
00 �z oo - i
GENERA� CONDITIONS
Page 17 of 63
2. The Contractar'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
C1TY OF FORT WORTH
STANDARDCONSTRUC"CION SPECIFICAT[ON DOCUMENTS
Revision: December2l, 2012
007200-1
GENERAL 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 to the 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
conform 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
Contractar's insurance.
5.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work 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. Comnzercial 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
shall 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
CITY O[' FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Decanber21,2012
00 �z oo - i
GENERA� CONDITIONS
Page l9 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
For conshuction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the woi•k,
maintenance or use of any motor vehicle by the 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.
D. Railroad Protective Liabiliry. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E. Notifrcation of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance of Bonds and Irrsurance; Option to Replace
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 in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing
within 10 Business Days after receipt of the certificates (ar other evidence requested). Contractor
shall provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance
required by the Contract Documents, the City shall 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 OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Revision: December2l, 2012
00 �z oo - i
GENERAL CONDITIONS
Page 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 representative 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; Working 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 safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed 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 ar
electronic communication) to perform Work:
1. for beyond Regular Working 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 provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Wark shall be as speciiied 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 bene�t
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 WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Revision: Dacanber21,2012
00 �z oo - i
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall 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 of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
1. 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 to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification O1 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Substitutes and "Or-Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or-equal" item or no substitution is permitted, other items of material ar equipment of other
Suppliers may be submitted to City for review undei� the circumstances described below.
1. "Or-Equal " Items: If in City's sole discretion an item of material ot� 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 be considered by City as an "or-equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIF[CAT[ON DOCUMGNTS
Revisian: December21,2012
00 �z oo - i
GENERAL CONDITIONS
Page 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.OS.A.1, 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 therefor. Requests for review of proposed substitute
items of material 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 fumish or use. The application shall
comply with Section Ol 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform 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) will state:
a) the extent, if any, to which the use of the 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 to the proposed
substitute item;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Daeanber2l, 2012
007200- l
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 Constructiorr 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.OS.A.2.
C. Ciry's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. 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 ar 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 wi•iting 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
inc�emn� and hold harmless City and anyone directly or indiYectly employed by them from and
agairrst any crnd all claims, darnages, losses and expenses (including attorneys fees) arising out
of the arse of substit�ted nzaterials or eqzcipment.
E. City's Cost Reimbursen�ent: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. 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 fi•om 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
STANDARDCONSTRUCT[ON SPECIF[CATION DOCUMENTS
Revision: December2l, 20I2
aonoo-i
GENERA� CONDITIONS
Page 24 of 63
G. Ciry Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Co»cerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
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 employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
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 provide such requirements in the Supplementary
Conditions.
D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable
participation by Minority Business Enterprises (MBE) in the procurement of goods and services
on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required
to comply with the intent of the City's MBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MBE 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. Material misrepresentation of any nature will 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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Daeember21,2012
00 �a oo - i
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 Subcontractar 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. Dury to pay Prevailirrg 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 Vio7atiorrs and Ciry 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 31 st 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 CONSTRUCT[ON SPEC[FICAT[ON DOCUMENTS
Revision: Decc�nber21,2012
00 �a oo - i
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violatron Not Resolved. An issue relating to an aileged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seg., 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 before the l lth 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 of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem 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 to this inspection.
F. Progress Payments. 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. Subcontractor 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 to the 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 perfortnance of the Work and if, to the 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 of the 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 indemnify and hold
harmless City, from and agairrst 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 oN other dispute resolution costs) arising out of or relatirrg to any inf�ingement of
patent rights or copyrights incident to the use in the pe�fo�mance of the Work or resulting from
CITY OF POftT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Decanber2l, 2012
oonoo-i
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any irrvention, design, process, product, or device rrot specified
in the Contract Documents.
6.09 Permits and Utilities
A. Corrtractor 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 lzcenses. 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 foi�th in the Supplementaty Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 La►vs 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 otheitivise 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 CONS'fRUCT[ON SPECIFICAT[ON DOCUMENTS
Revision: Decanber21,2012
00 �z oa - i
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 of this 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 exemption
certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the
provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter H.
B. Texas Tax permits and information may be obtained from:
1. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; or
2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html
6.12 Use of Site and Other Areas
A. Limitation ort Use of Site and Other Areas:
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 full 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 CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS
Revision: Decanber21,2012
�
00 �2 00 - i
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, a�d damages arising out of or relating to any claim or
action, legal or equrtable, brought by any sZrch oivner 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 Safery artd 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 CONSTRUCTtON SPECIFICAT[ON DOCUMENTS
Revision: December2l, 2012
00 72 00 - I
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 affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. 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 comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, 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, ar 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 of the
Work, or anyone for whose acts any of them may be liable, shail be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6.15 Safery Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies and/or Rectifrcation
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site ar
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
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Revision: Decanber21,2012
00 �z oo - �
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 i•esult 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
STANDA2D CONSTRUCTION SPEC[FICATION DOCUMGNTS
Revision: December21,2012
oonoo-1
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:
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 by the submittals will, after installation or incorporation in the Work, conform
to the information 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
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly 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 Ol 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 Project Schedule
during all disputes or disagreements with City. No Work 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 Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, 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:
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
CITY OF FOR7' WORTH
STANDARD CONSTRUCTION SPEC[PICATION DOCUMEN'I'S
Revision: Decanber21,2012
oonoo-i
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 paytnent;
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 A.ND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR_.SOME OF THE DAMAGE5 BEING SOUGHT WERE CAUSED. IN WHOLE OR IN
PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnily
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 of�icers, 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
S'I'ANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS
Revision: Dec;anber21,2012
oonoo-i
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN TI-IAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMI ION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
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 Contractar by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional'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 professionals, provided City has specified
to Contractor performance 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 Contractor 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
the 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 examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revision: Decanber21,2012
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor 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
Subcontractor reasonable advance notice of 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 follows 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 U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements 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 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractars, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then 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 a pa��ty to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be requir•ed 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 woi•k and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. 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 OF FORT WORTH
STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS
Revision: December21,2012
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the perfortnance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
l. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identiiied;
2. 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
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 FuNnish 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 Lands and Easements; Reports arrd Tests
City's duties with respect to providing lands and easements 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 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: December21,2012
00 �z oo - �
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 Environme�tal 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
9A1 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 Wark. 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 SPECIFICATION DOCUMENTS
Revision: December21,2012
00 �z oo - i
GENERA� CONDITIONS
Page 38 of 63
9.03 Authorized i�ariatiorts 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 Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
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 ar
testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or
completed.
9.05 Determinations for 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 DocunZents and Acceptabiliry of 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 which 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.
CITY OF FORT WORTH
STANDARDCONSTRUCT[ON SPECIFICATION DOCUMENTS
Revision: Decanber21,2012
00 �z oo -1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as
amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an
emergency as provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City's correction
of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which 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
thereof, 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 be made pursuant to
Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen 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 be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
C1TY OF FOR'I' WOI2TH
STANDARDCONSTRUCTION SPECIP[CATION DOCUMENTS
Revision: December2l, 2012
00 �z oo - �
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, 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 Claim, 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 of the
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. notify 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.
CI'I'Y OF FORT WORTH
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS
Revision: Dac:anber21,2012
ao �2 00 - i
GENERAL CONDITIONS
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractar 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 11.O1.B, 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.B, and shall
include but not be limited to the following items:
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, machineiy, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS
Revision: December21,2012
00 72 00 - 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 Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Wark and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specificaily related
to the Work.
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 Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance 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 them 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 them or for whose acts any of them 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
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPGC[FICATION DOCUMENTS
Revision: Daeanber21,2012
00 �z oo - i
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
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.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be
considered administrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in
accardance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall 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-bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS
Revision: Decenbe�21,2012
00 �z oo - i
GENERAL 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 for the sole
use of City.
' D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work 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 Contract 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 performed by Contractor will be made by
City subject to the 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 Documents, or reasonably inferred as required 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 from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
l. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work wili be paid for at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIPtCAT[ON DOCUMENTS
Revision: Dacanber21,2012
00�2oo-i
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.
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°/o.
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) $•om 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°/o 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 SPEC[F[CAT[ON DOCUMENTS
Revision: December21,2012
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
E. For callout 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 Contract 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:
1. where the Wark 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 to the
provisions of Paragraph 11.03); or
2. 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 proft not necessarily in accordance with Paragraph 12.O1.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 lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a
Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C).
C. Contractor's Fee: The Contractor's additional fee for overhead and profit 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:
a. for costs incurred under Paragraphs 11.Ol.A.I, 11.O1.A.2. and 11.O1.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 11.01.A.4 and 11.O1.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 Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and
12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever
C1TY OF FORT WOR7'H
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revision: December2l, 2012
00 �a oo - i
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.Ol.A.I and 11.O1.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
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and
11.O1.B;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a
deduction in Contractor's fee by an amount equal to five pei•cent (5%) of such net
decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed 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 how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
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 if a Contract Claim is
made therefor. Delays 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 as
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 liable to Contractor for any claims, costs, losses, or
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) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the 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 OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revision: December21,2012
00 �2 00 - t
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which 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 Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work 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 thereo� 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 for the services of an independent testing labaratory ("Testing 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 Testing 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.
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPEC[F[CATION DOCUMENTS
Revision: Dacember21,2012
ao �z oo - i
GENERAL CONDITIONS
Page 49 of 63
Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractar. 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.
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 SPECIFICAT[ON DOCUMENTS
Revision: Dacemba21,2012
00 �z oo - �
GENERA� CONDITIONS
Page 50 of 63
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 of Defective 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.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
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 PeNiod
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
areas made available far 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 Work 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 defective
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 SPECIFICATION DOCUMENTS
Revision: Dacember21,2012
00 �2 ao - i
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
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 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. 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) attributable to City's evaluation of and determination 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 necessary revisions in the Contract Documents with respect to the Work,
and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished
value of Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform 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 rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or pai�t of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIP[CATtON DOCUMENTS
Revision: Daceanber21,2012
oonoo-i
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 to the 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 Work attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of I�alues
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis 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. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendar of the
City.
2. At least 20 days before the date 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 payrnent is requested on the basis 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, ar 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.
CITY OF FORT WORTH
STANDARD CONSTRllCTION SPECIFICATION DOCUMENTS
Revision: Dacember21,2012
00 �a oo - i
GENERAL CONDITIONS
Page 53 of 63
B. Review ofApplications:
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 payrnent 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 CONSTRUCT[ON SPEC[F[CATION DOCUMENTS
Revision: December21,2012
00 �z oo - i
GENERAL 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 work 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: Contractor 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 satisfactory 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.B.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 Contractor's Warranry of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorparated 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 SPECIFICAT[ON DOCUMEN'TS
Revision: December21,2012
oonoo-t
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately 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 at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
l. Contractor at any time may notify City in writing that Contractar considers any such part of
the Work ready for its intended use.
Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Finallnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy 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.
14.06 Final Acceptance
Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS
Revision: Dacember2l, 2012
oonoo-i
GENERA� CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following 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 effective releases or waivers
(satisfactory to City) of all Lien rights arising 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 Retainage 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Dacanber21,2012
00 �z oo - �
GENERAI. CONDITIONS
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount 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.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 Ciry 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 which 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 of construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution 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. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he 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 cost 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 no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Revision: Decembei21,2012
00 �z oo - i
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation, may justify termination for cause:
l. 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 to the 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 #20020-12-2011established 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 which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
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.
l. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally 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 conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar
days after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Dacanber21,2012
oonoo-i
GENERA� CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the 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
elsewhere, 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 finished. If the unpaid balance of the Contract Price
exceeds all claims, costs, losses and damages sustained by City arising out of or resulting
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 damages incurred by City will be incorporated in a Change
Order, provided that when exercising any rights or remedies under this Paragraph, City shall
not be required to obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way 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, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely 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. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contt•act Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to coi�rect its failure to
perform and proceeds diligently to cure such failure within no more than 30 days of receipt of
said notice.
D. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPEC[FICAT[ON DOCUMENTS
Revision: December21,2012
00 �z oo - i
GENERAL CONDITIONS
Page 60 of 63
15.03 Ciry May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate 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 tertnination 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 suit shall 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. Stop 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 tertninated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Wark, 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 furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. 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.
C1TY OP' PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Dacember21,2012
oonoo-i
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 labar, 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.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF ['ORT W02TH
STANDARD CONSTRUCT[ON SPECIP[CATION DOCUMENTS
Revision: December2l, 2012
oonoo-i
GENERAL CONDITIONS
Page 62 of 63
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 Giving 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:
l. delivered in person to the individual ar to a member of the frm 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 by the receiving party.
17.02 Computation of Times
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 of the 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.
CITY OF FOItT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revision: Dacember21,2012
00 �z oo - t
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, 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
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY Or FOR'I' WORTH
STANDARD CONSTI2UCTION SPECIFICATION DOCUMENTS
Revision: Decanber21,2012
00 73 00 - l
SUPPLEMENTARY CONDITIONS
Page 1 of 6
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
S�CTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specifications.
SC-4.OlA
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.OlA.l., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify Ciry in writing associated with the differing easement line locations.
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 1, 2013
South Main Street
Project No. 02113
007300-2
SUPPLEMENTARY CONDITIONS
Page 2 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SC-4.O1A.2, "Availability of Lands"
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of
EXPECTED
UTILITY AND LOCATION
OWNER
TARGET DATE OI�
ADJUSTMENT
Atmos Energy Gas - South Main Street
Atmos Energy Gas - South Main Sh•eet
Atmos Energy Gas - South Main Street
Phase 1, July 2014
Phase 2, July 2014
Phase 3, Oct. 2014
The Contractor undei•stands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Geolechnical Engineer•ing Repa•t, Pavement Design Report No. G 131008-4, dated November 18, 2013,
and addendum letters to Geotechnical Reports, prepared by Alpha Testing, a sub-consultant of Da�nmvay
Associates, L.P., providing additional information on the geotechnical investigalion of pavement design for�
Soa�th Main Street (Vichery Blvd. to Magnolia Ave.)
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
None
SG4.06A., "Hazardous Environmentat Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SC-5.03A., "Certificates of Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City of Fort Worth
(2) Consultant: Dtma�vay Associales, L. P.
(3) Other: Fort Worth South, Inc.
(4) Tarrant County & NCTCOG
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Revised April l, 2013
South Main Strect
Project No. 02113
007300-3
SUPPLEMENTARY CONDITIONS
Page 3 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
2�
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
5.04A. Workers' Compensation, under Paragraph GG5.04A.
Stata�tory limits
Employer's liability
$100,000 each accideni/occurf•ence
$100, 000 Disease - each employee
$500, 000 Disease - policy limit
SG5.04B., "Contractor's Insurance"
5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occufrence
$2, 000, 000 aggregate limit
The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
�1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250, 000 Bodily Injury per per�son /
$500, 000 Bodily Injury per� accident /
$100, 000 Properry Damage
SC-5.04D., `�Contractor's Insurance"
The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks
No►te
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a"Right of
Entry AgreemenY' with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcviscd April 1, 2013
South Main Street
Project No. 02113
00 73 00 - 4
SUPPLEMENTARY CONDIT[ONS
Pagc 4 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate:
(2) Each Occurrence:
_ Rega�ired for• this Contr•act
$Confir'm Limits with Railroad
$Confs'm Limits with Raih�oad
X Not ��equired for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at-grade
crossing is affected by the Project at entirely separate locations on the line or lines of the same
railroad company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a
railroad company's right-of-way at a location entirely separate from the grade separation or at-
grade crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is involved but other work is proposed on a railroad company's right-of-
way, all such other work may be covered in a single policy for that railroad, even though the work
may be at two or more separate locations.
No work or activities on a railroad company's property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor's beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC-6.04., "Project Schedule"
Project schedule shall be tier 3 for the project.
SC-6.07., "Wage Rates"
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
<Btrzzsmv location, Resources/02-Const��uction Documents/Specifications/Div 00-General Conditions/
CFW Hor•izonta/ Wage Rale Table.pdf>
CITY OP �ORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April l, 2013
South Main Strect
Projcct No. 02113
007300-5
SUPPLEMENTARY CONDITIONS
Pagc 5 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
SC-6.09., "Permits and Utilities"
SC-6.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
Street Pern:it — See Section Ol SS 26
SC-6.09B. ��City obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the City:
None
SC-6.09C. "Outstanding permits and licenses"
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
None
SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended"
TARGET DATE
OF POSSESSION
During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to
nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter,
"DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are herein incorparated by reference and made a part
of this contract.
2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall
not discriminate on the grounds of race, color, or national origin, in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The Contractor shall not
participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurements of materials or leases of equipment, each
potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations
under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or
national origin.
4. Information and Reports: The Contractor shall provide all information and reports required by the
Regulations or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information and its facilities as may be determined by City or the Texas
Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the contractor shall so certify to the City, or the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April l, 2013
South Main Street
Project No. 02113
007300-6
SUPPLEMENTARY CONDITIONS
Pagc 6 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the
nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the
Texas Department of Transportation may determine to be appropriate, including, but not limited to:
a. withholding of payments to the Contractor under the Contract until the Contractor
complies, and/or
b, cancellation, termination or suspension of the Contract, in whole or in part.
6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurements of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with
respect to any subcontract or procurement as City or the Texas Department of Transportation may
direct as a means of enforcing such provisions including sanctions for non-compliance: Provided,
however, that, in the event a contractor becomes involved in, or is ttu•eatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request City to enter into
such litigation to protect the interests of City, and, in addition, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
Additional Title VI requirements can be found in the Appendix.
SC-7.02., "Coordination"
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor 5co e of Work Coordination Authori
Atmos Ener Utili relocation Ci of Fort Worth
Oncor Elech•ic Mono ole su ort relocation Ci of Fort Worth
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
SC-8.01, "Communications to Contractor"
City of Fort Worth
SC-9.01., �°City's Project Representative"
The following firm is a consultant to the City responsible for construction management of this Project:
None
SG13.03C., "Tests and Inspections"
None
SC-16.O1C.1, "Methods and Procedures"
None
48 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Reviscd April l, 2013
Soudt Main Strcet
Project No. 021 l3
oi i�oo-i
SUMMARY OF 1YORK
Pngc 1 of 3
1
2
SECTION Ol 11 00
SUMMARY OF WORK
3 PART 1- G�NERA.L
4 1.1 SUMMARY
5 A, Section Includes:
G 1. SuuSm�cy of Wock io be performed in accordance �vith the Conti•ac# Dacnments
' 7 B, Deviatious fi•o�ti this City of Foi�t Woi�tlt Steiidard S�eci�cation
8 1. None,
9 C, Related Specification Seciions i�ich�de, but are izoi necessarily tiiiiited to:
10 I. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
I 1 2. Division 1- General Requicemeiits
12 1..2 PRYC� AND PAXM�NT PROC�DYIRES
13 A. Measui•ement and Payment
14 1. Work associated �vith this Item is considered subsidiary to the various items bid.
1 S No sepacate payment �vill be t�llowed for this Item.
1G 1.3 RErERENCES [NOT USED)
1'J 1,4 ADMINISTRATIV� REQUIREM�NTS
18
19
20
21
22
23
24
25
2G
2'7
28
29
30
31
32
33
34
35
36
37
38
A. Wock Coveced by Cont�•act Dacuments
1. Wock is to include fi�rnishing all labor, materials, aud equipmeut, and performiu�
aIl Wark necessaiy for tliis coitstcuction �roject as detailed iu the Dra�viiags aud
Speci�cations.
B. Subsidialy Wo��k
l. Auy aud al l Wo��k specifically governec{ by documenta►y �-equiremeuts for the
projeet, such as conclitions imposed by the Dra�vings or Co►itract Docu►nents in
�vliich 1io s�eci�c item for bid lias been provideci far iii tl�e Pcoposal and the item is
not a typical nnit Uid itean included on tl�e standard bid item list, th�n the iie►n shaIl
be coiisidered as a subsidiary item of Work, the cost of �vhich shalt be included iu
the price bid iu the �'roposal far various bid iten�s.
C. Use of Pre►nises
1. Coordinate uses of pceiiiises u►�der directian of the City.
2. Asstnne fult responsibility fot� protectian and safekeepin� of mate�•ials and
equiptl�ent sto►•ed o�i the Site,
3. Use aud occupy ott(y portions of the pttblic stt•eets and alleys, or other public places
or otlier rights-of-�vay as provided for in the ordinances of die City, as sho�vi� in the
Cout�•act Documents, ar as may be specifically authorized in �vciting by tlie City.
a. A reasanable �mouut of tools, materials, and ec�ui�ment for construction
purposes may Ue stored ijt such space, but no i��ore than is necessaiy to avoid
delay in the coi�stcuction opecations,
C1TY OF FORT 1VORTl�
STANDARD CONS'1'KUCTION SPECIF[CATION llOCUMGNTS
Re��ised December 20, 2012
South �vfain Street
Project No. 02i [3
oi ��00-2
SUMIvfARY UI� WORK
P�ge 2 of 3
b. EYcavated and �vaste mlterials shall be stored i�t such a�vay as �iot to iuterfere
with tlle use of spaces thlt m1y be designated to be left fi•ee and triiobst�•ucted
aud so �s not to iuconvenience occupatits of adjacent property.
4 D, Work �vithin Easements
S 1. Do iiot eiitei• upon private pcoperty foc any purpose rvithoat having �reviously
G obtai�ied pern�issiot� feom t(ie o�viiei' Of SIICj] �Jl�operty.
7 2. Do ►iot stoi•e equipmeiit or matecia( on E�riv�te property imless a�td iuitil ttae
S specified 1pp►�oval of tlie proE�eity o�vner has been secured in �v��iting by Nie
9 Coiiteactoc a►td a copy furuished to tl�e City.
10 3. Uiiless s��ecific�lly p�•ovided otlie►•�vise, cle�r �11 riglits-of �vay oc ease�neuts of
11 obsti'IICf(O11S \VIIICII I11USf �B 1•emoved to make �ossib[e prapei• pi•osecutiou of tlie
12 Work as a pai't O�rll� �C0�2Ct COi1Sh�uctiou operatio��s.
13
14
IS
16
17
18
19
20
21
22
23
2�}
25
26
27
28
4
S.
Preserve aud use every p�'ecautiou to preveilt datnage to, �II trees, shrabUeiy, plants,
la�vns, fences, culvei�ts, cucbiiig, and all otl�er types af structuces oi• improvements,
to all �vater, se�ver, aiid gas lines, to all conduits, overl�ead ��ole li�ies, oi•
appucteiiances tliereof, ii�cluding tl�e coustruction of tempora��y fences,and to a(I
othe�' })ULI�IC Or priv�te property ndj�cent ta the Work,
Notify tlte proper rep�•ese►�t�tives of tl�e o�vners oc occupants of the public or private
lands of iritei•est in I�aads which might be affected by the Wark,
a. Such notice sliell be made at le�st 48 hou►s i�i advance of tl�e beginni�ig of the
Work,
b. Notices sh111 be applicnble to both publio aud priv�te tttility comp�nies and any
cor�oration, comp�uy, iudividual, or othec, eitlier as owners or occupants,
whose l�nd or interest in land might be affected by the Work.
c. Be res��onsiUle for all damage or i�ijury to propecty of �iry cliacactei• resultiiig
Fcom any act, omission, neglect, or misconduct in the manner or metliod or
execution of the Work, or at �ny time due to defective �vork, nlaterial, oc
equipment.
29 C. rence �
30 a, Restore al l fences ei�coiintered and removed d��i�ing col�stcuctiou of the Project
31 to tlie origin��l oi• a better tl��ii origi►��I coilciition,
32 b, Erect temporary fencing in place of the fencing �•emoved �vhenever ihe VVork is
33 iiot in �rogress and �vlieit tlie site is vacated overnight, �ndlor at 1l1 tiiiies to
34 pcovide site security,
35 c. The eost for all fence �vo��lc �vitl�in e�semeuts, includii�g removaf, temporaiy
36 closui•es aud ceplacen�ent, shall be subsidia►y to the various items bici in the
37 project peoposal, w�less a bid item is speci�c�(ly pcovided iu the proposal,
Cl7'Y OP FORT \VORTH Soulh Main Strcct
STANDARD CONSTRUC'I'ION SPECIFICATION DOCiJMENTS Yroject No. 02113
Rcvised Uecember 20, 2012
1 1.5 SUI3IY�TTALS [NOT US�D]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEll]
3 1..7 CLOS�l�UT SUBMITTALS [NOT USED]
4 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�DJ
5 1.9 QUALITY ASSURANC� [NOT US�D]
G 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D]
7 1.11 FIELD (SITC] CONDITIONS [NOT USED]
8 1.12 WARRANTY (NOT US�D]
9 PART 2- PRODUCTS [N4T US�D]
10 PART 3- TXECUTI�N [NOT USED]
11 END OT S�CTION
01 I100-3
SUMMARY OF \VORK
Pagc 3 of 3
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY O� FORT \YORTH South Main Street
STANDARD CQNSTRUCI'lON SPEC[F[CAT[ON DOCUMENTS Project No. 02113
[tevised December 20, 2012
oiasoo-i
SUBSTITUTION PROCEDURES
P�ge 1 oFQ
�
2
3 PART 1- G�NEI2AL
� l.l SUMMARY
s�cT�orr oz zs o0
SUBSTITUTION pROCEDURES
5 A. Sectioji I��clt�des:
G l. Tlte procedure foi• rec�uestiug tl�e approval of substitutio�i of a product tliat is �iot
7 eg��ivalent to a product �vl�icfi is speci�ed by descriptive ar pei•foi•mauce criteria ar
B defued by ceference to 1 or more of the follo�ving;
9 a. Naiite of manufactucer
10 b, Name of vendoc
11 c. Tra<la name
12 d. Catalog number
13 2. Substitutions are not "or-equals".
14 B. Deviations fi•om this City of Fort Woa�th Standacd Specification
t S 1. Noiia.
id C. Related Speci�cation Sectioi�s inelude, but are not necessarily limited to:
17 1, Division 0-- Bidding Rec�uirements, Contcact Forms and Conditions of the Contcact
18 2. Division 1— Genera[ Reqaireme��is
19 1.2 PRICE ANll PAYMENT YROCElliTI2ES
20 A. Measurement and Payment
21 l. Work associated �vitli this Itel�i is considered subsidiary to the vario�►s itenis bici.
22 No separate paynteut �vill be allo�ved for this Item.
23 1,3 R�rCR�NC�S [NOT US�D]
2q l.a ADMINISTRATN� R�QUIR�M�NTS
2S
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A, Request for Substitutioi� - General _.
1. Witliin 30 d�ys after a�vard of Coutract (unless iioted other�vise), tlte City �vill
considei• fociiial requests fi�om Coiitractor for siibstitutiori of pi•ociiicts in place of
tliose s�eci�ed.
2. Certani types of eqaipment aud kinds of material are described in Speciiic�tions Uy
means of references to names of minufneturers flnd vendors, tr�de names, or
catalog numbers.
a. When this methacf of s��ecifying is i�sed, it is not iutended to e�clude from
consideration other praducts be�ring other minufactuce��'s oc vendoc's names,
tcade nanies, or catalog �itunbe��s, provided saicl products are "or-eqt�als," as
determined by City.
3. Other types of equipi�ient and kiuds of m�terial may be acceptab(e sabstitutions
utidec tlie follo�vilig conditio�is:
a, Or-equa(s are unavailable due ta strilce, discoarti�uied proctuciion of products
meeting s��ecified rec�uicen�ents, or other factors beyond conti•ol of Contractor;
oc,
CITY 0[� PORT 1V012'17I Soulh Mnin Street
STANDARD CONSTRUCTION SPF.CIFICAT[ON DOCUIviENTS Project No, 02113
lievised Jufy 1, 201 f
012500-2
SUBSTITUTIpN PROCEDIJRtiS
I'age 2 of 4
b. Contractor pcoposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3
4
S
G
7
8
9
10
11
12
13
14
15
16
I7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�0
41
42
43
44
45
46
A. See Request foi• Substitution Form (aftached)
B. Procedu�•e for Requestit�g Substitution
1. Substitution shall be consiciered only;
a. Aftei• a�vard of Coiitr�ct
b. Under fhe conditions stated he�•ein
2. Sub�uit 3 copies of each wcitteii request foc substitution, i�icluding:
�. Doc��meiitatioli
1) Complete data substantiatin� compliauce of p�•o��osed substitution �vith
Contraci Daciunents
2) Daia relaii�ig ro cltfl�iges iii coustcuction schedule, wheii a t�ednctioii is
pcoposed
3) Data relating to cl�anges in cost
b. For products
1) Product identification
a) Mauufactueer's name
b) Telepiione ntatibe�� and z•ep�•ese�itative coiitact ��ame
c) Specification Sectioii or Dra�ving �•e%reiice of ariginally speeified
praduct, incic�ding disci•ete tiatiie or tag nun�bec• assigned to ori�i�ial
prod��ct in the Contraet Documents
2) Manufactui•er's literature cLeat�ly inarked to sho�v compliance of prapased
product �vith Contract Doci�ments
3) Itemized com��rison of arigival and proposed pcoduct adciressing prodtict
cl�aracteristics inclt�ding, bt�t uot necessarily limited to:
a) Size
b} Compositioii or materials of construction
c) Weight
d) Elecirical or mechanical i•equi�•emeiits
4) product experience
a) Locafion of past projects t�tiiizing product
b} Name and telephone �iumbe�• of �ersons associated �vith referenced
projects k�lowledgeable concerni�ig proposed prodl�ct
e) Available field data �nd reports associ�ted �vith pro��osed product
5} S�mples
- a) Provide at i•equest of City.
b) Samples becoine the property of the City,
C. FOl' COIlSti'l1Ci1011 11]eY�lOCI5:
1) Det�iled desci�iption of �caposed method
2) Iilustcation dca�vings
C. App►•oval o�• Rejection '
L Writte�i approval oc rejeetioli of sttbstitution given by tl�e City
2. City reserves tt�e riglit to cequire proposed prodttct to comply ��vitli color aud paftern
of specified product if necessa�y to secure design intent.
3. In the event the substitution is approved, the resultiug cost aud/or time ceciuction
�vi[l be documented by Change Order in accordance �vitit the Genera[ Conditions.
CtTY OF FORT �VORTIi Soidh Mnin Strcct
STANDARb CONS1RlJCTION SPECIFICATI�N UOCUMBN'TS Project No. 021 l3
Revised Juf}� i, 2011
012500-3
SUBSTITUTION PROCEDURBS
Pagc 3 of 4
1 4. No additio��al contract time will be given for siibstitution,
2 5. Substitution �vi(I Ue rejected if:
3 a, Sttbmittal is not through the Coutractor ivitl� his sta�np of approval ',
a b. Request is jiot made in accordance tvith this S�ecification Sectioti '
S c. Iu tl�e Ciiy's opii�ioa�, acceptance �vi11 a�equire substantial revision ofthe original
G design
7 d. In the City's opinion, substitution �vill not perfor�n adequately the fiinction
8 consistent with the design intent
9 �..6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] I
10 1.7 CLOS�OUT SUI3MITTALS [NOT USED]
1 i 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] I
12 1.9 QUALITY ASSITRANCE
13 A, I►i makiug i•ec�tiest for substitutioii or in usi►ig an approved product, the Contractor I
14 represents that the Contractoa�: ,
I5 1. Has investigated proposed pcoduct, and has deter���ined that it is adenuate or
16 superior in all respects to that specified, and that it �vill pe��fo��m function for �vhich I
17 it is inte�ided
18 2. Will provide same gu�cantee foc substiiute item as for product speci�ed
19 3. Wi(1 coordinate instaflatio�� of accepted substitution iuto Work, to include building
20 modificatioi�s if uecess�iy, i»aking sucli c}ienges as may be requit•ed foi• Work ta be I
21 complete iu a(1 respects
22 4, Waives a[I cl�ims for additional costs related to substiti�tion which s�fbsequently
23 arise (
24 1.10 D�LIV�RY, STORAG�, AND HANDLING [NOT USED]
25 l.11 FIELD [SITE] CONllITIONS [NOT US�ll] I
2G 1,12 WA1tItANTY [NOT US�D]
27 �ART 2 - �RODUCTS [NOT USED]
28 PART 3� EX�CUTION [NOT US�D]
29
Ii]
END OF S�CTION
Revisioti Log
DATE NAME SUMMARY OF' CI�IANGE
31
C(TY OF FORT 1VORTFi South Maiu Street
S'tANDARD CONSTRUCTION SPECIF(CATION DOCUMGN'fS Project No. 02113
Revised Jidy 1, 201 I
I
2
3
4
S
6
7
8
9
10
11
t2
13
14
I5
t6
17
18
19
20
2t
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
3G
37
38
39
40
41
�t2
43
4�
45
4b
47
48
49
dI2500-4
SUBS'1'iTU'I'ION PROCHDURF.S
Pagc 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTI�N I+OR1Vr:
TO;
PROJEC`I': DAT�:
Wa hereby submit for yot�r considecatiori the followiiig pcocluct instead of tlie speci�ecl ite�n for
the above �n•oject:
SECTION PARAGRAPH SPECIFTED ITEM
Prapased Substitution: �
Reason foi• Slibstitutio�i:
Inclade complete information on changes to Dra�vings and/or Specificltions �vhich proposed
substitution �vill require for its �roper inst�llation. -
Fill in Blanks Belo�v:
A. VVill tlie undersigned coiitractor pay for changes to flie building design, 1IlCIU(�Iilg 8I1gll10El'filg
aud detailing costs caused by the requested substifution?
B. What effect does s�ibstitution have on other trades?
C. Diffei•eiices bet�veec� pi•oposed stlbstitution a�id speci�ed item?
D. Differeiices in p�•oduct eost or pi�ocii�ct delivecy ti�1�e?
E. Mamifacturer's guacantees of the proposed and specified items �tre:
Ec�tial Better (e�plain oii attael�me��t)
The undecsigned states tliflt the fi�nction, appeacanee and qt�aliry are enuivaleiit or superior to tlie
specified ite�n.
Submitted By: Por Use by City
Signatu�•e
as noted
Firm
Address
Date
Telepho�ie
Far Use by City:
Approved
City
Recouimended � Recomme�ided
� Not cecommended �Received late
�y
Date
Rauiai�ks
Date
ciTv or r•o�i�i' \VOR'I'H
STAiVDARD CONSTRUCI'(ON SPECIFICAT[ON DOCUMEN"fS
Revised Julp 1, 20l I
Rejected
South Main Strcet
Project No, 02113
01 3l 19 - 1
PRECONSTRUCCION MCC'1'It�IG
Pnge ( of 3
1
2
3 PART1- G�N�RAL
4 11 SUMMARY
5
G
7
8
9
10
il
12
13 1.2
S�CTION O1 3I 19
PRECONSTRUCTION MEETING
A. Sectiaii lucludes;
l. Pi�ovisiaus foc the preconstcuction meetiug to be lield prioa• to the siact of Work to
clncify consh�uction contract administi•�tion proced�u•es
B. Deviations fi•om this City ofFort Wocth Standard Specification
I. None,
C. Related Speci�cation Sections include, but are not uecessarily limited to:
1. Division 0— F3idding t�equirements, Contract Forms and Conditions of the Cantr�ct
2. Divisio�i 1 —Gei�ei•al Re,quirett�ents
PRIC� AND PAYM�NT PItOC�DUR�S
14 A, Measurement and Payment
15 1. Work associated �vith this Itetn is considered subsidiaiy to the various items bid,
' I6 No sep�rate paymeut �vil( be allowed for tliis Iteti�.
17 1,3 R�FCItENCES [NOT US�D]
18 1.4 ADMINISTItATIVE RLQU�RLM�NTS
l9
20
21
22
23
24
zs
26
27
2$
29
30
31
32
33
34
35
36
37
38
A. Coorc[ination
1. Attend pi•ecoiistrirctioii meeti��g.
2. ReE�resent�tives of Coutraetoe, subcontractoi•s and su�pliecs attending meetings
slaall Ue qualified and nutltoi•ized to act on behalf of the entity each represei�ts,
3. Meeting adutinisteced by City may be tape recorded.
�. If i•ecorded, tapes �vill be osed ta pcep�i•e ininutes and i•etained by City for
futare i•efeceiice.
B. Preconstruction Meetitlg
1. A preconstcuctioit meeting �vi11 be helci within 14 days �fter tlie esecution of tlte
Agreement aud before Work is started.
a. The nieeting will be scliedu(ed and administerec[ by tiie City,
2. Tl�e Project Representative �vill presicle at the ineeting, prepai�e tl�e notes af Ylae
meeting a�id dish•ibute co�ies of same to a(t pai�tici�7nts rvho so request by fally
co�upletiiig the attendance form to be circul�ted at the Ueginniug of the meetit�g.
3. Attendance shall incltuie: " .
a, Project Represeittntive
b, Couti•actar's piroject inanager
c. Cantractor's superintendent
d, Any suUcontractor or supplier representatives �vhom the Conti•actor m�y desice
to invite or the City may request
CITY OC FORT 1VORTH
ST�NDARD CONSTRUCI'ION SYEC1FfCATIOM DOCUMENTS
ftevised August 17, 2012
Sotrt[� Mnin Street
Pro}ect r'o. 02I 13
Ol3t t9-2
PRCCONS'1'l2i1C'1'lON MEG7'ING
Page 2 of 3
1
2
3
a
5
6
7
8
9
10
11
12
I3
14
IS
I6
i7
13
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
3�
35
36
37
38
39
40
41
�32
a3
44
45
e. Other City represeutatives
f. Others as appcopriate
4. Construction Schedale
a. Prepai•e baseline construction schedule in accoi•daiice �vitli Sectioii O1 32 16 ��id
provide at Preconstcuetion Meeting.
b. City �vill iiotify Contractor of any schectule changes npon Notice of
Precons#t•uction Meeting.
5. Prelimivaiy Ageuda may include;
�. Tllfl'O[�ACtt0l1 Qf Pl'OJBCt P�fS02111EI
b. Genecat Description of Project
c. Status of right-of-tivay, utility clearances, easements ot� othec perti��ent permits
d. Contractor's �vork plan and schedule
e. Contract Time
f. Notice to Proceed
g. Consti•uction Staking
h. Pcogress Payments
i. Extca Wo�•k and Giauge Order Proceduces
j. Field Orde�•s
k. bisposal Site Letter for Waste Material
1. Insurance Renesvals
m. Pay►•oll Cectificatio�l
n. Material Cei�tiitcations and Quality Contco! Testiug
o. Public Safety and Convenience
p. Documentatio�i of Pre-Co��struction Couditions
q. Weekend Work Notificatiou
a•. Legal Holidays
s. T►•eneli Safety Plans
t. Confineci Space E�itty Standards
u. Goordination �vifh the City's rep�•eseiitative foc operations of eaisting �vater
systems
v, Storm Water Pollt�tion Pcevention Plau
�v, Coordination with ofher Contractors
x. Early Waining System
y. Contractor Evahiatioii
z, Special Coiiclitions applicable to tlie project
aa, Damages CIai�ns
bb. S�ibmittal Procedin•es
ca Substitution Arocedtu�es
dd. Correspo�idence Roufi�ig
ee, Reco�•d Dra�vit�gs
f£ Temporaty construction facilities
gg. M/WBE or MB8/SBE procedures
hl�. Final Acceptauce
ii. Fi�iat Paymeiit
_�j. Questions or Comma�its
CITY OF FURT \VQRTFI
S'I'ANDARU CONS'I'RUC'CION SPF.CIPICATIOT�I DpCUMEN7'S
Revised August 17, 2012
South Main Street
Project No_ 02113
i
01 31 19 - 3
PR6COtJSTRUCTION MEETING
F'flge 3 of 3
1 1.5 SUBMITTALS [NOT US�D]
2 1,6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USLD]
3 �,7 CLOS�C}UT SUBMITTALS [NOT USEll]
4 1,8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSUItANCE (NOT US�D] .
G 1,10 D�LiV�RY, STORAGE, AND HANDLING [NOT US�D]
� I.l l FI�LD [S�T�� CONDITIONS [NOT US�ll]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [N�T USED]
l0 PART 3- EX�CUTION [NOT US�D]
ti
�
�ND OF SECTION
Revisioii 1.og
DAT� NAMB SUMMARY C)F CHANGE
13
C1TY OF FORT 1VORTH
STANDARD CONS'l'RUC7'ION SPECIFtCAT10N DOCUMENTS
Revised August f 7, 2012
Soulli M�ia SUcct
Projcct Np, 02113
013120-t
PROJECI' MEETINGS
Page I of 3
1
2
3 PARTl- G�N�RAL
4 1,1 SUMMARY
S�CTION O1 3120
I'ROJECT MEETINGS
5 A. Sectiou Includes:
G I, Provisioiis for projeci meetings throughout tlie coiistructiai pe►•iod to enable orderly
'7 review of the pi•ogcess of the Work and to provide foc systematic discussion of
8 �otential pi•oUle�ns
9 B, Deviations tliis City of Foct Wortli Stailda►�d Specificatio��
10 l. No�ie.
11
12
13
l� 1.2
C. Related Specificatio�i Sectioi3s i�iclude, but �re not necessar�ily lirniteci to:
1. Division 0— Biddiiig Requirements, Contract Forms aud Conditions of the Cotitract
2. Division 1— General Requirements
�'RIC� AND PAYMENT pROCEDURES
15 A. Measurement and Payment
iG 1, Work �ssociated �viti� this Item is conside�•ed subsidia�y to the various items bid.
t 7 No separate payment �vil1 be atlo�ved foi• tliis Item.
18 1,3 REI+F,RENCES [NOT US�Dj
19 1.4 ADMINISTRATIVE R�QUIIZCMCNTS
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
A. Coordinatio►t
l. Schedule, atte»d anci ad�ninister as specified, periodic progress iiieetiugs, a«d
specially called meetings tl�rot�g(iout progress af the Work.
2. Representatives of Contractor, subcontractors and sul�pliers attending l��eetings
shall be qualified aud authorized to act an behalf of the entity each re��resents.
3, Meetings admiaiistei•ed by City may be tape recorded,
a. If cecoi�ded, tapes �vill be used to prepare minutes and retained b5� Cify for
future reference.
4. Meetings, iu additioii to those speci�ed in this Section, may be heltl when requested
by fhe City� Ellgti1882' 02' COIlYi'aCi01•.
B. Pre-Constcuction Neigl�borhood Meeting
1. After the execE�tion of the Agreement, but before constcuction is allo�ved to begiu,
attelid 1 Public Meeting �vitl� affected ��esidaitts to:
a. Present pi•ojected sc(iedule, iucluditig cotistcuctio�i sta��t date
b. Ans�ver any cousiruction related questions
2. Meeting Locatio�i
a, Location of tt�eeting to be determiuecl by the City,
3. Atteiidees
fl. COI1fFi1Ct01'
C1TY QF' �'OR7' \VOR'1'I1
S'1'ANDAIZD CONSTRUCTION SPE.CIF[CATION DOCUMENTS
Revised Itdy 1, 201 l
Soutlt M�iii Strcct
Project No. 02113
013120-2
PROJBCT MCC'1'INGS
P�ge 2 of 3
I
2
3
a
5
6
7
8
9
10
ll
12
13
14
15
1G
17
18
19
20
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
b, Praject Representative
c. Otlier City represei�tatives
4. Meeting Schedale
a. lii general, tl�e ►aeighborhood meetiitg �vill occuc �vitl�in the 2 weeks follo�vin�;
the pee-co��struction co�tference.
b. In no case �vi[I construction be allo�ved to begin uutil this meetiug is held.
C. Progress Meetings .
l, For►i�al p►•oject coorciinatio�i it�eetings will be held periodically. Meeiings tivill Ue
sclied�iled aiid adininistered by Pi•oject Repraseiltative.
2, Adc(itional progress meetings to discuss speci�c topics ti��ill be eoildueted oii an �s-
needed basis. Sltcli additiot»I meetings sh�ll include, but not be limited to:
a. Coordivating shutdo�vns
b, Install�tion of piping and enuipmeait
c. Coordination behveen otl�er constcuctioii p�•ojects
ci. Resolutiou af coustcuction issues
e. Equipment approval
3
4
5.
The Project Representative �vilf pceside at progress meetiu�s, �re��ere the uotes af
the meeting and distribute co�ies of the saine Yo all partieipauts �vho so �•equest by
fu[ly comp(etin� tlte atteudance focm to be ciccalated at t(�e beginuing of eacl►
meeting,
Attendance shatl inchide;
a, Co�itcactor's pcoject m�ilager
b, Contcactoi's sty�e�•inteudeut
e, Airy subcontracto�• or sup�liei• repi•esentatives wlioiii ttie Conti•actor iTiay desii•e
to invite or tfie City may request
d, Engi�ieer's i•ep►•eseirtatives
e. City's repi•esei�tatives
£ Othecs, as rec�uesteci by tlie Pi•oject Represent�tive
Preliit�inary Age��de �nay include:
a, Review of �'Vorlc progress since previous meeting
b. I'ield obsei•vatiot�s, pi�oUlems, coilflicts
c. Items �vhicl� impecle co►�struction scliedule
d, Revie�v of off-site f�bi•icatioii, delivei�y schedules
e. Revie�v of coiisti•uctioi� interfaciug and sec�uenci�ig ►•equire�nents �vith otl�ei•
CO�1Sf1'lICt1011 C011tl'RCt5
f. Corrective uieasures and pcocedures to regain ��rojected schedule
g. Revisions to construction schedule
h. Progress, schedule, tlucing sacceeding Work pei�iod
i, Coordinntion of schedoles
j, Review subn�ittal schedules
k. Maintenauce of quality standarcls
I. Pendiug changes and substitutions
m. Revie�v pt•oposed el�auges for:
1) Effect on constructioi� schedute and on coiup(etion date
2) Effect on other contracts of die Arojecf
n. Revie�v Record Docu�i�eiits
o. Revie�v montlily pay request
p. Revie�v status of Requests foi• I►ifoi•matio�i
CITY Ql� COI2'1' 11'ORTH
S'PANDARD CONSTRUCT[ON SPL•;CIFICATION DOCUMF.NTS
Rcvised duly l, 201 f
Soulli M�iu Street
t'roject iVo. 02113
013120-3
P220JECT MEETINGS
Pnge 3 of 3
1 6, Meetiiig Schedule
2 a. Progcess rneetings �vill be held periodically as determined by the Project
3 Repcesentative.
4 1) Additioual tneetings �nay be held at the cequest of the:
5 a) Ciry
6 b) Engi»eer
7 c) Contractor
8 7. Meeting Location
9 a. The City �vitl establish a meeting location.
10 1) To the extent practicable, tneetings �vill be held 1t tfie Site.
i I 1.5 SUBMITTALS [NOT USEDJ
12 1.6 ACTION SUBMITTALS/INI+'OIZMATIONAL SUBMITTALS [NOT US�D]
13 l.7 CLOSEOUT SUBMITTALS [NOT USED]
14 1.8 MAINT�NANC� MATERIAL SIIBMITTALS [NOT USED]
15 I.9 QUALITY ASSURANCE [NOT USED]
1G 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 1.11 FIELD [SITEj CONDITIONS [NOT US�D)
18 1.12 WARRANTY [NOT USED]
19 PART 2- PRODUCTS [NOT USED]
20 PART 3- EXCCUTION [N(?T US�D]
21 END Or S�CTI�N
22 �
23
Revision I.og
DATE NAME SUMMARY OF CHANGE
C1TY Ol� PORT 1V�RTH
S"CANDARD CONS'I'IZUCTI01� SPECII�ICATION DOCUM[iN1'S
Reviscd Jtdy 1, 2011
Soutli M1in Sireet
Project No. 02113
013216-I
CONSTRUCT(pN PROG►tESS SCfIGDULG
Pnge I of S
�
3 PA12T 1- G�NERAL
4 1.1 SUMMARY
S�CTIC�N 01 32 l6
CONSTRUCTION PROGRESS SCHEDULE
5 A. Section Tncludes:
6 1. Gei�e�•al �•equicements for the prepacation, submittal, i�pd�ting, statns reporting �i�d
7 mauagemerit of the Constcuction Progress Schedule
8 2. Specific requiremei�ts are �rese�ated in the City of Foi�t ViToi-th Scl�edule Guidance
9 Documeut
10 B. Deviatious fi•oiii ttiis City of Fort Wortll St��idacd Speciiicatioii
I 1 I . None.
12
13
14
15 1.2
16
17
18
19 l,3
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�
35
36
37
38
39
40
C. Related Specification Sectious iuclude, Uut �re not uecessarily limited to:
I. Division 0— Bidding Rec�uiretneuts, Contract Forms and Conditions of the Coiitc�ct
2. Division 1— Geiler�) Requirements
PRIC� AND PAYMENT PROC�DUR�S
A. Me�sur�ment at�d Payme�it
1. Wark associated �vitl� this Iteia� is consiclered subsidin�y to the vacious items bid.
No sep�r�te payiuent rvill be allo�ved foc this Item.
RI;I�'�TtENCES
A. Definitians
1, Schedttle Tiers
a. Tier 1- No scl�edule submittal requirad by conh•act. Small, brief duration
projects
b. Tier 2- Na schedule submittal required by contraci, but �viO a•equire some
milestone dates. Small, brief dueation pi•ojects
c. Tier 3- Schedule subinittal rec�uired Uy co�rtract �s described in the
Specification �uci liei•ein. Majarity of City projects, iucludi►ig all boiid prograil�
prajects
d. Tier �i - Scl�edu(e submittal cequired by contract ��s described iu the
Specification 1ud herein. Large and/oc co►nplex projects �vith long durations
1) Elauiples: large �vater ptu»p stetion p►•aject a�id �ssociated pipeliiie �vitli
inteecounectiou to anothet• govecnmentll entity
e. Tie�� S- Sche<i��le submittal cequi►�ed by contract as described in the
S�ecificatian aud hei•eiii. Lacge �nd/or very con�plex projects �vith loiig
ducatioi�s, high puUlic visibility
1) Examples might include a water or �vaste�vater h•eatment plant
2, Baseliue Scheciule - Ii�itial schedule stibmitted before �vork begins tli�t �vill serve
as fhe b�setiue for measuring progcess and deparh�res fi�am tlie schedu(e.
3. Prog�•ess Scl�eclule - Moiitlily sub�nittal of a progress sciiechi(e documeiitiiig
progress oi� the project �nd ai�y chan�es anticipated.
Cl7'Y 01� I�ORT �VORTH
S'I'ANDARD CONSTRUC7'ION SPECIPICAT(ON nOCUMEN7'S
Rcviscd July l, 2011
Soutl� M�in Sireet
Project t�o. 02113
0132I6-?,
CQNSTRUC'1'ION PROGRESS SCHEDULE
Pagc 2 of 5
1 4. Sehedule Narrative - Concise naccative of tlte schedule i�icluding schedule
2 ' changes, e.cpected delays, key schedule issues, critical path iteros, etc
3 B. Refereiice Siandards
; 4 1. City of Fort Woi�h Sehedule Guidance Document
5 1.4 ADMIN�STRATIV� R�QUIREMENTS
6
7
8
9
10
Ll
I2
13
14
15
1G
17
18
19
A. Baseliue Scl�edule
1. General �
a. Prepar$ a cost-loaded baseline Schedule usiug approvecl softtvare anci the
Critical Path Metliod (CPM) as reqait•ed iii tl�e City of Fort Wo�•tt� Schedule
Gttidance Dacwiieiit.
b. Revie�v tlie draft cost-loaded baseline Scl�edule �vith tl�e City to demonstcate
understauding of the �vork to be perFormed and kuo�vn issues and eoustraints
related to the schedule.
c. Desigi�ate an auttiorized represe�itative (P►•oject Schedi�ler) resportsible for
developing and upciating the sched��le and preparing reports.
B. Progi•ess Schedule
1. Upclate the progress Schedule mo�ithly as requi►•ed in the City of Fort Wortfi
Schedule Guidance Document. .
2. Prepare tl�e Scliedule Nacrative to accompany the monihly progress Scliec{uIe.
20 3, Cilange Orders
2I a. Incorpoc•ate approved cliailge orders, resultiaig in a chaiige of contract time, in
22 fhe baselit�e Schedule in accordaiice «�itli City of Foi�t Wortli Scliedtile
23 Guidance Doc�unent
24 C. Responsibility for Scheciule Compliance
25 1, Whenever it becornes appa►•ent from the cur��ent pcogress Schedule and CPM Status
26 Repoi�t that delays to the critical patli have resulted anct tl�e Contract completion
27 date �vili not be met, or �vhei� so directed hy the City, make some or all of the
28 follo�ving actiotts at no additioual cost to tlie City
29 a. Subinit a Recavery Plan ta the City for a4�proval revised Uaseline Schedule
30 outliiii►ig:
3 I l) A�vritten statement of ihe steps inte«ded to t�ke to remove or aci•est the -
32 delay to the eritical patli iti ttie approved sehedi�le
33 2) Ii�crease construction manpo�ver i►i sucli qt�aritities asid ecafts as �vi(1
34 substantially elimivate the backlog of work aud rett�rn curreiit Schedule to
35 meet projected b�seliue completion dates
36 3) Tncrease the iuuiibar of �vorking liours pei� shift, shifts pec day, working
37 days per �veek, tlie auiouiit of constructioil ec�uipme�it, or any conibiitatio»
38 of the foregoiug, suf�icientty to substantially eliminate the backlog of �vork
39 4) Rescliedule activities to achieve tnaximum practical coucnrrency of
40 �ccomplishment of activities, and comply with the revised scliecti�le
41 2. If �io �vritte�i stateme�it of tlie steps iiitended to take is subnaitted �vl�e►i so �•ec�i►ested
42 by the City, tlle City anay direct the Contcactor to iucrease ti�e tevel of effoi�t in
�13 ma�ipower (tcades), equipme�it and �vork scl}edule (ovei•time, �veekend end holiday
�14 �vork, etc.} to be employed by the Contractor in order to remove oi• acrest the delay
4S to the ci•itical path in the app►•oved schedule.
46 a. No addiiiona( cost for such �vock tivill be considered.
CITY OC I�ORT R�ORTH South Main Street
S'PANdARD CONSTRUC7'lON SPGCI�ICATION D�CUMENT$ Project tJo. 02113
Reviscd Ju[p i, 20l I
013216-3
CONSTRUCTIONPROGR�SSSCHGDULE
Page 3 of 5
1
2
b
7
8
9
10
ll
12
13
14
1S
16
I'7
I$
19
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
41
42
43
44
45
4G
D. The Contr�ct completian time �vill be acijusted only for causes speeified in this
Conf ract.
a. Rec�uests foi• an exteiisioii of a�iy Co�itract con�pletion date must be
su�pleii�e►ited with tlie follo�ving:
1} F�ir�iish justific�tion �nd suppoi�ting evide��ce as the City may deem
necessacy to detecmine whether tlie reqitested e�.tension of time is eutitled
under tlae p�•ovisians of this Co�rtcact.
a) The City �vill, after receipt of sue1� justi�cation and supNoi•tin�
evidence, make findings of fflet and �vill advise the Cantractor, iu
�vriting thereof.
2) If the City finds that the requested extensia» ofti►t�e is eirtit(ed, tl�e City's
determin�ttion as to the tot�l ntunbei• of days ailowed fo�• the eateusions
shall be b�sed ttpon the �pproved total baseline schedule and o►i all data
releti�ant to tlie extension.
a) Sucl� dnta sl�all be included in tl�e neYt updatiug of the Progcess
schedule.
b) Actual deiays in aetivities �vl�icli, according to the Baseliae scliedule,
do ilot affect any Contraet coiiipletion da�e sho�vn by the critical patlt iii
the nehvoi�k ���ill iiot be tl�e basis foc a cltange tl�ereiii.
2. Submit eacli i•equest foc change ii� Co►itract completioii date to the City witliin 30
days aftei� the begiuniug of the de[ay foa• �vhich a time eYtensiou is requested but
before tlie date of fiii�l paynteut unclet' tlilS COIItCiiCi,
a. No tiiY�e exfension will be gr�nted foc requests �vliich ace not submitted �vithin
tlie foregoing time limit,
b. Fcom time to iime, it may be necessacy for the Coiitract scliedule or completio�i
time to ba adjusted by the City ta reflect tkte effects of job conditions, �ve�tther,
tecliiiical difficulties, sh•ikes, unavoidable delays on the pat•t of the Gity or its
re�ceseutatives, and ottier tti�Foreseeable conditions �vl�icli may iudicate
scheclule �djustmeuts or comE�letion time extensions.
I) Under s��ch conditions, tf�e City will direct tlie Coiitr�ctor to rescltedule tlte
�vo►•k ot• Coutcact completioli ti�iie to reflect tlie cha�tged co��ditions and tlie
Contractor shall revise his scl�edule according(y.
a) No additional compensation tivill be �t�ade to the Co��tracto►� for snch
schedule changes eace�t for unavoidable over�ll caniract time
exteiisions beyond the actu�l completion of unaffected �vork, in �vhich
c�se tlie Conh�actor sl�all tzke all possible actiou to minimize sny time
ettei�sion and any additional cost to the City,
b) Availabte float time in tlie Baseli�ie schediile inay be used by tfle City
as well as by N�e Contractor.
3. Float or slacic tinte is defined as the aitiount of time behveen the earliest start d�ite
and the (atest stact date oc betweeu tl�e eacliest finish date and the latest �nish date
of a chain of activities on the Baseline Scliedule.
a. �'(oat or slack tinie is not fo�• the exclusive use ar beneiit of either the
Contractoi• or tlie City.
b. Proceed �vith �vork �ccording to early st�ct dates, aud tlie City shall h�ve the
right to reserve aucl aE�partion float time accordiug to tlie ueeds of the project,
CITY C�f' FpR'1' \VOI21'H
STANDARll CONSTRUCTION SPECIFICA7'lON DOCUMEtJTS
Revised July l, 2011
South Mnin Street
Project No. 02113
01321G-4
CONS'1'Rt7CTiON PROGaESS SC[iEDULE
Pnge A of 5
1
2
3
4
5
6
7
8
9
]0
I1
12
13
14
t5
16
i7
c. Ack�io�vledge and agree iliat �ctiial delays, affecting patlis of activities
coiitairiiiig float time, �vi(1 �iot have any effect upon cont�•act completion tiities,
providing that the actual delay does not eaceed tlie float time associated �vitli
fliose activities.
E. Coocdinating Schedule �vith Other Contract Schedules
I, Where �vork is to be �e��formed under this Contract concui'fCilily �VIlII OI' COL1tit1�El1Y
upo�i work pe��foymed on tlie same facilities or ai•ea u�ider otlieY C011fi'ACtS� the
Baseline Schedule sliall be eoordinated �vith the schedu[es of the ofher contcacts.
a. (abeain the scliedttles of tlie atltei� appropr•iate contt��cts fi•o�yi the City fo�• tl�e
pi•eparation and upciating of Baseliiie sched�ile aud make the required chau�es
in his schedule �vhen indicated by changes in co►•ces�onding schedules.
2. In case of ii�terference bet�veen the opet��tions of different con#ractors, tf�e City �vili
deeermine the �vork priority of each contcactor aud the seque�ice of work necessa�y
to eapedite the completion of tIie entire Pa•oject.
a. In s��cl� cases, the decisiou of the City sha11 be aceepted as final.
b. The tempocary delay of any �vork dtie to such ci�•ci�mstances si�all not be
considered as justification for claims for adtiitional compansation.
18 1.5 SUBMITTALS
19 A. Baseliiie Schedi�le
20 l, Submit Schedule iu uative file format aud pdf focmat �s required in the City of Fort
21 Woi�th Schedule Guidauce Document,
22 a. Native file fo�•mat inctudes:
23 1) Primaveca (P6 or Primavera Contractor)
24 2. Submit draft baseiine Scl�edule to City prior to the pre-cottsh•uctian zueeting and
25 briug iil hard copy to tlie meeting foe revie�v and discussion.
26 B. Progress Schedule
27 l. Subniit progress Schedule iii native file format attd �df format as requireti tn tl�e
28 City of i'ort Wartl� Schedule Guidance DocumeEit.
29 2. SuUmit pt�ogress Scl�edule montlily no later than tl�e last day of tl�e moirth.
30 C. Scl�edu(e Narrative
31 1. Submit the scl�edule nacrative in pdf format as rec�uired in the City of Fort Worth
32 Schedule Gnidauce Documeiit.
33 2. Submit schedule narrative monthly na later than tl�e last day of t(�e month.
34
35
3G
3�
38
39
D. S11�1111tifll PPacess
1. Tlie City adiili�iistels and manages schedules th�•ough Bt�zzsa�v.
2. Contcactor shall submit documents as requireci iu tlie City of Port Warth Schedale
Gi►idance Document.
3. Once the project has been completed and Fin�l Acceptance has been issued by tt�e
City, no fttrther pro�ress schedttles 1i'e ��equii�ed.
CtTY OF I'ORT �VOR'PH
STANDARD CONSTRUC'l'IOt1 SPF.CiFICATIQN DOCUMF.NTS
Revisc<I Juty 1, 201 l
Soudi Main Street
Project No. OZ l l3
013216-5
CONS'I'KUCTION PROGRESS SCHGDULE
P�ge 5 of 5
1
2
3
4
S
G
7
8
9
10
I1
12
13
14
15
16
17
1.6 ACTION SUBMITTALS/INI'ORMATIUNAL SUBMITTAL,S (NOT USCD]
1,'1 CLOS�DUT SUBMITTALS [NOT USED]
1.8 MAIN'I'LNANC� MATERIAL SUBMITTALS [NOT US�D]
1.9 QUALITY ASSURANCE
A. Tlie persoli pa•eparing a�id ►�evisi�ig tlie constructioii Pi•ogress Sclledule shall be
experienced in t(ie preparatioii of schedules of similac coinplexity.
B. Sel�ednle and sttppoi�ting documents �ddressed in tl�is Specification sliall ba prepared,
updated a►id i•evisecl to acau�ately �•eflect tlle pecfor►nence of tlia constructio�i.
C. Contcacto�� is responsibie fo�• the quality of all submitials in this sectian meeting the
standa►•d of clre for the co�ish�action i�idtist�y foi• similar projects.
1..10 D�LIVERY, STORAGE, AND HANDLING (NOT USGD]
1.11 rI�LD [SITE] CONDITIONS [NOT USED]
1.12 WA1titANTY [NOT USED]
PART 2 - �'RODUCTS (i�tOT US�D]
PART 3 - �X�CUTION [NOT US�D]
�ND OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1$
CITY OP FORT �VORTH
STAt�IDARD CONSTRUCTIOAI SPECIFICA7'ION DOCUMF.NTS
RcviscA July I, 201 l
Soulh Mnin Street
Yroject No. 02113
1
2
3 PART l. - G�NERA.L
�
5
G
7
8
9
10
11
12
13
14
IS
I6
17
]8
19
20
2i
22
23
24
25
2G
27
28
29
30
3I
32
33
a
S�CTION 0132 33
PRECONSTRUCTION VIDEO
013233-i
Plt�CONSTRUCT10N V1D�0
Page 1 of 2
1.1 SUMMARY
A. Section Inclttdes:
l. Administrative aiid procedural regui►•eme�its foi�:
a. Preconsteuctiou Videos
B. Deviaiions from tl�is City of Fort Wortl� Standard Specification
1. None.
C. Related Specificltian Seetions it�clude, bnt ace not necessarily limited to;
l. Division 0— Bidding Rec�uireinents, Contract Forins and Conditions of the Contcact
2. Divisian 1— General Reqekirements
1,2 PRICE AND PAYMENT PROC�DURES
A. Measucemeiit and Payment
1. Work associated �vith this ltem is considered subsidiaty to the various items bid.
No separate payment �vill Ue allo�ved for this �tem.
1.3 REFER�NCES [NOT USED]
1.4 ADMINISTRATIVE R�QUIR�MENTS
A. Preconstruction Video
1. P3•oduce a preconstruction video of the site/�liguuieni, including Rll areas in the
vicinity of aud to be affected by eonstcuctian.
a. Provide digitai copy of video upon c•equest by tlle City.
2. Retaiu � copy of the preconstruction video until the end of tl�e mniutenance sm•ety
peeiod.
1.5 SUBMITTALS [NOT US�D] _
I.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [Nt�T US�D]
l .7 CLOS�OUT SUSMITTALS �NOT USED]
1.8 MAIN'I'�NANCE MAT�RTAL SUBMITTALS (NOT US�D]
19 QUALITY ASSURANCE [NOT USED]
1,10 DELIV�RY, STORAGE, AND HANDLING [NOT USED]
1.I1 FIELD [SIT�j CONDITIONS [NOT US�D]
1.12 WARRANTY [NOT USED�
PART 2 � PRODUCTS (NOT US�D�
CI�CY OF PORT NOR'fH
S'fAN�ARD CONS'fRUCTION SPECII�ICATION DOCUMEN'1'S
Revised July 1, 2011
South Maiu Sfreet
Project No. 02113
01 32 33 - 2
PRF.CONSTRUCTION VIDEO
Page 2 of 2
PART 3 - CX�CUTION [NOT USED]
END OF S�CTION
• Revision Log
DATE NAME SUMMARY OF CHANGE
C1TY OF I�Oft'1' \VORTH South Main Slrect
STANDARD CONSTRUCT{ON SPECI[�1CA'CLON DOCUMENTS Projcct tJo. 02113
Reviscd Ju1y t, 2011
01 33 00 - (
SU13MI1"I'ALS
Page 1 of 8
I
2
3 PARTl- G�NERAL
4 1.1 SUMMARY
5
6
7
g
9
10
il
I2
13
14
1$
16
17 1.2
18
19
20
21 1.3
22 1,4
23
24
25
2G
27
28
29
30
31
32
33
34
35
36
3�
38
39
�0
SECTION 0133 00
SUBMITTALS
A. Section Iucluc[es:
1, General methods and �•equiremeuts of submissions applicable to the follawing
Work-related submittats:
fl. SIlOp Di'1\Vti1�S
b. Product Data (inchiding Standard Peoduct List submittals)
c. Samples
d. Mock Ups
B. Deviations fi•om this City of Fort Worth Standard Specification
1. Noiie.
C. Related Specific�tion Seetions inc(ude, but are not necess�rily limited to:
l. Division 0— Bidding Requirements, Contract Foi`I]1S �IICI COrialttPllS O�fIlB C011fl•act
2. Division 1— Geiieral Requii•ements
PRICE ANll PAYM�NT I'ROCEDUR�S
A. Measurement and Payment
1. Work associated �vit13 this item is considered subsic[iazy to tlie various ite�ns bid.
No sepacate �ayment tivill ba allo�ve<i foi• this Item.
REF�R�NCES [NOT US�ll]
ADMINISTRATIVE REQUII2EMENTS
A. Coordination
l. Natify the City in �vritiu�, at tlte titne of submittal, of aiiy deviations in tiie
submittals feoin the s�et�uireinents of the Contract Documents.
2, Coordination of Submitt�l Times
a, Prepare, prioritize and transmit eacli s��bmittai sufficiently in advauce of
performing t(ie related Woi•k o�• otlier applicable activities, or �vithin tlie ti►ne
specified in the iudividual Work Sectious, of the Specificaiions.
U, Conh•acfor is eespo�ssibie such that the iustatlation �vi[I »ot be delayed by
processit�g times iucl�fdi�ig, but tiot limited to:
a) Disa}�peoval and resubmittal (if requiced)
b) Coordi�iation �vitli otfier sub���iitals
c) Testing
d) Pucchasing
e) F�bricatian
fl Delivery �
g) Similac seqtienced lctivities
c, No extensiou oftime �vill be autltorized because of the Coiitcactor's faiIw�e to
transmit snbmittals sufficienNy in advance of tlie Work.
C1TY OI� PORT �VORTtI Soirtli Mr�in Street
S'PANDARD CONS'i'RUCTION SPECIFICA'1'ION DOCUMENTS Project T�'o. 02l i3
Revised Uecember 20, 2412 4'•
01 33 00 - 2
SUBMITTALS
P�gc 2 of 8
t
2
3
4
S
6
7
8
9
10
11
12
13
IQ
IS
16
17
18
19
20
2l
22
23
24
2S
2G
27
28
29
30
31
32
:i 3
34
35
36
37
38
39
ao
a�
az
�13
�34
45
46
d. Make submittals promptly in accordance �vit(� approved schedule, and in such
sequence as to catise i�o delay in the Wark or in the work of any otl�ec
cantractor.
B. Submittal Numbering
I. When sttbmitting sliop drawings or sem�les, ntilize a 9-cl�aractei• submittal cross-
refere�tce identi�cation �iam6erit�g systet7� in tl�e following manne�•:
a. Use the first 6 digits of tl�e ap�ilicable Specification Section Nwiiber.
b. For the �ieat 2 digits �iu�nber use »umbei•s 01-99 to sequeittially nuiTiber each
initial separate item oi• dra�viti� subniitted unclei• eacl� speeific Sectio�i i�umber.
c. Last use a letter, A-Z, indicating the resubmission of the same dra�ving (i.e.
A-2nd submission, B=3rd snbmissioi�, C=4th submission, etc.). A typical
submittal ��umber would be as follo�vs:
03 30 00-0$-B
1) 03 30 00 is t(ie Specification Section for Conccete
2) �8 is the eighth i�iitial sub►uittal undea• tliis Specific�►tion Section
3) B is the third suUmission (second i•esubmission) of that particular shap
dca�ving
C. COlitl'�CiOC Cel'tlfiCflf1011
I. Review sliop dca�viugs, prociuct data and sauiples, including those by
st�bco�itractors, pcior to submissio�l to determiite aiid verify tlie follo�viiig:
a. Field measuremeiits
b. I'ield constcuctioii ci•iteria
c. Cat�log numbeis and similar data
d, Conformance �vith the Contract Doctunents
2. Pc�ovide eacl� sliop di�awii�g, sample and product data submitted by t(le Conteactoi•
with a Certi�cation Stateuient affixed i�lclading;
a. The Contcactor's Company name
b. Siguature of sti6mittal revie�ver
c. Cartification Stateinent
1) "By tliis si�Umittal, I l�ei•eby i•epi•esent tl�at I I»ve detei•inilied aud verified
�eld measw�ements, field constructiott eciteria, mafe�•ials, dimensions,
eatalog ntunbers and similar data and 1 have checked ancf coorclinated eacli
ifem �vitli other applicable approved sliop dra�viilgs,"
D. Submittll Format
l, Fol<I shop dr��wiugs largec than 8'/z inches x I 1 inclies to 8%2 incl�es x 11 inches.
2. Bind shop dra�vings and product dlta sheets togethea�.
3, Ot•der
a, Covec Sheet
1) Desci•iption of Packet
2) Couteaetor Cecti�c�tio�i
b. I,ist of items / Tnble of Contents
c. Prodi�ct Data /Shop Dra�viiigs/Samp(es /Calculatio��s
�. Submittal Conte»t
l. Tlie d�te of submission and the dates of �tty previous submissioi�s
CITY OF POR7' 1VORTH
STAtJDA1tD CONSTRUCT[ON SPECICICATION DOCUMENTS
Revised December 20, 2012
Sou1h Main Slrcet
Projc:ct No, 02113
4
�
01 33 00 - 3
SUBMITTALS
Yage 3 of 8
1
2
3
4
S
G
7
8
9
10
11
l2
13
l4
15
1G
17
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
aa
41
a2
43
�a
45
46
2. The Project title and numbec
3. Confcacto�• identification
4, The �iat�ies of
a. Contractor
b. Supplier
c. Mauufacturer
S. Identification of the product, �vith the Specification Section m�mbec•, page and
pat•agraph(s)
6. I'ield diinetisions, cleacly identified as sucli
7. Relatioii to adjacent or eritic�l featuces af the Work o►• materials
8. Applicable standards, such as ASTM or Federal Specifieation nuiubers
9. Tde�rtification by higl�Iiglttii�g of deviatio�is fi•om Conti•act Documents
10. Ide�iti�cation by highlighiivg of i•evisions on resubtnittals
11, An 8-inch x 3-inch blauk space fo�• ConU•actor and City stamps
F. Shop Drawings
1. As speci�ed in individual Work Seetions includes, but is not neeess3rily limited to;
a. Ciistom-prepared data suclt as fTbrication and erection/installation {�vorking)
drativiEigs
b. Scheduled infoematiou
c. Setting diagrauis
d. Actnal sl�op�vork manufachi��ing instructions
e. Custom te�nplates
£ Special �viring ciiagrams
g. Coordination drativings
h. Individt�al system oi• equipment inspection and test i•eports i�icluding:
1) Performailce curves and certifica#io�is
i. As applicaUle to the Work
2. Details
a. Relatioii ofthe various pa��ts to the main �nembers and lines of tlie structure
b. Where coc�rect fabrication of the Work depends npon field meastu•ements
1) Provide such measurements aud note on the drawings ��rior to stabmitting
far approval,
G. Prodltcf Data
1. For submittals of ��roduct data for pi•oducts inciuded on the City's Standard Pcoduct
List, clear•ly identify each item selected for use on the Project.
2, Foi• submittals of p�•oduct data for products not includecl on the City's Stand�rd
Product List, subrnittal data may ine(ude, but is i�ot necessarily limited to:
a. Standard prepared data for m�i�ufachu�ecl products (sometimas referred ta as
cat�log daia)
1) Sttch as the manufacturec•'s product specification and installation
iust��uctious
2) Availability of colors and patte��iis
3) Manufacturer's printed statemettts of compliances and applicability
4) Roughing-in diagrams a�id templates
5) Catalog cufs
6) Product photographs
CITY Qr I�OI2T tiVORTH
S'1'ANDARD CONSTRUCTION SPECIEICATION DOCUMEI�tTS
Revised December 20, 2012
South Main Street
Project No. 02! 13
OI 33 00 - 4
SU13ivfITTAI.S
P�gc 4 ot' 8
l 7) Standard �viring diagcaius
2 $) Priiited performance curves a►�d operatioual-r�nge diagrams
3 9) Productioa� ai• nuality control inspection and test repoi�ts aiid cectifications
4 1p) Mill repo��ts
5 11) Pi•oduct ope�•ating and tnaintenance i�ist��uctions a«cl t•ecommeiided
G spa��e-pa��ts listit�g and pt�inted pi•oduct �varrluties
7 12) As applicable to tl�e Work
8 H. S�mples
9 I, As speci�ed iu iudividual Sections, iiiclude, but a►•e �iot uecessac•ily liniited to;
10 � a. Pl�ysical exam��les of tlie Wock such as:
1 I 1) Sections of manufactuced or fabric�tecl Work
12 2) Srnal( cuts oi• co�atainers of materi�ls
13 3) Couiplete uiiits of i•epetitively used pa•oducts coloi/te�ture/patte►•ii swatc(ies
1� �itd a'auge sets
l5 4) Specimens for coordination of visual effect
1G S) Graphic syanUols aud wiits of Work to be usecl by the City for independent
17 iiispectio�� and testiiig, as applicaUle to tlie Worlc
18
19
20
21
22
23
24
25
26
2'i
28
29
30
31
32
33
34
35
36
37
38
39
40
41
�12
43
44
A5
ab
47
I. Do not st�rt Work ce�uicing a shop drawin�, s�mple or product d3ta nor any material to
be fabricated or installec( prior to tlie appcov�l or qualified approval of such iteui.
1. Pabrication �erformeci, mlterials piu•chaseci or on-site construction aceom�>lisl�ed
�vl�ich does not couform to approved sho�� dra�vings and data is at the Contractoc's
risk,
2, The City wi(I not be liable for any� expense or delay ciue to corcections or �•emedies
required to aeeoinplish conforniity.
3. Coiuplete project Work, materia(s, fabcicatiot�, and installations in conFocmince
with appcoved shop dra�viugs, ap�licable samptes, and product data.
J. Si�bmittal Dish�ibtition
l. Blectro�lic Distcibutio�i
a. Confiri�i development of Pcoject directo�y for eleetrot�ic submittals to be
uplo�ded to City's Buzzsa�v site, or another exteenal FTP site �pproved by the
City,
b. Shop Drawiugs
1) Upload submittal to desig�iatecl p►•oject directory aud notify appropri�te
City represeiit�tives via email of subtnittal posting.
2) Hacd Copies
�) 3 capies foc aII submittals
b) 1f Contractor requices more tl�at� 1 l�ard copy oF Shop Dra�vin�s
returned, Contractoa• shall submit more tl��n the �iumbei• of copies listed
above.
c. Product Data
1) Uplo�d subn�ittal to designated project directory aud notify �ppcopriate
City represeutatives via email of suUmittal postiiig.
2) Hard Copies
a) 3 copies foc all snbmittals
d. Sam�les
1) Dish•ibuted to the Pcoject Representative
2. Hai•d Copy Distcibution (if rec�uiced iii lieu of electi•onic distribution)
C1TY OF PqR'f 1VORTH South Main $Ircet
STANDARD CONSTRUCTION SPF.CI�[CA7'lON DOCU�v1�NTS Projcct No. 02i 13
licvised Dccember 20, 2012
1
2
3
4
S
G
7
8
9
l0
11
12
13
1 �i
i5
16
1'7
18
19
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
44
�S 1
42
�13
aa
45
4b
47
48
013300-5
SUBMITTALS
Page 5 of 8
a. Shop Drativings
1) Distributed to the City
2) Copies
a} 8 copies foc mecha�3ica1 sabmittals
U) 7 copias foc �ll other submittals
c} If Contracto�• ►�equires more than 3 copies of Shop Dra�vings ►�eturned,
Contractor shall submit more than the numUer of copies listed above.
b. P�•oduct Data
I) Distributed to tl�e City
2) Copies
a) 4 copies
c. San�E�les
I) Distributed to the Project Represe��t�tive
2) Copies
a) Submit the number stated iu the respective Specification Sectioiis.
3. Dist�•ibute ra;n•oductions of approved shoE� dra�vir�gs and copies of a��proved
product data and samples, �vhere �•ec�uired, to the job site �le and elsewhece �s
directed by the City.
a. Provide number of copies as dit•ectecl by the City but not exceeding tlie nuinber
previously speci�ed.
K. Submittel Revie�v
l. Tlie revie�v of shop dra�vings, data aEid sainples �vil( be for general confoa•mance
witl� the design eonee��t aad Contract Docu►nents. This is not to be construed as:
a. Permitting any depertuc•e from ttie Coutract requis•ements
b. Relieving tlie Coirtcacto�• of �•espansibility for any eci•ors, i�icludi�ig details,
dime�isioiis, a�id materials
c. App�•ovi►�g cieparfut•es fi•om details furnisl�ed by the City, except as other�vise
provided het•ein
2. The revie�v a►id approva) of sliop di�a�vings, sa�t�ples oi• pt�odi�et d�ta by the City
does uot relieve tlie Conti•actot� from Itis/her resE�onsibility �viih regard to tlie
fitl�lltneait of the terms of the Contract.
a, All risks of erroi• 1nd oti�ission are assumed by tfie Cont�•acto�•, and tlie City will
liave no responsibility theeefore.
3. Tl�e Colitractor re�uains responsible far details and accucacy, for coordi�latir�g the
Work with atl otl�er associated �vork aud trades, for selectn�g fabricatian processes,
for techniques of assembly ancl for perfo�ini�ig Work in a safe maui�er,
4. [f the shop dra�vings, data oi• samples as sub�nitted desej�ibe vaciations and show a
departure fi�om the Contract requiremecrts �vhich City finds to be in the interest of
the City and to be so minor as not to involve a chaiige iu Contract Pi�ice oi• time for
pecForniauca, tlie City inay i•eturn the reviewed dra�vings �vithout noting an
eace�fion,
5. Submittals will be returi�ed to flie Contractor uuclec 1 of the follo�ving codes:
a. Code ]
1) "NO EXC�PTIONS 'I'AKEN" is assigiied �vhen tliere ace no not�tioi�s or
comments on tl�e submittal.
a) Wlie�i retui'118tI Utic�Ef'tllis COt�e tfts COtttfactoc may release tlie
equi��ment aiid/or ulate��ia1 for inanufacft�re.
b. Cade 2
CITY OF FORT 1YORTH
STANDAl2D CONSTRUCTION SY�CI[�ICATION AOCUIvtEN'PS
TZevised Deccmber 20, 2012
Soutii Main Strecl
Projcct No. 02113
01 33 00 - 6
SUBMITTALS
P�ge 6 of 8
1 1) "EXCEPTIONS NOTED". Tl�is code is assigned �vhe�� a confirmation of
2 tlie uatations a�id commeiits IS NOT ��equired by tlie Contractor.
3 a) The Contractor may release the equipiiient or material for u�anufactuce;
4 ho�vevec, all notations aud coinments must be incocporated into the
5 final product.
10
11
12
13
14
IS
16
t'1
l8
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
�k3
�;��
4S
c. Code 3
l) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assig�ied �vhei� uotations aiid comments ace extensive enough to j•eni�ire a
resubuiittal of tl�e package.
a) The Contcactor may cele�se the equipment or u�aterial for manufactnce;
ho�vever, all tiotations aud comments must be it�cocporated iuto the
final product.
b) Tliis resubmitta( is to �ddress all com�ne►its, OlT11SSIOIIS flI1C{
noi�-coiiforming ifems that wece noted.
c) Resubmittfi( is to be receivecl by the City �vithin 1 S Calendac Days of
the date of tlie City's tcansmitta( renui►•i�ig tlie resubinittal.
cL Code 4
l) "NOT APPROVED" is assigned �vhen the subiuittal does not meet the
intent of the Contract Docun�ettts.
a) The Contr�ctor must resubmit fhe entii•e package revised to bring the
sttbmittal into confo�•�nauce.
b) If may be necess�cy to resubmit using a diffece►�t manufacti�cer/veudoc
to tneet tEie Coiitr�et Documents.
6. Resu6mittals
a, Handled in t(�e same manner as first submitta(s
1) Corrections othe�• than N�equested by the City
2) Macked with revision triaugle oc other sin�ilar met(�od
a) At Coutractar's risk if not tnarkec[
b, Submittals for eacli iteiii �vill be ��evie�ved �io ulore tl»n twice at the Ciry's
eYpense.
l) A(l subsenuent revie�vs �vill be pecformed at times conveuient to fhe City
1nd �t the Coutcactoi•'s expei�se, based on tl�e City's or City
Repceseiitntive's then �i•evai(iug rates.
2) Provide Coiitcactoa� reimbursement to tl�e Ciiy ivithin 30 Caleiular Days fa•
all such fees invoiced by the City.
c, The need fo►• more ttinu 1 cesuUmission or �ny other delay in obtzining City's
�•evie�v of submittals, rvill not eiltitle fhe Co�ltr�ctor to an extension of Couti�let
Tiiue.
7. Aa��ti�l Si�bmitt�ls
�. City reserves the right to not review submittals deemed p�i�tinl, �t the City's
disci'etion,
b. Subinittals deemed by fhe City to be not com4�lete will Ue returned to the
Co��h•actor, and �vill be considei•ed "Not A�proved" until resi��initted.
e, Tl�e City �nay at its optio�i �i•ovide a list or mark the submittal directiug tlte
Coufeactor to the nce�s tl�af are incomplete.
4G $. [f the Coirtcacta• considers auy co1•rection indicated an the shop dra�vings to
47 constifute a change to the Co►itcact Docunients, then �vritten notice must be
48 provided thereof to the City at least 7 Calenciar Days pcior to �•elease foc
49 mauafactuce,
C1TY OC PORT �VORTH South Maiu Slreet
S'1'ANDARD CONSTRUC7'ION SPBCIFICA7'1qN llOCUMENTS Project No. 02113
Revise<I Dccem6er 2Q 2012
013300-7
SUI3MITTAt,S
Pnge 7 of 8
1 9. When the sl�op dra�viii�;s have Ueen completed to the satisfaction of tlie City, tlie
2 Contractor may carry out the coustruction in aeeordance therewith and uo fu��thee
3 changes therein except upon w�•itten instt•uctions fi•om the City.
4 10. Each submiftal, appropriately coded, �vill be �•eturned �vitliin 30 Calendar Days
5 follo�vin�; receipt of submittal by ttie City.
6 L. Mock ups
7 1, Mock UE� units as specified in individual Sections, include, but are not necessarily
8 limited to, complete units of the standard of acceptance for tl�at type of Work to be
9 usad on the Project. Re�nove at tlie cantpletio�l of the Work or �vl�en di�•ected.
1p M. Quali�cations
I 1 1, If speci�cally cequired i�i otlier Sec#ions af these Specificatiotis, submit a P.E.
12 Ce��tification foy eacli item eequired.
13 N, Reqiiest foc Tnfarmafioii (RFI)
14 3. Cantractor Request for additioual informafio�i
15 a. Clariiieation or interpa�etation of the eontraet docinnents
16 U. Whe�i fhe Confcactoc believes tltere is a eonflict between Contract Docuinents
17 a Wlten tlie Colltractor believes there is a conflict behveen the Drawings and
18 Specifications
19 1) Identify tlie co�lflict �nd cequest clarification
20 2. Use tlie Request foi• J�iformatiou (RFI) fo�•m provided by ilse City.
21 3. Nt�mbering of RFI '
22 a. Prefia �vith "RFI" follotived by series �ia►nber, "-xxx", beginning �vith "O1" and
23 iuereasing sequentially with each adctitional iransmittal.
24 4, Si�fiicieut information sha(1 be attacfied to pecmit a Svriften response �vitl�out fut�tl�er
25 i;�fa�matioit.
26 5. T'he City �vill log each rec�uest aiid rvill revie�v the reqiiest.
27 a. If revie�v of t(ie project i�iforivation a�eqttest indicates that a cliar�ge to tlle
28 Confract Documeuts is required, tfie City �vill issue a Field Ocder ot� Cliaiige
29 Ocder, as appropriate.
30 1.5 SUBMITTAI.S [NOT US�D]
31 1.G ACTI�N SUBMITTALS/IN�O�tMAT10NAL SUBMITTALS jNOT USEll]
32 1,7 CLOS�OUT SUBMITTALS [NOT US�D]
33 1.$ MAINTENANC� MATERIAL SUBMITTALS [NOT USED]
3� 1.9 QUALI'I'Y ASSURANC� [NfJT US�Dj
35 1,10 DELIVERY, STOI2AGE, AND HANDLING [NOT USED]
36 L11 FIELD [SI�'�] CONDITIONS [NOT US�D]
37 1,12 WARRANTY �NOT USED]
CITY OF I�OR7' �VORTH South Main Street
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENT'S Project No. 021 t3
Revised Deccmber 2q 2012
OI3300-8
SUBMtTTALS
Page 8 of 8
i PART 2- PRODUCTS [NOT US�D]
2 PART 3 - �X�CUTION [NOT US�Dj
3 �ND OF SECTION
4
Revision �.og
bATE NAME SUMMARY OF CHANGE
12/20/2012 I�. Johnson 1.4.K.8. Working Days modified to Calcudar D�ys
5
CITY OF FORT NORTH
STANDARD CONS'fI2UCt'ION SPECIFICA"CtON DpCUMGN'fS
Itevised December 20, 2012
Sadh M�in Strect
!'roject No. 02113
013513-I
SPECIALPROJGCTPROCEDURES
Page 1 of 8
�
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
SECTION O1 35 13
SPECIAL PROJECT PROCEDURES
A. Section Includes:
L The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Notification
g. Public Notification Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust Control
k. Employee Parking
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 12 25 — Connection to Existing Water Mains
24 1.2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement
1) Measurement for this Item will be by lump sum.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for at the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) AdditionalInsurance
5) Insurance Certificates
6) Other requirements associated with general coordination with Railroad,
including additional employees required to protect the right-of-way and
property of the Railroad from damage arising out of and/or from the
construction of the Project.
2. Railroad Flagmen
CITY OP PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised Decembcr 20, 2012
South Main Street
Project No. 02113
O1 35 13 -2
SPECIALPROJECTPROCEDURES
Page 2 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
a. Measurement
1) Measurement for this Item will be per working day.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements associated with Railroad
3. All other items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
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 date logged at the end of this
18 Specification, unless a date is specifically cited.
19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
20 High Voltage Overhead Lines.
21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
22 Specification
23 1.4 ADMINISTRATIVE REQUIREMENTS
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
A. Coordination with the Texas Department of Transportation
1. When work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
Q
3
�
Regulatory Requirements
a. All Worlc near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
Work within 6 feet of high voltage electric lines
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02113
Revised December 20, 2012
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Air Pollution Watch Days
1. General
a. Observe the following guidelines relating to working on City construction sites
on days designated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozone Season
1) May 1 through October 31.
c. Critical Emission Time
1) 6:00 a.m. to 10:00 a.m.
2. Watch Days
a. The Texas Commission on Environmental Quality (TCEQ), in coordination
with the National Weather Service, will issue the Air Pollution Watch by 3:00
p.m. on the afternoon prior to the WATCH day.
b. Requirements
1) Begin work after 10:00 a.m. whenever construction phasing requires the
use of motorized equipment for periods in excess of 1 hour.
2) However, the Contractor may begin work prior to 10:00 a.m. if:
a) Use of motorized equipment is less than 1 hour, or
b) If equipment is new and certified by EPA as "Low Emitting", or
equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
E. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
F. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section O1 31 13
46 G. Water Department Coordination
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised Deccmbcr 20, 2012
South Main Strcet
Project No. 02113
013513-4
SPECIAL PROJECT PROCEDURES
Pagc 4 of 8
1 1. During the construction of this project, it will be necessary to deactivate, for a
2 period of 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.
� 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 project.
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 activiry 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 Mischie fl 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. Prior to beginning construction on any block in the project, on a block by block
21 basis, prepare and deliver a notice or flyer of the 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 (CPN)
30 c) Scope of Project (i.e. type of construction activity)
3 l d) Actual construction duration within the block
32 e) Name of the contractor's foreman and phone number
33 � 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 L Public Notification of Tempora�y Water Service Interruption during Construction
43 1. 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 temporary
48 interruption.
CITY OF �ORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Projcct No. 02I 13
Rcvised Deccmber 20, 2012
1
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
01 35 13 - S
SPECIAL PROJECT PROCEDURES
Pagc 5 of 8
b. Prepare flyer on the contractor's letterhead and include the following
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
J. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
K. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certi�cates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance with
the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
L. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
M. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Decembcr 20, 2012
South Main Strect
Projcct No. 02113
O13513-6
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 US�D]
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]
ffl
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4.B — 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 Oi' FORT WORTH South Main Strcct
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02113
Revised Dcccmbcr 20, 2012
O1 35 13 - 7
SPECIAL PROJECT PROCEDURES
Pagc 7 of 8
1
2
3
4
5
6 Date:
7
8 CPN No.:
9 Project Name:
10 Mapsco Location:
11 Limits of Construction:
12
13
EXHIBIT A
(To be printed on Contractor's Letterhead)
14
15
16
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WIL� 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 CAL� (817) 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
37
CITY OF FORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02113
Revised Dccembcr 20, 2012
01 35 l3 - 8
SPECIAL PROJECT PROCEDURES
Pagc 8 of 8
�
2
EXHIBIT B
FORT WO�TH
�'
Date:
�oE no. xxxx
�� r��o:
NOTICE OF TEMPORARY WATER SLRVICE
INTERRLiPTIOI�I
DUG TO UTILITY IMPROVEMGNTS IN YOUR N�IGHBORHOOD, YOUR
WATER SERV[CE WILL BE INT�RRUPT�D ON
BETW�F,N TH� HOURS OF AND
Ir YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT
(CONTRAC'CORS SUPERINTENDENT) (TELEPHON� NUMB�I2)
OR
MR. AT
(CITY INSPECTOR) (TELEPHON� NUMBER)
THIS INCONVGNiENCE WILL I3I: AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
3 __ ------ _ _
4
CITY OF FORT WORTH South Main Strcct
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No. 02113
Revised Dcccmber 20, 2012
O1 45 23 - I
THS1'1NG AND INSPECT[01�! SElZV1CH5
Page 1 of 2
1
2
3 PART 1 - GENERAI.
SECTION O1 4S 23
TESTING AND INSPECTION SERVICES
4 1.1 SUMMARY
5 A. Section Includes:
6 l. Testing anc{ inspectio�l sei•vices procedt�res ttud coordivation
7 B. Deviations fi�oin tl�is City of Fot�t Woi�tli Standa�•d S�ecificatio�i
8 1, No�ie.
9
10
11
C. Related Speciiication Sections inelude, bat are a�ot �iecessarily litiiited to:
1. Division 0— Bidding Requirements, Coniract Forms and Conciitians of t{ie Conteact
2. Divisio�i 1— General Requicemeiits
PRICE AND PAYM�NT PROCEDURES
12 l.2
A. Measiu•ement atid Payment
1. Wark associated �vith this Item is considered subsidiaiy ta the various Items bid.
No separate payment �vill be allo�ved for ihis Item.
a. Contractor is respousible for pei�forming, coordinating, aud payment of a(1
QUality' COiliI'OI ieSCtilg.
b. City is respousible for ��ecforming and payment for first set of Quatity
Assuranca testing.
1) If the first Quality Asstii�ance test perfoi�ined by tlie City fails, the
Contracior is responsibte for payine�it of subsequent Quality Ass�u•ance
testing unfil a passing test occurs.
a) Final acceptance �vill not be issued by City uutil all requiced payments
for tasting by Conti•aetor ha��e been paid in fi�ll,
R�FEI2�NC�S [NOT USED]
13
14
IS
I6
17
18
19
20
21
22
23
24
25 I.3
26 1,4 ADMINISTRATIV� REQUII2�M�NTS
A. Testing
1. Complete testiug in accordauce �vitli ilie Cont�•act Documents,
2. Caordinatio��
�. Wiieit testing is rec�aired to be performed by the City, notify City, sufficiently
in advance, �vhen testing is neecied.
b. Wheit testing is required ta be coiTipleted by the Coirtractor, �iotify City,
sufficiently itt acivaitce, that testing �vilt Ue performed.
3, DistriUution of Tasting Reports
a. E[ectronic Distribution
1) Confirm developinent of Project directory for electronic submittals to be
t�ploaded to City's Buzzsa�v site, or another e�ternal FTP site approved b}�
tlte City,
27
28
29
30
31
32
33
34
3S
3G
37
38
CITY Of' F�OR'1' \VORTH Soidli Main Street
STANDARD CONSTRUGI'lON SPF.CIFICATION DOCUMENTS Yroject No. 02113
Re��ised July i, 2011
1
2
3
4
5
G
7
8
9
10
11
12
13
lA
IS
16
17
18
f�.
20
2t
01�523-2
T�STING AND INSPECTION SERVICL:S
k�nge 2 of 2
2) Upload test i•eports to designated project directoiy aiicl notify app►•o�riate
City represe�itatives via email of submittal posting.
3} Hard Copies
a) I copy for al( subinitta(s subiuitted to the Project Represe»tative
b. Hard Copy Disti•ibution (if renuired in lieu of elect►•onic ciistcib��tia��)
1) Tests pei•forined by City
a) Disti•ibute 1 liard copy to tlie Contractor
2) Tests perforuied by the Co�itractor
a) Distcibute 3 hard capies to City's P��oject Represei�tative
4. Provide City's P►•oject Reprasentative �vith tcip tickets for each delivered loact of
Co�icrete or Lime material ii�cluding tlie follo�viug inforn�atia��:
a. Name of pit
b, Date of deliveey
c. M�teria( delivea•ed
B. Iuspection
1. Inspection or laek of inspection does iiot relieve the Cont�•actor froin oblig�tion to
pecfot•m �vork in accoi•dauce witli the Contract Documents.
1.5 SUBMiTTALS [NOT iJSED]
1.G ACTION SUI3MITTALS/INI'ORMATI�NAL SUBMITTALS [NOT US�D)
1.7 CLOS�OUT SUBMITTALS [NOT USCD]
1.8 MA�NTENANC� MATERIAL SUBM�TTALS [NOT USED)
22 1,9 QUALITY ASSITRANCE [NOT USED]
23 1.10 DELIV�RY, STORAG�, AND HANDLING [NOT USED]
24 1.11 FIELD jSIT�] CONDITIONS [NOT US�D]
25 1,X2 WARRANTY [NOT US�D]
26 PART 2- PRODUCTS [NOT US�D]
27 PART 3 � �XLCUTION [NO'I US�DJ
f►�:3
29
END OT' S�CTION
Revision Log
bATE NAME SUMMARY OF CHANG�
30
I
CITY OF FOR'f iVORTH South tvfnin Street
STANDARU CONSTRUCTIQN SPGCI�ICAT[ON DpCUMGNTS Project No. 02113
Revised July l, 201 l
o i so 00 - i
TF.�vtPORA2Y FACILITIES ANb COiVT20LS
Pege [ of A
1
2
S�CTION 0� 50 04
TEMPORARY FACILITIES AND CONTROLS
3 PART1- GEN�RAL
4 1.1 SUMMARY
5 A. Section Tnchides;
6 1. Fcovide temporaiy facilities and cant►•ols needed fo�• the bVork including, but iiot
7 neeessari(y limited to;
8 a. Tem�orary utilities
9 b. Sanitary facilities
10 c, Storage Sheds and Buildings
1 � d, DLiSt C011ii'OI
12 e. Te�ii��oi•acy fencing of the canstruction site
I3 B. Deviations fi•orn this City of Foi�t Worth Standard Specificatiou
14 l. None,
t5
I6
17
�g z.z
C. Related Specificatio�i Sections include, but are not uecess�rily liniited to:
1, Division 0— Bic{ding Rec�tiirements, Confract Forms a�id Cotidifions of tlie Co�iEract
2, Division 1— Getie�•al Reqairemenfs
PRIC� ANll PAYMENT PROCEDURCS
I9 A. Measuceme�it aiid Paymeiit
20 1. Work associated �vith this Ite�n is considered subsidi�►y to tlie variotts Items bid.
2t Na sepac•ate payment �vill be allo�ved far t}iis Item,
22 1.3 REF�R�NC�S [NOT USED]
23 1.� ADMINISTRA`�'IV� R�QUIItEM�NTS
24
25
26
27
28
29
30
31
32
33
34
35
3G
37
38
39
ao
A. Temporacy Utilities
I. Obtai�iing Temporary Service
a, Make arrangements with utility ser4�ice co�npanies for tempora�y seivices.
b. Abide by i�ules and re�ulatiolSs of uti[ity se��vice companies or authorities
having jarisdiction.
c. Be responsible for »tility se�•vice costs �urtil Wock is approved for Fina!
Acceptance.
1) Iiicluded are f��el, po�vei•, ligi�t, heat and other utility sea•vices necessai•y for
execution, completion, testing and initial operation of Wock.
2. Water
a. Contractor to provide �vatec rec�uiced for and in connection �vitl� Work to be
pecfoi'med �ttid for speci�ed tests of �ipi�ig, ec�uipme�it, devices or otlier use as
requiced fol• the completion of the Work.
b. Provide and mait�tain adeqliate supply of potable �vater for domestic
COilStlil1�110i1 �y COtifl�actoi• pecso�a►ael and City's Project Represe�itatives,
c. Coordination
1) Contact City 1�veek Uefoi•e �vate►• for co�isteuctioit is desired
Ct7'Y OP PORT �VORTH South Mnin Streel
STANDARD CONSTRUCt10N SPGC[P[CATION DOCiJMEi�lTS Project T'o. 02113
}teviscd July 1, 20l I
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
]G
1 `7
18
19
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
3�
35
36
37
38
39
40
41
a2
�3
4�1
ois000-2
TEMPORAILY �ACILITIES AND CONTROI.S
PflgC 2 OT�i
Kj
4
5.
d. Contractoc Pay�nerit for Cot�sti•uction Water
1) Obtain constcuction �vater ineter from City for pay►��ent as billed by City's
estnblisl�ed rates.
E[ectcicity and Lighting
a. I'rovide and p�y for electric po�vered service �s required for Work, includiug
testing of Wock.
1) Provide potiver foc ligliting, oper�tion of ec�uiE�ment, or othei• use.
b. �lectcic po�ver secvice includes tentporaiy power service or geiierator to
maintain operations dlicing scheduled slwtdo�vii.
Tele;phone
a. Provide emergency teiephone service �t Site for ttse by Co►�tcactor pe�sonnel
and others perfo►•miiig �voa�k oa• furnishi�ig se�vices at Site.
Tempora�y Heat and Veiitilatioii
�t. Provide tampora�y lieat as iiecessaiy for protection oi• cotnpletio�i of Work.
b. Provide tempor�iy heat and ventilatioii to assi�re safe �vorking couditions.
B. Sauitary Facilities
1. Pa•ovide anci maintain sanita�y flcilifies for pecsons on Site.
a. Co�n�ly �vith regulatious of State ��id local departments of hellth,
2. Enfoi•ce use of sanitary facil'sties by constructioai personnel at job site.
a. E�iclose aud �►iclio�• sauita��}� fncilities.
b. No discf�arge �vill be at(o�ved from these facilities.
c. Callect and stoce se�vage and �vaste so as not to cause nuisauce oc health
probleni,
c[. Haut se�vage and tivaste off site at i�o less tl�an �veekly iuteivals aud properly
dispose in accordance with applicable i•eglilation,
3. Locate faeilities near Work Site atid keep cleau and maintained througfiout Project.
�. Remove facilities at com�letion of Project
C. Stora�e Sheds and Buildiugs
l. Provicie adequately ventilateci, �vatertight, �ve�tl�erproof stoeage facilities tivitli floor
above gro�u�ci level fo�� a»ateriats and e�uipment s»sceptiUle to �veathei• damage.
2. Stocage of matecials not susceptible to �veathee c[amage may be on blocks off
grotutd,
3, Store �naterials in a neat and orderly manner.
a. Place mate��ials and equipment to permit easy access for identi�e�tion,
inspection and invenfoiy.
�. Eqnip buildin� �vitli lock�ble doors aiid lighiing, aild pro��ide electrical secvice for
equipitie��t spaee lieaters aucl l�eating or ventilatioii as neeess�ry to provicie starage
euvironments �cceptable to specifieci ivanufacturecs.
5, Fill and grade site for temporary structtu•es to provide drainage a�vay fi�om
temporaiy and existing buildiugs.
6. Reu�ove buildi►ig fcom site prior to Fin�l Accept�nce.
D. Temparaiy �'encing
1, Arovicie aiid maii�tain foi� the dtu�atio►� or constructioi� �vlien i•equit•ed in co�itract
documeuts
45 E. Dust Control
Cl'PY OF I�ORT �VORTH
STANDARD CONSTRUCl'ION SPECIFICA"I'ION llOCUMEN'i'S
Rcviscd Jtdy 1, 2011
SouUi Main Street
Praject i�o. 021 13
1
2
3
4
S
6
7
8
9
10
11
12
13
l4
15
ir�
015000-3
TEMPO(2AI2Y FACILITIES AND CONTROI S
Page 3 of 4
1. Confractor is responsiUie for maintaining dust control through the ducation of the
E�roj ect.
a. Contractoi• i•emaius on-call at all times
b. Must respond in a timely �uanner
F. Tempo�•ary Protection of Const��uetion
1. Co�itractor oi• st�bco�itractars are responsible for protecting Woi•k fi•om da�nage dt�e
to �veati�er.
1.5 SUBMITTALS {NOT USED]
1.6 ACTION SUI3MITTALS/INFOl2MATIONAL SUBMITTAL,S [I�IOT USCD]
1.7 CLOSEOUT SUBMITTALS [NOT US�D]
1.8 MAINTENANC� MATERIAL SUIiMITTALS [NOT US�D]
1.9 QUALITY ASSURANCE [NOT US�D]
1.10 D�LIVERY, STORAGE, AND HANDLING [NQT USTD]
1.11 FIELD [SIT�] CONDYTIONS [NOT ITS�D]
1.12 WARRANTY (NOT USEll]
PART 2 - PRODUCTS [NOT USED]
17 PART 3 - �X�CUTI�N [NOT USED]
18 3.1 II�TSTALLERS [NOT USED]
19 3.2 �XAMiNATION [NOT USED]
20 3.3 PRrPAI2ATION (NOT USED]
21 3.4 INSTALLATION
22 A. `I'ei�i��orary Facilities
23 1. Maintaiu all tempo��ary faci(ifies for duration of constructiou activities as needeci.
24 3.5 [REPAIRj / [7tESTORATION]
25 3.6 RE-INSTALLATION
26 3,7 FIELD �oa] SIT� QUALITY CONTROL [IVOT USED]
27 3.8 SYSTEM STARTUP [NOT USED]
28 3.9 ADJUSTIN�G [NOT US�D]
29 3.10 CL�ANING [NOT USEDJ
30 3.l l Cr.OSEOUT ACTIVITI�S
31 A. Temporary �'acilities
Cl'1'Y OF FORT �l'ORTH
STANDARU CONSTRUCT[OAI SPF.CIFICATION llOCUMF,NTS
Revised July 1, 2011
South tvinin Street
Yroject No. 021 t 3
i
a�soao_�
TEMPORARY FAC1LfCIES AtdD CONTROLS
P�ge 4 of A
1 1, Remove all tempora�y f�cilities and restoi�e acea after completion of the Work, to a
2 eonclitian enual to or better than pcior to stai�t of Woek.
3 3.12 PROTECTION [NOT USGD]
4 3.13 MAINTENANCE [NOT US�D]
5 3.14 ATTACHMENTS [NOT US�D]
6
7
ENA OI{ S�CTION
Revision Log
DATE NAME SUMMARY OF CHANG�
8
C1TY OF FORT 1VQRTtI Soutli Main Street
STAt�lDARD CONSTRUCTION SPHClI�1CA'1'ION DOCUMEN'I'S Project No. 02l 13
Rcvised Jtd}' I, 201 t
OlSS26-1
STRE�T USE PEIZMI'I' AND MODI�[CAT[ONS TO TRA('('IC CaNTRpL
� Pnge 1 of 3
i
2
s�cTloN al ss 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUMMAR'Y
5
6
7
8
9
10
]l
12
13
1 �t
15
IG 1.2
A. Section Includes:
1. Ad�t�inistcative p�•ocedai•es for:
a. Street Use Pecmit
b. Modification of ap�roved traffic control
c. Removal of Street Signs
B. Deviatio��s fi'om this Cify of Fort Worih Stanc�ard Specification
1, None,
C. Related S}�ecification Sections include, but are not necassarily limited ta:
1. Divisioii 0— Bidding Requirements, CO[lii'ftCt POI'iT1S c311C� COItC�itt0115 Of ili8 COtlft'TCY
2. Divisio�i 1— General Reniti►•ements
3. Sectioii 34 71 I 3— Ti�affic Coa�trol
PRIC� AND PAYMENT PROCEDURES
17 A. Measui•ement end Payment
18 1. Work associated �vitli this Ite�u is considered subsidia�y to the various Items bid.
19 No separ�te payment �vill be a[lo�ved for tt�is Itexn,
' 20 1.3 ItGI+'EItENCES
21
22
23
24
25
26 1.4
27
28
29
30
31
32
33
3A
35
36
37
38
A. Refe�•eiice Sia�idai•ds
l. Reference standards cited in this specificatioi� refec to the current reference st�ndard
published et the time of the latest cevisian date logged at the end of this
specificatioii, unless a date is specifically cited.
2, Texas Mflntial oit Unifortn Traffic Co»t�•ol Devices (TMUTCD).
ADMINISTRA.TIV� R�QUIR�MENTS
A. Tr•affic Contcol
1. General
a. 1��hen fraffic control plai�s a�•a ii�clucied i►i t}ie Dra�vings, provide Traffic
Control in accardauce �vitli Dra�vings and Section 3� 7l 13.
b. When traffic control plaus a�•e uot i�icittded irrthe Da•a�vings, prepa�•e traffic
eontrol �lans in accordance �vith Section 34 71 13 and submit to City for
revie�v.
1) fllloiv minimum 10 tivorking days for revie�v of proposed Tcaffic Coi�troI.
B. Street Use Permit
1, Prior to insiallation of Traffic Control, a City Street Use Pecmii is rec�uiced.
a. To obt�in Street Use Permii, submii T�•a�c Control Plaus to City
Transpoi�tation and Public Works Departntent.
CITY OF I�OR'f 1VORTH South tvfain Street
S'CANllARD CONSTRUCTION SP�CIFICA'CION DQCUMF.N7:S Projcct No. 02113
Revised July i, 20L 1
015526-2
STREET USEi Y�RM1T AND MODTFICATIONS TO TRAFPIC CONTROI,
Page 2 oF 3
1
2
3
1) Allo�v a minimuin of 5�vorkiug days for pecmit revie�v.
2) Cotitcacto�•'s responsibility to coordinate review of Tcaffic Coi�tcol plans for
Street Use Per►nit, sucli tliat coi�stcuction is not delayed,
4 C. Modi�cation to Approved Traffic Cotitcol
S 1. Prior to instal(ation traf�c coutrol:
d a. Submit �•evised traff'ic control plans to City Depa�tmeut Trauspoi�tatioi� and
7 � Public Works De�artment.
8 1) Revise Tcaffic Control plans iti accordance �vitli Sectio�i 34 71 13.
9 2) Allo�v mini�ntun S«�orking days for a•eview of revised Traffic Cantrol.
10 3) It is ttie Contracto��'s respousibility ta coordinate ��evie�v of Traffic Contcol
11 plans for Street Use Permit, suc(i tl�at consh�uction is uat de(ayed.
12 D. Remov�l af Sh�eet Sign
13 1. If it is determined that a sireet si�n nnist Ue �•emoved for constructiou, tiien eontact
14 City Transpoctatioti and PuUlic Woi•ks Depai�tuie�it, Signs aiicl Markiugs Divisioit to
I S reu�ove tlie sign.
16
17
18
l9
20
21
22
23
24
25
�. Tempora�y Signege
1, In fl�e case of regulatoty sigus, ceplace permanent sigu �vith temporary sign meeting
req►�irements of the latest editian of the Texas Manufll on Unifoi'Ill Ti'AP�IC COt1fFOI
Devices (MUTCD).
2. Inst�ll teniporary sign before tl�e removal of permanent sign,
3. Wl�e�i coustcnction is cai�plete, to the exteiit that t(ie permanent sign can be
reinstalled, contact die City Tr�nspo�•tatiou aud Public Works Department, Signs
flnd M�rkings Divisiaii, to reinst�ll the pecmai�ent sigu.
F. Traffic Contral Standards
l. Traffic Ca��trol St�ndards ca�i be found on the City's Buzzsa�v �vebsite.
2G 1.5 SUBMITTAT�S [NOT USED]
27 1.6 ACTION SUBMITTALS/INTORMATrONAL SUBMITTALS [NOT US�D]
28 1.7 CLOSEOUT SUBMITTALS [NOT US�D]
29 1,8 MAINT�NANC� MATERIAL SUI3MITTALS [NOT USED]
30 1.9 QUALITY ASSUItANC� [NOT US�DJ
31 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED]
32
33
1,11 FILLD [SIT�] CUNDiTIONS [NOT US�D]
1,12 WAItItANTY [NOT USEll]
34 PART 2 - 1'RODUCTS [NOT �CJSED]
35 PART 3- EXCCUTYON [NOT US�D)
36
END O� S�CTION
CITY OF �ORT �VOR'1'1[ Soutli tvinin Slreei
STANDARD CONS'TRUCTION SPECIF[CATIQN DOCUMENTS Projecl No. 02113
Revised July l, 2011
d15526-3
STR�ET USH PERMIT AND MODICICA'fIONS 1'O TRAFPIC CONTROI.
Pagc 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
2
CITY OF FORT 1VOf27'kl
STANDARD CONSTRUCTION SPEC1rICAT10N DQCUMEN'CS
Revised July 1, 2011
Soutl� Main Streee
Project t�To. 02113
i
OI S7 13 - 1
S7'ORr41VATER POLLUT[ON PRL'VENTION
Page I of 3
�
S�CTION Ol S7 13
STORM WATER POLLUTION PREVENTION
3 PART �. - G�NERAL
a 1.1 SUMMARY
S
6
7
8
9
(0
il
12
13
(4 1,2
15
I6
17
18
19
20
21 1,3
A. Sectiou Incl��des:
1. Proced�u•es foi• Stoi•m Watei• Pollution Pi•eventio�i Plaiis
B. Devi�tions fi•om tliis City of Foi�t Wortlti Staiidac•d Specificatiott
l. None.
C. Related SE�ecification Sectioi�s ineiude, but are uot neeessarily limited to:
1. Divisiou 0-- I3idding Reqaicemeuts, Contc�ct Foa�ms 1nd Co�iditior�s oFtlie
Ca�itract
2. Division l— Gei�e►�al Requi�•e►iie�its
3. Section 31 2S 00 — Erosioii and Sediment Control
PRICE AND PAYIVIENT PROC�DUIZES
A. Measncement aild Paymeut
], Construction Activities resulting in less than 1 acre af disturba►ice
a, Work associatec) with diis Ttein is coiisidered subsidiacy ta the vacious Items
bicl. No sepa�•ate payment �vill be allo�ved for this Item.
2, Coiistcuction Activities resti(ting in greater tli�u 1 acre of disturbance
a. Measin•emei�t and P�yment sl�a(1 be in accardance �vith Section 3l 25 00.
ItEFER�NC�S
22 A. Abbreviations and Aci�onyuis
23 1, Notice of Liteilt: NOI
24 2, Notice of Termivatiou: NOT
2S 3. Storiii Water Pollution Preveiitio►i Plaii: SWPPP
2G 4. Te�as Commissioii on �nvironme�it�l Quality: TCEQ
27 5, Notice af Ch�nge: NOC
28 A. Refecence Stzndards
29 l, Referei�ce st�ndacds cited in this Speci�catian refer to the current �•eference
30 stanciard published 1t tlie time of tlie Iatest i•evision date logged at the enci of t(�is
31 Speeification, un(ess a �iate is speci�cally cited.
32 2. Integrated Storm Man�gement (iSWM) Teeht�icTl M�uual for Coustcuction
33 Controls -
34 1..4 ADMINISTRATiV� I2�QUIR�M�N I'S
3S A. Genei•al
3G 1, Contr�ctor is responsible for resolutioii and payment of �ny fnes issued associated
37 with compliance to Stormwater Polhrtion Prevention Plan,
f
CITY OF FORT 1VORTH Soutli Mnin Street
STANDAltll CONSTRllCTtOu SYL'CI[�ICAT[ON DbCUMEN'1'S Project No, 02113
Revised July l, 2011
OI5713-2
S'fORM \YA7'ER POI.T.UTION PREV6NT[ON
Pagc 2 of 3
2
3
4
5
G
7
8
9
10
11
t2
13
la
15
16
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
3?.
33
34
35
3G
37
38
39
B. Constructio�t Activities resulting in:
1, Less tliaii 1 acre of distu►�baiice
a. Provide erosion aiid sediment control in accorda�tce �vith Section 31 2S 00 a��d
Dra�vings.
2, 1 to less than S acres of disturbauce
a. Texas Pollutauf Discf�arge Elimiaation System (TPDES) Geueral Constri�ction
Aermit is required
b. Caai�plete SWPl'P iu lccorda�ice wifh TCEQ a•equice�ixe�its
1) TCEQ Small Coiistructioit Site Notice Requi�•ed lu�cle►• general pet•mit
TXR154000
a) Sign and post at job site
b) Prior ta Pcecanstruction Meeting, send 1 copy to City Depai�tmeut of
Tratlspai�tatio» aud Public Works, Ettvironmental Division, (817} 392-
�ag$.
2) Provide erosion and sediment coflt�•ol i�t aecordaiice �vitli:
a) Sectio�i 31 2S 40
b) The Di�a�vings
c) TXR150000 Gene►•al Permit
d) SWPPP
e) TCEQ rec�uirements
3. S acres or more of Dishu•bance
a. Te�as Pollutant Discharge Elimi�iation System (TPDES) General Construetion
Permit is required
b. Complete SWPPP in accordance tivith 'TCEQ requirements
1) Prepare a TCEQ NOI forin and submit to TCEQ along �vith requi�•ed fee
a) Si�n and post at job sife
b) Sand eopy to City Depaehne�it of Transportation aud Public Works,
Environtneittal Division, (817) 392-6088.
2) TCEQ Notice of Change required if m�king changes oa� upc�ates to NOI
3) P�•ovide e►•osion aud sedi�nent coiitcol in accoecta�ice with:
a) Section 31 25 00
b) TE�e Dra�viy�gs
c) TXR150000 Ge�leral Permit
d) SWPPP
e) TCEQ requicements
4) Oiice fhe project has been completed �nd all the closeout requiremeirts of
TCEQ have beei� mei a TCEQ Natice of Terminatioii c�n be siib�liitted,
a) Send copy to City Deparhnent of Transportaiion and Public Works,
Envirotimeiital Division, (817) 392-6088.
�#0 1.5 SUBMITTALS
41 A. SWPPP
q2 1. Submit in accordauee �vith Seefion Ol 33 00, exce�t as stated herein,
�3 a. Pcior to tlte Preconstcuction Meeting, submit a dr�ft copy of SWPPP to tl�e City
�la as foltows:
45 1) 1 copy to the City Project Manager•
46 1) City Pi•oject Mauager �vill for�vacci to tl}e City Department of
4'7 Transpoi�tation and Public Wof•ks, E►�viron►nental Division for revie�v
CITY OF FORT �VOR7'f f Soulh Main Strcet
STANDARD CONSTRUCTION SPECIF[CATION bOCUML'N'1'S Projcct No. 02113
Revised July 1, 20t 1
i
O15713-3
STORM NATF.R PO4L,UT[ON PR�VL;N1'ION
Page 3 of 3
t B. Modified SWPPP
2 1. If tlie SWPPP is revised diu•ing construction, resubinit modi�ed SWPPP to Nie City
3 in accordance �vith Sectioti 01 33 00.
4 1.G ACTION SUBMiTTALS/INI+ORMATIONAL 5UBMITTALS [NOT USEDJ
5 1.7 CLOS�OUT SUBMITTALS [NOT US�D]
6 1.$ MAINTENANCF, MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANC� [NOT US�D]
8 1,10 D�LIV�RY, STORAGE, AND HANDLING [NOT USED]
9 1,11 FI�LD [SITE] CONDITIONS jNOT US�D]
10 1.,12 WARRANTY (NOT USED]
I 1 PART 2- PRODUCTS [NOT USEll]
12 PART 3- EX�CUTION [NOT US�D]
13 END OF S�CTION
14
Revision Log
DATE NAME SUMMARY OF CHANGE
IS
�
CITY OF FOR1' WOK'fl I
S'I'ANllAf2U CONSTRUCT[ON SPECIFICA'CION DOCUMENTS
Revised July 1, 20l I
SouU� Mniu Strcct
Project No. 02113
�
3 PART1- GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
1b
i'7
1$
19
20
21
22
23
24
2S
26
27
28
29
30
3l
SECTIDN Ol 58 13
TEMPORARY PROJECT SIGNAGE
015813-i
'CEt�fPO1tARY PROIBCT SIGT�fAGE
Pngc 1 of 3
1.1 SUMMARY
A, Sectian I»cludes;
l. Tempora�y Project Siguage Requiremei�ts
B. Deviatio�ls fi•om this City of Foi�t Wort(i Staiidard Speciiicatioii
1, None.
C. Related Speci�cation Sections include, bt�t are not necessarily litttited to:
I. Divisiou 0— Bidding Renuirements, Coutcact Forms and Conditions of the Co�rtcact
2. Division 1-- Genei�al Requirements
1.2 PItICE AND PAYM�NT PROCEDURES
A. Measuretnent arid Pay►neni
1. Wock associated witl� tl�is Item is consic3ered snbsidiaiy to fhe varions Items bid.
No separate plyme��t �vili be allo�ved foi� this Item.
1,3 R�1+�R�NCES [NOT USCD]
1.4 ADMINISTRATIVE REQUiR�M�NTS (NOT USEll]
l.S SUBNTITTALS [NOT USED]
1.0 ACTION SUBMITTALS/INI+'ORMATIONAL SUBMITTALS [NOT US�D]
1.'1 CLOS��UT SUBMYTTALS [NOT USEDJ
1.8 MAINTENANCE MATEItIAL SUI3MITTALS [NOT IJSED)
1,9 QUALITY ASSURANCE [NOT USED]
1.X0 D�LTVERY, STORAG�, AND HANDLING [NOT USED]
l.l 1 TI�Lll [SITE] CONDITY�NS [NOT USED]
1..12 WARi2r1NTY [NOT US�D]
PART2- PRODUCTS .
2,1 OWN�R-FURNISH�D (on) OWNER-SUPPLIEllPRODUCTS [NOT USEDJ
2.2 EQUII'M�NT, PRODUCT TYPI:S, AND MATERTALS
A. Desi�n Criteria
1. Provide free standing Pcoject Desig�iation Sign in accordance with City's Standarc!
Details for project signs.
c[TY oF FOR•r �voti�rE►
STANDARU CONSTRUCTION SYECIP[CATION DOCUMENTS
Revised July i, 2011
Soutii Main Strcet
City Projcct No. 021 l3
i
0t5813-2
'TL?tv1PO12ARY PROJECT S[CiNAGE
Pnge 2 of 3
1
2
3
�
5
B, Materials
l. Sigu
�. Consteucted of'/a-inch fir ply�vood, grade A-C (eatecior) or better
2.3 ACCESSORI�S (NOT USED]
2.4 SOUR.C� QUALITY CONTROL [NUT US�D]
G PART 3 - EXECUT�ON
7
8
9
l0
11
12
l3
t4
1S
1G
17
18
l9
20
21
22
23
24
2S
2G
27
28
29
30
3l
3.l INSTALLERS [NOT US�D]
3.2 �XAMINATION [NOT USCll]
3,3 PR�PARATION [N�T US�D]
3.4 INSTALLATION
A. Geiieral
1, Provide vertical install�tiou at e�teuts of project.
2. Relacate sign as needed, upon request of tl�e City. •
B. Mounting optioiis
a. Skids
b. Fosts
c. B�rric�tde
3.5 It�PAIR / RESTORATION [NOT USED]
3.6 R�-�NSTALLATION [NOT USED]
3.7 FI�LD (oR] SITE QUALITY CONTROL (NOT USEDJ
3.8 SYSTEM S'i'ARTUP [NOT US�D]
3.9 ADJUSTING [NOT US�D]
3,10 CL�ANING CNOT USED)
3.l 1 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROT�CT�ON [NOT US�D]
3.13 MAINTENANCr
A. General
1. Maintenence �vi(1 iitelude painting ancl repaics as needed or dicected by the City.
3.14 ATTACHMEN`�'S [NOT USED]
�1�ID OT' SECTION
crry or• E�o�zz� wo�t•rx
STAlVDARD CONSTRUCT[dtY SPECI[�1CA'CION D�CUMENT$
Revised July I, 201(
Soulh Mnin Strecl
Cit}� Yroject No. 02l 13
OI5813-3
TF.tvfPORARY PRO7FCT StGNAGE
P�gc 3 of 3
1
ia
Revision Log
DATE NAME SUMMARY OF CE-IANGE
CITY OF FOR'f �VORTH Soutl� Main Strcct
3"I'ANDA}tll CONS'1'RUCI'ION Sf'L'CII�ICA'1'lON UOCUM[:N7S City Project No. 02113
Rcviscd Ady 1, 2011
d16000-1
PRODUCT REQU1R1ii�fENTS
Page I of 2
�
3 PART1- G�NERAL
4
5
G
7
8
9
10
11
12
13
14
15
1G
17
18
19
20
21
22
23
2Q
25
26
27
28
29
30
31
32
33
34
S�CTION Ol GO 00
PRODUCT REQUIREMBNTS
1.1 SUMMARY ,
A. Section Inchides:
1, Refeeences for Product Requireinents and City St�ndard Products List
B. Deviations froni tl�is City of Fot•t Worth Standard Specification
1. None.
C, Retaieci Speci�cation Seetions include, but are not vecessa►•ily lunited to:
t. Divisio» 0— H idding Requicements, Coirtract Forms and Conditious of the Confc�et
2. Division 1— Genecal Requiremeiits
1,2 PRIC� AND �'AYM�NT PROCEDU�t�S [NOT USED]
1,3 IZEFERENC�S [NOT USED]
1.4 ADMINISTRATIV� REQUI1tEMENTS
A. A list of City approved products foi• t►se is (ocated on BuzzsZ�v as follo�vs;
l. Resources\�2 - Co�istruetion Documents\Staudacd Produets List
B, Oilly prociucts specificalty i��eluded o�i City's Staudard Product List i�i tliese Co»traet
Docu►nents sltall be allo�ved for use on the Project.
1, Auy subsequently appi•oved pcoducts �vil[ oiily be allo�ved foi• i�se upon specific
appraval by ihe City.
C. Auy specifc product cequiremepts in tt�e Contract Docum�nts s��E�ersede similar
products incltided on tl�e City's Standacci Product List.
1. The Ciry reserves tlie right to not allow products to Ge t�sed for cert�in projects even
tlaough the product is listed on the City's Staudard Pi•oduct List.
D, A(thotigli a specific pa'oduct is ii�cluded on City's St�nd�cd Pi•oduct List, itot all
products from tliat n�anufacfurec �re approved for use, including but not limited to, that
manuf�cturer's staudacd pcoduct, .
B. See Section O1 33 �0 for subiiiittal requiremei�ts ofProduct Data iiicluded on City's
Standa�•d Product List.
l.S SUBMITTALS [NOT USFD]
l.G ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT USED]
1.7' CLOS�OUT SUBMITTALS [NOT USEll]
1.8 MA�NT�NANC� MATERIAL SUI3MITTALS [NOT US�Dj
1.9 QUALITY ASSiJItANC� (NOT USEll]
CITY OI� FORT 1VORTH South Mnin Strcet
51'ANDARD CONSTRUCTION SPBCIFICATtON DpCUMGNTS Project No. 02t 13
Revised Dccem6er 2Q, 201?.
1
�
oi�aoo-a
PR011UC7' REQUIREMENTS
P�ge 2 of 2
1 1,1U DELTV�RY, STORAG�, AND HANDX.ING [NOT US�DJ
2 l.l 1 rIELD [SYT�] CONDITIONS [NC7T US�D]
3 � , l2 WARI2ANTY [NOT USED]
4 PART 2- PRODUCTS (NOT USED]
S PART 3- EXECUTION [NOT US�Dj
G �ND OI' S�CTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
l0/12112 D, Johnsou Modified l.ocniian of City's Stand�rd Product List
8
CITY OF FOR'1' �VORTH So�ali Main Street
STANDAItD CONSTRUCTION SPECIFICA7'fON DOCUMF,NTS Project No. 02113
Revised Dcccutbcr 20, 2012
i
0 t 66 00 - 1
PRODUCT S1'OItAGE AND HANDLING RF.QUIREMGN7'S
Pnge 1 of a
�
2
s�cT�orr oi �6 00
PRODUCT STORAG� AND HANDLING REQUIREMENTS
3 PARTl- G�N�RAL
4
5
6
7
8
9
l0
11
12
13
14
1S
lG
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
1.1 SUMMARY
A, Section liictudes:
l. Scheduling ofpi�aduct delivery
2, Packagi�ig of p�•oducts for delivery
3, Pcotection of products against damflge fi•am:
a. Hanclling
b, Exposure to elen�ents or hacsl� envi�•amnents
B. Deviations fi�om this City of Foi�t Worth Staiidard Specificatio�i
1, None,
C. Rel�ted Speci�cation Sections inclt�de, but are not necessarily limited to:
1. Division 0— Bidding Reqniremeiits, Conh•act Focros and Conditions af the Contr3ct
2. Division 1— Gener7l Requirements
1.2 PRICE AND PAYM�NT PROC�DUR�S
A. Me�suremerit e�ict Payinetit
1. Work associ�ted �vith tl�is Item is coiisidei•ed subsiciiary to t(te various Ite���s bid.
No sepacate payment �vill be aUo�ved for this Ite►t�.
1,3 R�I'LI2�NC�S (NOT USED]
1.4 ADMINISTRATIVE I2EQU�R�M�NTS [NOT USED]
1.5 SUBMITTALS �NOT USF,D]
1.6 ACTIOiV SUI3M�'TALS/1NTORMATIONAL SUBMITTALS [NOT US�Dj
1,7 CL(7S�OUT SUBMITTALS [NOT US�D]
1.8 MAINT�NANC� MA'I'�RIAL Si)BMITTALS [NOT US�D]
1.9 QUALITY ASSURANCE [NOT USED]
1.Ia DrLIVCRY AND HANDLING
A. Delive�y Requicements
l. Scl�edule delivery of product"s or equiptnent as �•equii•ed to allo�v timely installltioii
�nd to avaid prolonged stocage.
2. provide a�p�•opciate perso►mel and ec�ui}�ment to a�eceive delivei•ies.
3, Delivei•y trucks �vill iiot be permitted ta �vait extei�ded pea�iods of time oii tlle Site
for personuel oe equipment to receive the deliveiy,
CITY OI� FORT 1VOR'I'l l
S'1'ANDARD CONS'i'RUCTION SP�CIPICATION DOCUMENTS
Iicviscd July l, 201 I
SouUti M�in Street
Yraject No. 02 t 13
I
016600-2
PRODUC7' S'COI2AUE AND FIANDLING RIsQU1REM�N'1'S
Puge 2 of 4
1
2
3
4
5
6
4, Deliver pi•oducts or equipment iii ma�tufacturei•'s original unbroken cai�to�is or otber
contaiiiers designed a►id cotistructed to pi•otect tlie contents fi�om pltysical or
environine�itai dainage.
S, Clearly and fiilly mark aiid icie�itify as to minufacta►•er, itei�i and installatio��
location,
6, Provide manufacturer's instructions foi• stoi•age and handling.
7 B, Handling Requi�•ements
8 1, Handte products o�• equiE�ment in accordance �vitl� these Cantract Documents and
9 inant�facturel's i•ecommei�datioa�s and i►lsteuctioiis.
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
2G
27
zs
29
30
31
32
33
34
35
36
37
38
C. Storage Requicemei�ts
I. Store materi�ls in accordance with maoufacture�•'s recommendations and
reqiurements of these Specifications.
2. Make necessaiy provisions for safe stoi•age of materials and equiptnant.
a. Place loose soil materials aud materials to be incoiporated into Work to prevent
damage to any part of Work or existing facilities and to maintain fi�ee access at
all times to �ll pacts of Worlc �nd to utilify service company u�sialiations iii
vicinity of Work.
3. Keep materials aiid equipment neatly and compactly stored in locations that �vill
cause minimum inconvenience to othe�• cont�•actors, public tf•avel, adjoining o�vneis,
tenants and occupa��ts.
a. Acrange sto►�sge to pz•ovide easy access fai• inspection.
�. Restrict storage to aceas available on construction site for storage of inaterial and
equipment as slio�vn on Dralvings, or approvecl hy City's Praject Representative.
S. Arovide off-site storage and protection wheu an-siee storage is not adequate.
a. Provide addi•esses of and access to off site starage locatio�is for inspectioii by
City's Pt•oject Representative.
6
7
8
�i
Do not use la�vns, grass plots ar ot[�er privata property for storage purposes without
�vritten E�ermissioil of o�vner or othe�� persoii i�i possession o�� cotifrol of premises.
Store iu maiiufacturers' unopa�ted catitairiers.
Neatly, safely aud compactly stack m�►tei•ials delivered aud stored aloiig line of
Wo►•k to avoid inconvenience and damage to property o�vners and general public
and maintain at least 3 feet fcom �re hydrant,
Keep public and private drive�vays aud street crossings opeii.
Repair oc replace damaged lalv�is, sidewalks, st►•eets or otfier impi•ovements to
satisfaction af City's Project Represe�itative.
a. Total lengtli t��hicl� materia(s may be distciUaied �lo�ig route of co►ish�tEction at
oiie ti�ne is 1,000 linear• feet, �uiless otliecwise appi•oved iu �vriting by Ciiy's
Project Repi•esentative.
CITY OF FQRT 1VQRTH
STANbARll CONSPRUC'I'ION 5PL•CIF(CA1'lON DOCU�9GNTS
Revised July 1, 2011
Soulh Main Strect
Project No. 02 t 13
i
01 G600-3
PRODUCT STO}2AGE AND HANDLiAlC REQUlRGMENTS
PTge 3 of 4
1 1.11 FI�LD [SITE] CONDITIONS [NOT �CJS�D]
2 1.12 WARRANTY [NOT USED]
3 PAItT 2- PRODUCTS [NOT US�DJ
4 PART 3 - �XECUTION
S
G
7
8
9
10
11
12
13
14
15
IG
17
18
19
20
21
22
23
24
25
26
27
28
29
�
3.1 INSTALL�RS [NOT US�D]
3.2 EXAMINATION [NOT US�D]
3,3 PREPARATION [NOT USED]
3.4 ER�C'�'ION [NOT US�D]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 It�-INSTALLATION [NOT USED]
3.7 F1ELD [onj SIT� QUALITY CONTROL
A. Tests and Inspections
l. Ins�ect atl products or equipmea�t delivered to the site prior to unloadiiig.
B, Nott-Confocming Woi•k
l, Reject afl products or equipiuei�t that �re dam�ged, tisec[ or in any othe►• �vay
unsatisfacioi�y foa� use on tlie pcoject.
3,$ SYSTEM STARTUP [NOT USED]
3.9 ADJ[TSTING [NOT USED]
3.10 CL�ANING [NOT USED]
3.t 1 CLOS�OUT ACTIVITi�S [NOT US�Dj
3.�2 PROTECTION
A. Pi•otect all products or ecµ�ipment in accoi•da�ice �vith ui�uuf�cturei''s �v►•itten directio��s.
B. Stare products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equi��ment from exposuce to elemei�ts and keep thoi•oughly dry iF rec�uired by
tlie man��factttre►•.
3.13 MA�NT�NANCE [NOT US�D]
3.14 ATTACHMGNTS [NOT US�D)
�ND OI' SECTION
CITY OF FORT WORTH South Mnin Streei
STANDARD CONSTRUCT(ON SPHCIPICATION DOCUMEN7'S Project T�o. 021 t3
Revised Ju(y 1, 2011
oi6�oo-a
PRODUCI' STOl2AGE AND HANDLING ftL'QUIREi�4F,NTS
P�gc 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
0
CITY OF FORT 1VOR'I'H
STANDARU CONSTRUCTION SPLiCI�ICAT[ON DOCUMEN"I'S
Revised July I, 2011
Soidl� Main Street
Project No. 02l l3
oi �o 00 - i
MOHIT,1zAT(ON AND REMOBILIZATION
1'nge L of'4
2
3 PART �. - .GEN�RAL
S�CTION 0� 70 00
MOBILIZATIDN AND REMOBILIZATION
4 1.1 SUMMARY
S A, Sectioii Iiiclucles;
6
7
8
9
10
I1
12
13
14
15
1G
t7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�l
35
3G
37
38
39
40
41
42
43
��3
�! 5
1, Mabilization and Demobilization
a. Mobilization
1) Transpot�t�tion of Contraetor's personnel, equipnient, �nd opersting supplies
to the Site
2) Establishment of necessa�y generzl faci(ities for tl�e Coiitr�etor's operation
at the Site
3) P►•emiunis paici for performance aiid paymeitt boiids
4) Transportation of Contractoc's personnel, equipi�ient, �ud opec�tiug supplies
to anotlier location �vithin the desig�t�tecl Site
S) Relacation of necessa�y general facilities for the Contractor's oper�tion
from l[ocatioii to anothe�� locatio�i on the Site,
b, Demobiliz�tion
1) Transpoi�tation ofContractor's peesonnel, ec�i�ip�neni, and operating supplies
a�vay fi�oin tlie Site i�icluding disassembly
2) Site Clean-up
3) Reuloval of zll buildings aiid/oc oNier faoilities asse�nbled at tlie Site foc tl�is
Cont�•act
c. Mobilizatioii and DemoUi(izatio�i do iiof iiiclude activities for specific items of
�vork that are for �vhicii payiuent is provicled elsewhere iu the coutract.
2. Remobiliz2tion
a. Remobiliz�tion foc Suspei�sion of Work specii►c�lly �•equired in the Contract
Documeiits or as required by City iiicludes:
1) Demobilizatioii
a) T►•ausporiatiou of Contcnctor's person�iel, eqiiip�uei�t, and apei•�ti�ig
sapplies from tlie Site iucludiug dis�ssembly or tempocarily securing
ec�aip�nent, supplies, aud otlter facilities as design�ted by tlie Contract
Documents necessa►y to saspend the Work,
b) Site Cle�n-up as designated iu Hie Contraet Documents
2) Reu�obilizatio�i
a) Tcanspoi�tation of Contractor's pecsonnel, equipment, and operTting
supplies to the Site uecessa�y to resame the Wat�k,
b) Est�blishment of necessa�y genecal facilities for the Conh•actor's
oper�tion at tfie Site necessa�y to �•esu�ne the Work.
3) No Paynients �vill be made for:
a) Mabilizafion and De�nobiliz�tion from one location to auotl�er on the
Site iii the �iormal progress o('pea•Formiiig the Work,
b) Stand-by or idle time
c) Lost profits
3. Mobilizatio�is and Demobilization foi• Miscel(aneous Projects
a, Mobilization �nd DemoUilization
CITY OF FORT 1VOR'ff I Soulli Mnin $trcet
STANDARb CONSTRUCTION SPECIFICATION DOCUMCN'1'S Y%{ect No. 02113
Revised necembcr 20, 2012
oi7000-z
M0131L1ZA'1'ION AND REMOBILiZAT[ON
Pagc 2 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
1G
17
l8
1) Mobilizatioii sIiall cotisist of the activities and cost oti � Work Ordei• basis
necessaiy for,
a} T�•anspor�tation of Contcactoc's �ersonnel, ec�uipment, and operating
supplies to t[te Site for the issoed Work Ocder.
b) Est�blisl�ment of uecessaiy general facilities for tl�e Contcactoc's
operatiou at tfie Site for the issued Work Order
2) Demobilization shall consist of tl�e activities aud cost necessacy for:
a) Tr�nsportation of Coi3tractoi's persoimel, equipment, and operating
supplies fi�om tiie Site iucludi►�g disasse�nbly for each issued Work
4rcie�•
b) Site Cleau-up foi• eaclt issued Wot'k Oi•der
c) Removal of all buildings or otliec facilities assenibled at il�e Site foi•
each Work Odec
b. Mobilizatio�i and DemoUilizatio►i do not incliide activities for specific itetus of
�vo►'k foc �vllicli plyme�it is provided else�vliere in the contcact.
4. Emergeucy Mobilizations and De�nobilization foi� Miscellaueous Pcojects
a. A Mobilization for Miscellaueous Pcojects �vhen directed by the City and the
mobilizatioii occurs witliin 24 hours of the issuance of ihe Wo►•k O��cfe�•.
19 B. Deviations fi�om this City of Fort Wortla Stanciacd Speci�cation
20 1. None.
21 C. Rel�ted Specification Sections iuclude, bt�t are not necessacily li�nited to:
22 1. Divisioti 0--- Bidding Reqt�iremettts, Co►�tract Forius and Conditiolis of tlie Conteact
23 2, Division 1— Ge�ieral Require�nents
24 �.2 �R�CC AND PAYMCNT PROCEllURES
25
26
27
28
29
30
31
32
33
34
3S
3C
37
38
39
40
�1
42
43
44
4S
46
A. Measure�netit and Peyinent
1. Mobiliz�tio�i and Demobiliz�tion
a. Measm•e
1} This Iiem is cansidered subsidiacy to the various Items bid.
b. Payment
I) The �vork pei'fOrmed �nd materials furnished in accordance with this Item
are subsidiaiy ta t11e variotis Items bid aud no ottiei• compensatioit will be
allo�ved.
2. RemoUilization for sus��ensiou of Work as specifieally reqiti�•ed in the Contract
Documents
a. Measuf•emeiit
1) Measucement for this Item sliall be per eacti remobilizatiou pe�•formed.
�. Paymeut
� 1) Tlie work perf'ormed anzi n�aterials fiu�nislied ili accordance �vith tl�is Item
and measiired �s pi�ovided uuder "Measuresnent" �vill be paid for at tlie unit
pi•ice pe►• eac}i "Specified Remobilizatio�l" iu accordance �vitli Confract
Documents.
c. The E�rice shall inchule:
1) DemoUilization as described in Section 1.I,A.2.a.1)
2) Reit�obiiizatiaa �s described in Section I.I,A,2,a.2}
d. No payments �vill be made for standby, idle time, or lost profits assaciated fllis
Itetn.
CITY OF FORT R'ORTH Soiith Maiu Strect
STr1NDARD CONSTRUCTION SPLCIPICATION DOCUMEN'CS Projec! No. 021 l3
Iievised December 20, 2012
0t 7000-3
MOB1L(7.,ATION AND REMO}3ILIZAT[ON
Pege 3 of 4
1
2
3
4
5
6
7
8
9
10
li
12
13
14
15
16
1�
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
3. Reuiobilization for suspension of Work as t•equiced by City
a. Measuremeut anct Paymeut
1} Tliis shall be submitted as a Contract Claim in accocdauce �vith Article 10
of Section 00 72 00.
2) No payments will be m�de foi� standby, idle time, or lost pro�ts associated
�vith this Item.
4. Mobilizatious flnd Deinobilizatians for Miscellaueotis Projects
a. Measuceme�it
1) Measiu•enient far this Item shall be for eacl� Mobilizatiou end
Demobilizatioii eEquired by the Contcact Documents
b, Paymeiit
1) Tlie Work pecfoi•med and �iiatei•ials furiiistied i�i �ecordaiice �vitli tl�is Itein
aud measured as provided undec "Measurement" �vill be paid for at t(ie inlit
�7rice per e�eli "Work Orde�� Mobilization" in �ccordance �vith Contract
Docuutents. Demobilization shall be considered subsidiaiy to i�iobilization
�nd sltall not be pnid for separ�tely,
c. Tl�e price shall i�ich�de:
1) Mobilization �s described in Sectio�i l.l,A.3.a.1}
2) Demabilization as described in Section 1,I,A.3.a.2}
d. No payii�ents will be ma<(e foc standby, icile time, or lost profits associated tliis
Item.
S. Emergency Mobiliz�ttions aud Demobilizations for Miscellaneous Projects
�, Measu►•ement
1) Measurement for this Item shall Ue %c each MoUilization and
DemoUilization cequired by the Contcact Documents
b. Payinent
1) The Work E�e�•%��iT�ed and �n�terials fiit�nished iil accord�nce �vith tliis Ite�u
a��d measat�ed as �►�ovided under "Measu�•emeni" will be p�id for ��t the unit
price pei� each "Wock Order Enteegeiicy Mobilization" in nccot�dnnce �vifh
Contract Documents. Demobilization sl�all be considered subsidiaiy to
mobilizetion ai�d shall i�ot be paid for sapacately.
c, The price sli�il iuclude
1) Mobilization �s desci•ibed in Section 1, I,A.4.1)
2) Demobilization as ctescribed iu Section 1.1,A,3.a,2)
d. No payments �vill be made for standby, idle time, o�• last pco�ts associated this
Item.
3'7 l.3 R���RTNC�S [NOT USEA]
38 1.4 ADMINISTRATIVF, REQUIREM�NTS [NOT USED]
39 l.5 SUI3MITTALS [NOT US�D]
QO 1.6 �NTORMAT�aNAL SUBMI'�TALS [NOT USEDJ
4] l.7 CLOSEOUT SUBMITTALS [NOT USEDj
42 1,$ MA�NTENANC� MATER�AL SUBM�TTALS [NOT US�D]
43 L9 QUALITY ASSURANC� [NOT USCD�
44 1.10 D�LIVERY, STORAGE, AND IIANDLING [NOT USED]
CtTY OF FORT NORTH Soulh M�iu Street
S'CANDARD CONS'1'RUC'1'lON SYCsCIPICATION DOCUMENTS Projecl No. 02l 13
Revised neceinber 20, 20t2
Ot 7000-4
MOB1L1'LATION AND RI:tvfOI3ILi'LA'i'ION
Page 4 of A
1 J..l.l rI�LD [SITE] CONDITIONS [NOT US�D]
2 1,12 WARRANTY [NOT US�ll]
3 PAR`I' 2- YRODUCTS [NOT US�D]
4 PART 3- EX�CUTION [NOT USED]
5 �ND OF SECTION
6
Revision Lag
DATE NAME SUMMARY OF CHANGE
7
CfTY OP' FORT 1VORTH South �4ain Street
S'PANDAl2D CONSTRUCTI�A! SI'CCIfICA'I'ION DOCUMENTS Projcct No. 02f 13
Revised December 2Q 2012
Ol'1423-1
CLEANiNG
Page I of4
1
2
3 PART�- G�N�RAL
a
S
G
7
8
9
10
il
12
13
�a
IS
1G
17
18
19
20
21
22
23
2Q
2S
2C
27
28
29
30
31
32
33
S�CTION O1 74 23
C�.EANING
I,1 SUMMARY
A. Sectioi� Includes:
1. Tntermediate and final cleaning for Work not ineluding special cleauivg of closed
systems specified else�vhere
B. Deviations fi•oiu tl�is City of Port Wortli Stand�rd Specificatian
1. Nane.
C. Related Specifie�tion Sections inchide, buY are not necessacily limited to:
1. Diviscon 0— Biddiiig Require►nents, Cantr�ct For�i�s �nd Coiiditions of the Contract
2, Division ] — Geaieca( Requiremeirts
3, Section 32 92 13 — Hych•o-Mulching, Seeding and Sodding
1.2 PRICE AND PAYM�NT PROCEDUR�S
A, Measuc•emeiit aud P�yment
1. Work associ�ted �vith this Item is consideced subsidiary to the v�rious Items bid.
No separate paymeut �vill be allo�ved for this Item,
1.3 R�I'�RENCES [NOT US�D]
1.4 ADMINISTRATIVE R�QUITt�M�NTS
A. Sclteduliiig
l. Scliedu(e cleaning operatio►is so tlist dust and ot(�er cant�minlnts disturbed by
clea»ing process �vill not fall on ne�vly painted sucfaces,
2. Schedule �n11 cle�ning upon completion af Work and itnmediately ���•ior to fin�f
inspectio��.
1,5 SUBIVIITTALS [NOT US�Dj
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS (NOT USEllj
1.7 CLOS�OIJT SUBMITTALS �NOT USED]
1.8 MAINTEIVANCE MAT�RIAL SUBMI'I'I'ALS [NOT USED]
1.9 QUALITY ASSiJRANC� [NOT US�D�
1.10 STORAGE, AND HANDLING
A. Storage aud H�ndlittg Requii•emeiits
l, Store c(eanirig products aiid cleailing �vastes in cont�iiiers speeific�lly <(esigned for
tliose materials.
CITY OP FOR7' �VORTH South �inin Strect
STANDARU CONSTRUCTION SPEC1riCA'1'ION DOCU�iF,NTS Projcct No. 02113
Revised Jidy I, 2011
OI7423-2
CLF,ANING
Pngc 2 of �t
1 1.11 I+I�LD [SITE] CONDITIONS [NOT I7SEDj
2 1.12 WA1212ANTY [NOT US�D]
3 PART2- PRODUCTS
4 2.1 OWNER-�'URNiSH�D [o�eJ OWNER-SUPPLI�DPRODUCTS [NOT US�D]
S 2,2 MAT�RIALS
6 A, Cle�niiig Ageiits
7 1. Compatible ivith s�irface being cleaned
8 2. Ne�v and u��coiitami�iated
9 3. �oc inatiufactu��ed surPaces
lo a. Material reconuneuded by mani�facturer
I 1 2.3 ACCESSORILS [NOT US�Dj
12 2.4 SOURCE QUAI,ITY CONTROL [NOT US�D]
13 PART 3 - �XECUTI�N
14 3.1 INSTALLERS [NOT USED]
l S 3.2 EXAMINATION [NOT USED]
16 3,3 PI2EPARATION [NOT iJSED]
17 3.4 API'LICATION [NC?T USED]
18 3.5 R�PAIR / It�STORATION [NOT USED]
19 3.G RE-INSTALLATION [NUT US�D]
20 3.7 FI�LD �onj SLTE QUALITY CONTROL [NOT US�D]
21 3.8 SYSTEM STARTUP [NOT TJS�ll]
22 3.9 AllJUSTING [NOT USL+'D]
23 3,10 CLEANING
24 A. Ge�ieral
25 1. Prevent accumulation of �vastes that c�•eate hazacdous conditions,
25 2, Go�iduct cleanilig and dis�osll operations to contply `vifli la�vs and safety oi•dei�s of
27 gove��niug authorities.
28 3. Do �iat dispose of volati(e ���stes st�cl� as mineeal spirits, oiI or pairit thin�ier i�l
29 stor►n or sanitaty drai�is oi• se�veis.
30 4. Dispose of degcadable debris at an appcoved solid waste disposal site.
31 5, Dispose of nondegcadable debris at an approved solid w�ste disposal site ar in an
32 alteriiate manner ap�roved by City �nd regtilatory agencies.
CiTY OF I�ORT \VORTH South 1�4ain Street
STANDARD CONSTRUC'f10N SPECtFICATION DOCUMGNI'S Projecl No, 02l (3
Revised July i, 2011
01 74 23 - 3
CLEATJiNG
Pnge 3 of 4
1 6. Handfe tnaterials it� a controlled manner �vith �s fe�v ha►idlings as possible.
2 7, Thorou�lily clean, swee��, wash ai�d polisl� all Work and eqaipment associated �vith
3 tl�is project.
4 $. Re�nove all signs of tempora►y construction aud activities incide�ital to constcactian
5 of reqtii►•ed permauent Work.
6 9. If project is not cleaned to the s�iisfaction of tl�e City, tlie City reserves the right to
7 have the c(eaning cotnpleteci at the expense of tlie Contractor,
S 10. Do iiot burii oii-site.
9 B. Inte►�mediate Cleaning ducing Constructiou
IO 1. Keep Work areas elean so as not to hinde►• health, safety or coi�venience of
I 1 personnel in e�istiug faeiliry operatians.
12 2. At maximum �veel<ly� intecvals, dispase of �vaste uiaterials, debris �nd ri�bbish.
13 3, Confiiie construction debris daily in strategicelly located container(s):
I4 a. Covei• to prevent Ulowing by �vii�d
15 b. Store debi•is ��vay fi•oiu eotistciiction o►• o��erational activities
16 c. H�ul fi�om site at a mii►imtu�i of once per �veek
17 4, Vacuu�u clean interior areas when ready to receive fi�tisli paititi�ig.
18 a. Continue vaai�iii�i cleaning o�i aii as-iieeded b�sis, until Final Accept�►ice.
19 S. Prior to storm events, t(iocoughly cleau site of all loose or tu�seciired items, �vhich
20 may become airUo►•ne or frauspoi�ted by flo�viug �vatec cluring ti�e storm.
2l
22
23
24
25
2G
27
28
29
30
31
32
33
3 �i
3S
36
37
38
39
40
�t 1
42
C. Interior Finai Cle�►ning
l. Reniove gcease, mastic, adhesives, dust, dirt, stains, fin�erpriuts, labels and other
foreig►� materials fi•om siglit-eaposed surfaces.
2. Wipe all li�litiug fixtuce reflectors, lenses, lainps and tcims cleau,
3. Waslt and shii�e glazing and mir►•ors.
4, Polish glossy surfaces to a clear shine.
5, Ventilating systems
a. Clean ��ermanent filters and replace disposable filters if uuits �vece operated
duriitg consti•uction.
b, Cleau ducts, blowe►•s and coils if units rvere operated �vithout filters ducing
Cb11StPUCil01l.
6. Re�lace �Il burued out lam��s,
7. Broom cleau ��cacess a��ea floors.
8. Mop of�ce �nd control t�ooni floors.
D. Eateriar (Site or Right of Way) Finai Cleaning
1. Remove tcash aiicl debi•is contai�iers fi•om site.
a. Re-seed zi•eas distucbed by location oft�•asl� and debris containers in accord��ice
�vitl� Sectiau 32 92 13.
2. Sweep coad�vay to �•emove 1ll rocks, �ieces of aspl�alt, coiterete or a�iy othei� object
th�t may liiiider oc disrupt flie flo�v of traffic a[oiig the ro�d�vay,
3. Clean auy interioi• areas including, but not limited to, vaults, mauholes, stcuctnres,
junction boxes �nd inlets.
C11'Y OP I�ORT R'ORTH
STANDARD CONSTRUCI'ION SPEClF1CA7'fON DOCUMENTS
Ravised July l, 2011
South Main Street
Projecl No, 02113
oi �a z3 - a
CLEANiNG
Page 4 of 4
1 4. 1f �lo longer cequi�•ed for maifitenance of erosion facilities, and upon approval by
2 City, remove erosio�i co�itrol fi•oin site.
3 5. Clean signs, lights, signals, ete.
4 3,11 CLOSE4UT ACTIV�'IES [NOT US�DJ
5 3.12 PROT�CTION [NOT USED]
6 3,13 MAINT�NANC� [N(?T USEDj
7 314 ATTACHM�NTS [NOT USED]
8 �ND OF SECTION
9
]0
Re'visio�i Log
AATE NAME SUMMAkY OF CHANGE
C1TY OF FOR'1' �VORTH
STANDARD COtdSTRUC'1'IO�I 3PF.CIFICATION DOCUMF,NTS
Revised Jt4y 1, 2011
South Mnin Street
Project No. 02113
O1 7T 19 - i
CLOSGOUT RF.QDIREMEN7'S
Page 1 of 3
1
2
3 PART1� GENERAL
4
5
b
7
8
9
10
I1
t2
13
14
15
16
17
18
19
20
21
2?,
23
24
25
2G
S�CTION Ol 77 19
CLOSEOUT RFQUIR�MENTS
1.1 SUMMARY
A. Section Includes:
1. The procedu►•e for closing out a contract
B. Deviatians fi�om this City of F'oi�t Worth Staudard Speci�cation
1, None,
C, Rel�ted Specification Secfions i»clucle, but ai�e not necessarity limited to:
1, Divisio�i 0— Bidding Requiceme��ts, Contract I�ori�is and Conclitioits of tlie Contcact
2. Division 1— Gei�ei•a[ Rec�uicements
1,2 PRIC� AND PAYIVIENT PROC�DUR�S
A. Measurei»ent and Payment
1. Wock associated �vith this Item is considered suUsidia�y to tl�e various Items bid,
No sep�i�ate p�yinent �vitl be allo�ved for this Itetn.
1,3 ItEF�RENC�S (NOT USED]
1.4 ADMINISTRAT�V� RI;QiJIR�M�NTS
A. Guarantees, Boi�ds and Affidavits
l. No applicatiou for final payment �vi(1 be accepted u«til all �uarlutees, bonds,
certificates, liceiises aud afiidavits ��equired for Work o►• equipment as speeified are
s�tisfactorily �led �vith the City.
B, Release of Liens o�� Claims
1, No application for final paynient will he accepted uutil satisfactory evidence of
eelease of liens l�as been snbmitted ta tl�e City.
1.5 SUBMITTALS
A, Subniit �ll requi�•ed doctuneutation to City's I'roject Represeniative.
C1TY OF FORT 1VOR'1'Fl Sonth Mnin Street
STANDARD CONSTRUCTION SPEC1ftCA'1'ION DOCUMENTS Project No. 02113
Revised Jufy I, 20l I
01 77 t9 - 2
CLOSEOUT R6QUIftGMLN"CS
Yage 2 of 3
I 1.6 INI�ORMA'I'IONAL SUBMITTALS [NOT US�D]
2 1.7 CLOS�C}UT SUBMITTALS [NOT USED]
3 YART 2- PRODUCTS [NOT US�D]
4 PART 3 - EXECUTION
5
6
7
8
9
10
11
12
13
ia
15
16
17
18
19
20
zl
22
23
24
25
2G
27
28
29
30
31
32
33
34
3S
36
37
38
39
3.1 INSTALLERS [NOT US�D]
3.2 �XAMINATION [NOT US�D]
3,3 PREPARATION [NOT US�DJ
3.4 CLOS�OUT PROCEDUR�
A. Peior to reqnestiitg Final Lispectioil, submit:
l, Project Record Doci�ments in accordaiice �vith Section 01 78 39
2. Opecation aud Maiutenance Data, if rec�uired, iu accordance with Sectiou O1 78 23
B. Prioc to rec�uesting Fina1 Inspectio��, perform final cleaning in accordance �vitl� Section
01 74 23.
C. Fina] Iiispeciion
1, Afler fiiial cleaniug, provide notice ta tlte City Project Repi•eseiitative t13at the Work
is co�t�pleted.
a. The City �vill maka an iiiitial Fina[ I�ispectio�i «�ith t(ie Contractoi• present.
b. Upon co���pletion af this inspection, the City will notify the Contractor, in
weiting �vithin l 0 business c(ays, of any particulars in �vltich this inspection
reveals tl�at tlte Work is defective or incomplete.
2, Upon t�eceiving writteit notice fi�a►a� the Ciry; immediately unc(ertake the Work
requirecl to remecfy de�iciencies �ud complete the Work to tlie satisfaction of the
City.
3. Upon coinpletiou of Wo��k associated �vith the ite�us 1 isted i�i the Ciry's �v;�itteii
notice, infa•m tlie City, that ttie requii�ed Work lias bee►i completed. Upon receipt .
of this notice, the City, in the �n'esence of tlie Contcactor, �vill make a subsec�uent
Fin11 Inspection of the project.
4. Provide alt special accessaries rec�uiced to place eacli item of eqt�ipme►it if� fiill
o�ei•atio�i. Tliese s��ecia] accessoiy iten�s include, but flre slot limited to:
a. Specified spare p�rts .
b. Adequate oil a►ld g�•ease as reqiiired for the fii•st lubrication of tlie equipii�e�it
' c. Initial fill up of all cheroical tanks and fi�el tanks
d. Light bulbs
e. Fiises
f. Vault keys
g. Hand�vheels
h. Other eapendable iteins as required for initial stai�t-up and operatiau of all
equi��»eitt
D. Notice of Praject Completioii
C[TY OP I�OIt'P �VORTH
STANllARD COTQSTRUCTION SPECIF[CATION DOCUMENTS
Revised July i, 201 I
South Main Street
Project No, 02)13
i
(
2
3
4
5
G
7
8
9
t0
11
I2
13
la
IS
I6
17
18
19
20
2t
22
23
24
25
26
z�
28
017719-3
CLOStiOUT RF.QUIREMGN'i'S
Page 3 oP 3
1, Once the City Project Representative finds the Work subsequeiit to Final lnspection
to be satisfactoiy, t(�e City will issue a Notice of Pi•oject Completio�i (Greeii Slieet).
E. Sttpportit�g Documentation
l. Coordinate �vitli the City Aroject Represeutative to complete the followiiig
additional forms;
a, Finai Payment Request
b, Statement of Contract Time
c. Af�davit of Payment and Release of Liens
d. Conseait of Surety to I'inal Payment
e. Pipe Repai�t {if required)
£ Co�it�•acto�•'s Evahiation of City
g. Perfo�•m�nce Evaluatioii of Coiitractai�
F. Letter of �inal Acceptance
1, Upon review and �►cceptauce ofNotice oFProject Con�pletioia and Suppoi�ting
Doc�unent�tion, iu accordauce �vitl� Gener�il Conditions, City �vill issue Lettec of
Final Accept�nce and release the Final Payment Request for payment.
3,5 ItEPAIR / RESTQRATION (NOT US�D]
3.6 R�-INSTALLATION [NOT USED]
3.7 TI�LD [o�t] SITC QUALITY CONTROL �NOT US�D]
3.8 SYST�M STAR'.i'UP [NOT USEDJ
3.9 ADNSTIIVG [NOT US�DJ
3.10 CLLANiNG [NOT USLllj
3.11 CLOSEOUT ACTIVITIES [NOT US�D]
3,12 I'ROTECTION (NOT USEDJ
3.13 MAINT�IVANC� [NOT US�D]
3,14 ATTACHMENTS [NOT US]CD]
�ND OF S�CTION
Revision Log
DATE NAME SUMMARY OF CHANG�
29
CITY OP I�ORT R'ORTH
STANDARD CONSTRUC'I'ION SPF.CIF[CA7'ION DOCUMBNTS
Revised July I, 2011
SouUi Main Slreet
Yrojeot No. 02113
01 78 23 - 1
OP�EZATION AND ?�4AltJTLiNANCE DATA
Pege 1 of 5
�
3 PART1- GENGRAL
sECT1oN az �s 23
OPERATION AND MAINTENANC� DATA
4 LI SUMMARY
5 A. Sectio�t Inelt►des:
6 1. Product data atid �•elated informatioii appro�riate for City's maintenauce and
7 o��ecation of products fucnished under Contcact
8 2. Such products may include, but af•e iiot limited to:
9 a. Traffic Cantra(lers
10 b. Irrigation Controllers (to be operated by tlie City)
11 c. Butterfly Valves
12 ' B. Deviations fi�om this City of Fort Worth Staudard Speci�ication
I3 I. None.
i� C. Related Specification Seetions include, but are not necessarily limited to:
I S 1. Division 0— Bidcling Requirements, Contract Forms and Conditions of tt�e Cotrtract
16 2. Division 1— General Requirements
17 1.2 PRIC� AND PAYM�NT PROCEDUItES
18
19
20
21
22
-23
24
2S
26
27
28
29
30
31
32
33
3Q
3S
36
37
A. Measui•e�1�e�rt a�;d Payment
1. Work assoeiated �vith this Item is cot�sidered subsidia�y to tlie va�•ious Items bid.
No separate paymeut will be allowed foc this Itein.
1.3 1ZCFERENC�S [NOT USED]
i.4 ADMINISTRATIV� REQUIREM�NTS
A. Scl�edule
1. Submit ulaiivals in �nal forui io tlie City «�iti�in 30 cale�idar days af prod��ct
sliipment to the project site. �
1,5 SUBMITTALS
A. Submittals sl�all be in accordance �vitti Section O1 33 00 . All stibinittals sliall be
approved by the Ciiy p�•ioe to cieliveiy,
1.G INTORMATIONAL SUBMITTALS
A. Sttbtnittal Foi•m
I, Prepace data in fori» of an inst�•uctional manual for nse by City persoiinel. �
2. Forinat
a. Size: 8'/2 inches x I 1 inches
U, Paper
1) 40 pound minimutn, �vhite, for typed pages
2) Holes reinforced �vith plastic, cioth o�• metal
c. 'Text: Manufacturer's printed data, or iteatly type�vcitten
CITY OI� PORT \VORTFI
S'1'ANUARD CONS'I'ltUCTiON SPECIFICA'CION DOCUMENTS
Reviscd becember 20, 2012
�
South �dnin Strect
Projecl No. 02113
OI7823-2
ONL'I2ATION AND MARdTHNANCE DATA
Pege 2 of 5
1
2
3
4
5
6
7
8
9
]0
I1
12
13
14
15
16
t7
1$
19
20
21
22
23
24
25
2G
27
28
29
30
3l
32
33
3A
35
3G
37
38
39
40
41
Q2
�3
44
4S
46
47
48
�
4.
C{. DI'�11V1[igS
1) Provide reinforce<I punched bindei� tab, biiid in �vith text
2} Reduce lacger clra�vings and fold to size of text pages,
e. Provide fly-leaf foe eacla sepa►•ate product, or eac(i piece of oper�ting
equipment.
1) Provide type<l description of product, and it�ajo�• coinponent pacts af
ec�uipiuecit.
2} Provide i�idexed tabs.
f. Cover
1) Ideittify e�cti vo[ume �vitli typed or pri�ited title "CJPERATING AND
MAINTENANCE INSTRUCTiONS".
2) List;
a) Title of Project
b) Identity of separate struchi�•e as applic�tble
c) Identity of geiieral subject matter covered in the manual
Bivders
a. Convuerci�l quality 3-ring bindecs �vith durable and cle�nab(e plastic covers
b, Wlien multiple binders ace used, correlate the data i►ito related cotisisterit
groupings.
If nvailaUle, pi•ovide an electronic form of the O&M Manual.
I3. Manaal Content
l, Neatly typewritten t�Ule of conteitts foc eaclt volun�e, arranged in systetnatic ordei•
a. Cai�tractor, name of i�esponsible pt•incipal, add�•ess and telephone m�mber
b. A list of each pcoduct i•eqiiirecl to be included, i�tdexed to ca�tent of the volume
c. List, �vith each pi�oduct:
1) The name, address aiid te[ephoale number of tlte subcolitractor or installe�•
2} A list of each pf•oduct required to be iiaclacfed, iudeYcd to conteiit of tlie
volu�r�e
3} Ide►itify area of responsibility of each
�) Local source of supply for p�cts and renlacemeut
d, Ideiitify each p►•oduct by pt�oduct name atid other idetitif'ying syiubols as sef
forth ili Coiih�act Documents.
2. Pi•oduct Dat�
a. Inch�de only tliose sl�eets �vl�ich are pertinent to the specific product.
b. Annot�te each sheet to:
1) Clearly identify specifie produet or pact installed
2) Clearly identify data applic�ble to it�sfnllation
3) Delete ref'ecences to ina�plicable information
3. Dra�viiigs
a. Suppleu�ent product dat� with di•a�vings as necessaiy to clearly illustr�te:
1) Ftelations of eoiuponent E��rts of ec�uipment and systems
2) Contcol and flo�v diagca�us
b. Coo►•dinate dra�vings �vitl� information in Pk�oject Record Documeiits to assu►•e
correct illustretion of completed i��sfallatiou.
e. Do not use Project Record Drawings as mainfenance dra�vings.
4. Written te�t, �s req��ired to supplement product data for the ��articular install�tion:
a. Orgauize in consistent format ut�der separate l�eadiiigs for diffe�•ent procedtn•es.
b. Provide logieal sequence of insteuctions of eaeli procedure.
CITY OP FOR'1' \VOR"PH
STANDARD CONSTRUCTfOT�i SPEC1rlCA'1'lON UOCUMENTS
Revised Decembcr 20, 2012
Soutl� Mnin Street
Pwjecl t�o. 02113
01'1823-3
OPL'ktA'fION AND MA[NTENANCE DATA
Page 3 of S
1 5. Copy of each �vai�•anty, bond and seivice contract issued
2 a. Frovide infarmAtioti slieet for City persoiuiel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might lffect validity of �varr�uties oc bonds
5 C, Ma►�ual faa• Materials and Finishes
6 1. St�bmit S copies of complete mauual it� �nal foi•m,
7 2. Co��tent, for accliitectural �rodi�cts, applied m�te►•ials.and finishes:
8 a. Manufachu•er's data, giving fi�ll infocmatio►i on p�•oducts
9 I) Catalog �iumber, sixe, composition
10 2) Colar and textuee designations
11 3} Information required foa• reordering special manufactured products
12 b. Instructions for cace a►�d maiutenance
i 3 1} Mam�fact�ire�•'s recomme�id�tion for types of cleaiiing agetits and metliods
I4 2} Cautions aglinst cleatii�ig agents and metliods �vhici� are deteimei�tal to
IS product
16 3) Recomme�uieci sclieduie for clea�ii��g and ulaii�tenatice
t7 3. Conteni, far i2ioisture p�•otection and rveatf�er ex{�osuce products:
I8 a. Ma�utfacttu�er's data, giving fi�ll iuformatiou on products
I9 1} Applicable sta�idards
20 2) Chemioal composition
21 3) Det�tils of installation
22 U. Iustrtictio�is far inspection, mai�iten��ice a�id r•epair
23
2�
2S
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4G
�t7
48
D. Manual for Equipinent atid Systems
l. Submit 5 eopies of co�l�plete manuai in �nal form.
2. Content, for each unit of equipment and system, as appropciate:
a. Desci•iptior� of iuiit aud componeiit pai�ts
1) Tunctiou, normal operating charactet�istics aud limiting couditians
2) Perfor�na�3ee curves, euginee��i�ig data aud tests
3) Complete nonaenclature aiid co►nmercial number of ceplaceable pacts
b. Operatiitg proeedures
1) Start-up, bceak-it�, rautiiie ��id normal o��eratirig insiructio�is
2) Regulafioii, control, stopping, shut-do�vn a�ici emergeticy instructioiis
3) Summec and winter operating iustruotions
4) S��ecial operatin� insti•nctions
c, Maintenauce procedures
1) Routiue oE�erations
2) Guide to "troable sltooti»g"
3) Disassembly, repaii• and reassembly
4) Aligument, adjusting znd el�ecking .
d. Servicing �nd (ubrication scl�edule
1) List of lubricants cequiced
e. Manufactucer's printecl operating and maintenauce instructions
f. Descciptiou of sequer�ce of operatioit by control rnanufacturer
l) Predicted life of parts subjeet to �vear
2) Items i•ecomme�ided to be stocked as spare pacts
g. As installed coiitrol diagi•ams by coiitrols manufacturer
h. Each contrt�ctor's coord'snation dra�vings
1) As instalted color coded piping ciilgrams
C1TY OF FORT NQK'Cf l South Main Street
STANDARD CONS7'RUCTION SPECIt'lCA'T[ON DOCUMENTS Projecl No. 02(13
Kevised DecentUer20,2012
Of 7823 -4
OP[ik2A'I'ION AND MAINTENANCE DATA
Page A of 5
1
2
3
4
5
6
7
8
9
10
I1
12
13
14
15
16
17
�8
19
20
21
22
23
24
25
26
27
28
29
3.
4.
i. Charts of valve tag numbers, �vith location aitd fi�nction of each valve
j, List of ociginal mauufacturer's spare parts, ma��ufactucer's ctn•rent prices, and
recommended ni�antitiss to be maintained in stocage
k, Otlier d�ta es ��equired uudei• pectine�it Sectians of Specifcatio�is
Co�itent, for eacl� electcic aud electi•oiiic systein, as appropriate:
�. Description of syste�u and component parts
1) Functioii, normal oper�iing cliaracteristics, and limiting conditioias
2) Pecform�nce curves, eugineering data and tests
3) Complete notnenelatnre a�id commereia[ number of eepl�ce�ble parts
b. Cii•cuif direetories ofpaiielboards
1) Electricalservice
2) Contcols
3) Coui�nunications
c. As installed calor coded �viri«g diagrams
d, �i�e�•ating proceduces
1) Routine and nornial operatiug instcuctions
2) Seni�ences required
3) Special opei'flilflg Ii1SfCUCYiOti5
e. Mainten�nce �rocedures
1) Routine oper�tions
2) Gttide to °trouble shooting"
3) Disassembly, repair at�d reassembly
4) Adjustment and checking
f. Manttfactut�er's pcinted operati�tg aiid maintenanee insh�uctions
g, List of arigival manufachirer's s�are �arts, mauufacturec's c�n�rent prices, aud
reeotmiiendeci c�u�r�tities to be maiufained in storage
l�. Otl�er data as requirecf under pertinent Sections of Specifications
Pi•epace anci include �dditional data ivhen tl�e ueed foc such data becomes apparent
d�u�itig instcuction ofCity's peisonnel.
30 1,7 CLOS�OUT SUBMITTALS [NO'T USED]
31 1,8 MAINTENANCE MATER�AL Si1BM1TTALS [NOT IJS�D]
32 1,9 QUALITY ASSUIZANCE
33 A, Provide operatio�i �ud i�iniutenance data by perso�Yi�el rviih the follotivi�ig cciteria:
34 1. Trained nud e�perienced in maintenauce and operation of described ��roducts
35 2. Skilled as teclinieal writec to tl�e e�tent required to cominunic�te essevtial data
36 3. Skilled as draftsman coulpetent to pre�ai•e rec�uired drawi�igs
C[TY OF FOR'1' WORTH SouUt Mnin Slrccl
STANDARU CONSTRUCTIpN SYCCI[�ICATION nOCU��tENTS Pro}cct No. 02113
Revised Decc�nbcr 2Q 20(2
01']$23-5
OPERATION AND MARJTENANCE DA'CA
Yage 5 of 5
f 1.10 DELIVERY, STtJRAGE, AND HANDLTNG [NOT USEDj
2 I.l.l �'I�LD [SITEj CONDITIONS [NOT USEDj
3 1,12 WARRANTY [NOT USED]
4 PART 2- PR011UCTS [NOT USED]
S PART 3- EX�CUTION [NOT US�D�
6 �ND OF S�CTION
7 "
Revision Log
DATB NAME SUMMARY OF CHANGE
8/31i2012 D. Johnson I.S.A. I— titte of section removed
8
CITY QI� FORT \VORTEC Soulh kSain Street
STANDARD CONSTRUC'1'ION SP6C1F(CATION llOCU1�4ENTS Project No. 02113
Reviscd Dccember 20, 7.012
O17839-1
VItOJECl' RECORD DOCUMGNTS
Page I of �t
1
2
3 PART1- GENERAL
4
5
6
7
8
9
IO
Il
12
13
1 �1
1S
1G
17
18
19
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
3G
S�CTION Ol 78 39
PROJECT RECORD DOCUIvIENTS
1.1 SUMMARY
A, Section Includes:
l, Work associated �vith the documentiu� the project and a•ecording changes to project
documeuts, includiug:
a, Record Dra�vings
b. Watec Meter Sei�vice Repo��ts
c, Sanitaty Sewei• Se►•vice Reports
d, Large Water Meter Repocts '
B. Deviatioi�s fr�m this City of Poi•t Woi•tli Staiidard Specification
1, None,
C. Rel�ted S}�eci�ieation Seetions include, but are not uecessari[y liit�ited to:
I, Division 0-- Biddiug Requieements, Coa�iract Foc•ms and Coiiditions of tl�e Gontract
2. Division 1— Gene►•al Requii•ements
1.2 PRICE AND PAYM�NT PROC�DUR�S
A, Measurement and Payment
1, Work associated �vith this Item is considered subsidiary to tl�e various Ite�ns bid,
No se��rate payilieiit tivitl be al(a�ved for t(iis Item.
1.3 IZEFERENC�S [NOT US�D]
1.�1 ADMINISTRATIVE It�QUIREMENTS [NOT US�D]
l.S SUBMITTALS
A, Prior to submittii�g a cequest foc F'inal Inspectiou, deliver Project Recoa�d Documents to
City's Pi•oject Rapreseiitative.
1.6 ACTION SUBMITT'ALSLCNTORMATIONAL SUBMIT'T'ALS [NOT US�D]
1.7 CLOS�OUT SUBMITTALS [1'JOT USEDj
1,8 1VIAINT�NANC� MATERIAL SUI3MITTALS [NOT USED] "
1.9 QUALITY ASSURANCC �
A. Accuracy of Records
1. Thorougtily eoordivate cl�anges �vithin thc Recard Documents, mal<ing adec�uate
aitd �roper entcies oit eaeh �>age of Speci�cations aud eacl� slieet of Dra�vings a�ici
othec Documents �vhere such entcy is required to sho�v the chaitge ��ropei•ly.
2, Accucaey of records sh�ll Ue such tltat futuce seaccl� foa• items shown i�i t(�e Contract
Documet�ts may a•ely reasonably o�i infocmation abtaiT�ed fi�om fhe approved Project
Record Documents.
CI"PY OF I�ORT �VORTH South Main Slrect
S'1'ANDARD CONSTRUC'1'IOI�! SPGC[PICATION DOCUMENTS Project No. 02 t 13
Revised Juty l, 20t I
t
2
3
4
5
6
7
8
9
10
11
12
l3
14
15
16
01 78 39 - 2
• PROJLiCI' lLCCORD DOCUMENTS
PTgc 2 of 4
3, To facilitate aecuracy of recoeds, make euh•ies witliiu 2�4 hoc�rs �ftec receipt of
information that flie cha►ige has accurred.
4. P�•ovide factua( inforiitatiou regardicig aq aspecis of tl�e Work, both co�icea[ed aiid
visible, to eiiable f��t�u•e modifcatio�i of tlie Work to �raceed �vitt�out lengtliy a�id
expensive site measnremeut, investigatio» and e�:aminatiou,
1,10 STORAG� AND HANDLING
.f1. Stocage aud Ha►idling Requiremea�fs
1. Mainfain the jab set of Reco�•d Docaments coropletely protected from deterio�•ation
�nd fi�om [oss and damage uutil completion of the Wor)c a��d transfe�• af all recorded
datfl to the final Project Record Documents.
2. In the event of ioss of cecorded data, ilse means i�ecessfli�y to again secuce the data
to the City's a�proval.
a. Li such case, provide replacements to the stai�dards origin�lly ceqtticed Uy tlte
Contract Docui�ieiits.
1.11 FIELD [SIT�j CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER-�+URNISH�D (oiz] OWNER-SUPPLICD PRODUCTS [NOT US�D]
19 2.2 RECORD DOCUMENTS
20
2I
22
23
24
zs
26
27
A, Job set
1. Aromptly foilo�viug receipt of the Notice to Proceed, secu►-e fi•om the City, at no
el�arge to the Contcactor, 1 eomplete set of aU Documents coinprising the Contract,
B. I'inal Record Documeiits
1. At a time neacing the completian of tlie Work aud prior to Fina! Tnspection, provide
the City 1 eomp4ete set of all Final Record Di•a�vings in tl�e Cot�h�act,
2.3 ACC�SSORIES [NOT US�DJ
2.�3 SOiJRCE QUALITY CONTROL [NOT US�D]
28 PART 3 - EXECUTION
29
30
31
32
33
34
35
3.1. INSTALL�RS jNOT US�D]
3.2 EXAMINATION [NOT US�Dj
3,3 PREPARATION [NOT US�D]
3.4 MAINT�NAl�iCE DOCUMENTS
A. Maii�tenance of Job Set
1. Immediately upon ceceipt ofthe job set, idelitify eaeli oftiie Doeuuients �vitl� the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT 1VORTIi
STANDARU CONS'1'RUCTION SPECIFICATION DOCUMBNTS
Revised July l, 201 t
Soutli Main Street
Projcct No. 02113
01 78 39 - 3
PROJF.CT R�CORp AOCUMENTS
Page 3 of 4
1 2. Preseivation
2 a, Considering the Cojitcact complefion time, the probable ntunber ofoccasions
3 � upan �vhicll the job set must be taken out foa• ne�v entcies aud for ex�►minatiou,
4 and tlie condifions under �vl�ich these activities �vill be pe�•fo�•�ned, devise a
5 suitaUle u�ethod for protecting the job set.
6 b. Do iiot use tiie job set for airy purpose except entry of �le�v data a►id for revie�v
7 by tl�e City, until start of transfer of data to fina[ P��oject Record Docunients.
8 c. Maititaiii the job set at the site of �vork.
9 3. Coordination with Consfructiou Su�•vey
10 a, Ai il Il1ltllii111Ii1, iu accordauce witl� tlie iiitei•vals set focHi in Sectioii O1 71 23,
1 1 clearly mark any deviations fi•om Contract Documeuts associated �vith
12 iustallation of the infi•astructure.
13 4. Makiilg eiitcies on D►•awi�lgs
14 a. Reco�•d auy deviations fi•om Contraet Documents.
15 b. Use an erasable colored pencil (�tot ii�k oc indelif�le pei�ciO, clearly desc►•ibe the
IG change by grapliic line and note as required.
17 c, D1te all eutries.
18 d, Call attention to tl�e entiy by a"cloud" dra�vn acound t[ie acea or areas affected.
19 e. In the event of averlapping cliauges, use different colors for the overlapping
20 chl�iges.
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
40
ql
42
5, Conversioii of schetuatic layouts
a. In some cases oi� the Dra�vings, arrangemerits of conduits, circuits, piping,
ducts, aud simil�c items, are sho�vn schematically ai�d ace not intended to
�ortray preeise ph}ysie�l layout,
1) Final physical �rrnu�e�nent is determined by the Contrnetor, subject to tlie
City's �pproval.
2) Ho�vever, design of future mocti�cations of the facility may rec�uire
accucate it�foi�mation as to the final physical Iayout oti items �vhich ace
slio�vi� only schematieally on the Dra�vings,
b. Show on the job set of Record Drativings, by cfimension acctn•ate to �vithin 1
inch, the centerliue of ench run of items.
1) Final physicll ai•raiigemeiit is deteriiii�ied by tlte Coiitcactor, subject to tlie
City's approval,
2) Show, by symbol ac note, tlie vertical location of the Item (°undec slab", "in
ceiliu� pleuum", "e�posed", aiid HIe like),
3) Make all ictentificafiot� suf�"icientty descciptive that it m�y be related
reliaUly to the Speci�catio��s.
c. Tlie City may waive the requicements for conversio» oF schen�atic layauts
�vhece, iu the City's judgment, conve�•sioi� serves »o useful piirpose. Ho�veve►•,
do not i�ely upon �vaivees Ueing issued e�cept �s speci�cally issueci in �vriting
by tlte City,
B. Pinal P�•oject Recoed Documetrts
43 1. Trausfer of data to Dra�viu�s
���� 1, Carefu(ly trausfer change data shown on the job set ofRecord Dra�viugs to the
45 COI'feS�O11CIlllg �t1�I CIOCU111CI1t5, coordiu�fitig the chauges as requiced,
46 b. Cle�cly indiclte at eacli �tffected detail lttd otlier Dr��vi�ig a fiill desci•iptioii of
47 cl�anges made during coustructio», �nd tlie achial location of items,
Cl7'Y OF PORT �VORTH South Main Strcct
STANDARD CONSTRUC'1'ION SYCCIFICA'1'IO�I bOCUMGN7'S Project No. 02l 13
Re��ised July [, 20] 1
01 78 39 - 4
PROJECT RECORD DOCUM&NTS
Pagc 4 of d
1
2
3
4�
S
6
7
8
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
�
25
26
c, Call attentiou to each entiy by dca�ving a°cloud" arouud the area oa� areas
affected.
d. Make clianges ueatly, cousistently and �vit[� the pi•oper media to assure
longevity and clear reprodiiction.
2. Ti•ansfer of data to other poc�nnenis
a. If itie Doctitnents, otlier than Dra�vings, l�ave beeii kept cleau dui•ing pi�o�i•ess of
the Work, and if enti•ies tlxereon have been orderly to the approval oftlie City,
the job set of those Documei�ts, other thau Drawings, �vil( be accepted as fina[
Reeord Documents.
b. If any such Document is ��ot so approved by the City, secu�•e a iie�v copy of tliat
Document fi�om ttie City at ttie City's usttal charge %r reproductio�i aiid
l�andling, and cacefully ti�ansfer tlze cl�ange data to the new copy to the �pproval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 �2.E-INSTALLATION [NOT USED]
3,7 FIELD (ox] SITE QUALITY C4NTROL [NOT CJS�Dj
3.8 SYSTEM STARTLJP [NOT US�Dj
3.9 ADJUSTING [NOT USED]
3.10 CL�ANYNG [NOT USEDJ
3.11 CLOSEOUT ACTIVITIES [NOT USEDJ
3.12 PROTECTION [NOT USED]
3.13 MAINT�NANC� [NOT USED}
3.14 ATTACHMENTS [NOT US�Dj
END OF SECTION
Revision Log
DAT� NAME SUMMARY Or CHANGG
C1TY OF FORT 1YORTH
STANDARD CONS7'RUCI'ION SPECiFICATIQN DOCUMF.NTS
ReviseJ Jidy l, 201 I
Soulh �l�fain Street
Project No. 021 l3
99 99 00 - SPECIAL PROVISIONS
9999.0094 WATER CONSTRUCTION ALL.OWANCE
items bid as Construction Allowances shall consist of miscellaneous utility adjustments and
other non-subsidiary items requested for construction by the City of Fort Worth and at the
direction of the Project Engineer. The payment to the Contractor for utility adjustments shall
be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and
overhead incurred by the Contractor in handling the work.
Contractor should refer to general conditions, article 11.02
9999.0095 SEWER CONSTRUCTION ALLOWANCE
Items bid as Construction Allowances shall consist of miscellaneous utility adjustments and
other non-subsidiary items requested for construction by the City of Fort Worth and at the
direction of the Project Engineer. The payment to the Contractor for utility adjustments shall
be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and
overhead incurred by the Contractor in handling the work.
Contractor should refer to general conditions, article 11.02
9999.0096 PAVING CONSTRUCTION ALLOWANCE
Items bid as Construction Ailowances shall consist of miscellaneous construction
adjustments and other non-subsidiary items requested for construction by the City of Fort
Worth and at the direction of the Project Engineer. The payment to the Contractor for
construction adjustments shall be the actual cost of the adjustments plus ten percent (10°/a)
to cover the cost of bond and overhead incurred by the Contractor in handling the utility
adjustments.
Contractor should refer to general conditions, article 11.02
9999.0003 IRRIGATION SYSTEM
PART 1 - GENERAL
Drawings, Standard General Conditions of Contract, Special Conditions and Division-
1 specification sections, apply to work of this section.
1.1 DESCRIPTION
Landscape irrigation system components and installation procedures.
1.2 LICENSED IRRIGATOR
Installation of the irrigation system shall be under the "direct" supervision of a licensed
irrigator of the State of Texas.
1.3 STANDARDS
ASTM D1785 (ANSI B72.7): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic
Pipe, Schedules 40, 80, and 120.
ASTM D2241 (ANSI B72.2): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic
Pipe (SDR-PR).
1�Page
99 99 00 - SPEGIAL PROVISIONS
ASTM D2466: Standard Specification for Poly (Vinyl Chloride (PVC) Plastic Pipe Fittings,
Schedule 40.
ASTM D2564 (ANSI 872.16): Standard Specification for Solvent Cements for Poly (Vinyl
Chloride) (PVC) Pipe and Fittings.
ASTM D2855 (ANSI K65.55): Standard Recommended Practice for Making Solvent-
Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings.
1.4 EQUAL MATERIALS
A. It is not the intent of these specifications to limit materials to the product of any
particular manufacturer. Where definite materials, equipment and/or fixtures have been
specified, it has been done to set a definite standard and a reference for comparison as to
' quality, application, physical conformity, and other characteristics. It is not the intention of
the Owner or the Consultant to discriminate against or prevent any dealer, jobber or
manufacturer from furnishing materials, equipment, and/or fixtures, which meet or exceed the
' characteristics of the specified items. Substitution of materials shall not be made without
prior written approval from the Owner and the Consultant.
B. Design criteria and water pressure must be carefully considered when selecting
equipment. Only equipment that performs as specified will be considered.
1.5 �OCATION OF AND DAMAGE TO EXISTING UTILITIES
The Contractor is responsible for locating underground obstacles. Exercise caution to
prevent damage to existing facilities during the progress of the work, taking care to locate
same, where possible, in advance of the actual work. The Owner's representative will render
all assistance possible to the Contractor in determining the location of existing utilities by
making available such maps, records and other information as may be accessible to him,
when requested to do so, but the accuracy of such information will not be guaranteed. The
Contractor shall be responsible for repairs resulting from damage to existing utilities resulting
from his operations. Should the Contractor, in the layout of work, encounter any pipe,
underground utility, or structure, the location of which has not been furnished to him by the
Owner, he shall bring such conditions to the attention of the Owner's representative for his
determination of the method to be used to remove or bypass such obstructions.
1.6 WATER SUPPLY
Make connections to the existing water line at the location shown on the plans.
1.7 WORKMANSHIP
Install equipment in accordance with the recommendations of the manufacturer and the best
standard practice for this type of work. Care must be taken to keep the inside of the pipes
clean and free of dirt, rock, cutting, etc. Flush all systems clean prior to installing sprinkler
heads.
1.8 CODES AND PERMITS
2�Page
99 99 OQ - SPEGIAL PROVISIONS
Install all work according to applicable codes and ordinances of the City and the National
Electrical Code. Obtain and pay for all required permits.
1.9 WEATHER PROTECTION
Protect and maintain all work, materials and fixtures from weather damage. All new work
likely to be damaged shall be covered or otherwise protected.
1.10 SITE CONDITIONS
Before ordering materials or beginning work, verify dimensions of existing and new work.
Any differences found shall be submitted to the Owner's representative for consideration
before proceeding with work. No extra compensation will be allowed because of differences
between actual dimensions and measurements indicated on the plans. Plans are
diagrammatic and approximate.
1.11 PROTECTION AND SAFETY
A. Send proper notices, make all necessary arrangements and perform other services
required for the care, protection and maintenance of public utilities, and services, inciuding
fire plugs, telephone and telegraph poles and wires, and all other items of this nature on or
about the site, assuming all responsibility and paying all costs for which the Owner may be
liable.
B. Construct and maintain necessary temporary drainage and provide pumping, as
required, to keep excavations free of water.
C. Provide all shoring, bracing and sheeting as required by OSHA Regulations and for
the proper execution of the work. All shoring, bracing and sheeting shall be removed from the
site when the work is completed.
D. Fires are not permitted.
E. All work shall be performed in accordance with the national "Occupational Safety and
Health Standards" (OSHA).
1.12 SUBMITTALS
Using hard cover 3 ring notebooks, provide not less than three (3) copies of complete
brochures describing equipment and materials, inciuding names of manufacturer's catalog
numbers, trade names, instructions for setting, connecting and operation, technical data and
any special information requested. Unless resubmission is required, two will be retained and
one returned after being reviewed. If resubmission is required, one corrected copy and one
original copy will be returned after being reviewed. if resubmission is required, one corrected
copy and one original copy will be returned and one will be retained. One approved copy
shall be in the file of the Contractor's representative at the project site.
� :__ •:� ': ►
A. Provide and keep a complete up-to-date a Record Set of blue-line prints which shall
be corrected daily and show every change from the original plans and specifications and the
3�Page
99 99 00 - SPECIAL PROVISIONS
exact locations, sizes and kinds of equipment. Prints for this purpose may be obtained from
the Owner's representative at cost. This set of drawings shall be kept on the site and shall be
used only as a record set.
B. These drawings shall also serve as work progress sheets and shall be the basis for
measurement and payment for work completed. Make neat and legible annotations thereon
daily as the work proceeds, showing the work as actually instailed. These plans shall be
available at all times for inspection and shall be kept in a location designated by the
Consultant.
C. Before the date of the final inspection, transfer all information from the record prints to
an ozalid sepia, provided by the Consultant. All work shall be neat, in ink, and subject to the
approval of the Consultant.
D. Dimension from two (2) permanent points of reference, building corners, sidewalks, or
road intersections, etc., the location of the following items:
1. Connection to existing water lines.
2. Connection to existing electrical power.
3. Gate valves.
4. Routing of irrigation pressure lines (dimension maximum 100' along routing).
5. Remote control valves.
6. Routing of control tubing.
7. Quick coupling valves.
8. Manual drain valves.
9. Routing of irrigation lateral lines (with a change of two (2) feet each way).
10. Other related equipment as directed by the Owner's representative.
E. Prior to the date of the final inspection, the contractor shall deliver the corrected and
completed sepias to the Consultant for approvai. Delivery of the sepias will not relieve the
responsibility of furnishing required information that may be omitted from the prints.
1.14 CONTROLLER CHARTS
A. The Consultant shall approve the record prints before the controller charts are
prepared.
B. Provide one controller chart for each automatic controller.
C. The chart shall show the area controlled by the automatic controller and shall be the
maximum size, which the controller door will allow.
D. The chart is to be a reduced plan of the actuai approved in-place system.
E. The chart shall be a photo-static copy of blue-line ozalid print and a different color
shall be used to indicate the area of coverage for each station.
F. When completed and approved, the chart shall be hermetically sealed between two
pieces of plastic, each piece being a minimum of 20 mils.
4�Page
99 99 UO - SPEGIAL PROVISIONS
G. These charts shall be completed and approved by the Consultant prior to final
inspection of the irrigation system.
1.15 IRRIGATION CONTRACTOR'S RESPONSIBILITY
A. Prior to submittal of the bid, the Contractor shall acquaint himself with all matters and
conditions concerning the site and existing conditions.
B. Coordinate work with the other trades so that all phases of the work may be properly
coordinated without delays or damage to any parts of the work.
C. The Contractor shaii be responsible for all sleeves (schedule 40 PVC) and chases
under paving, through walls, etc., unless otherwise noted on plans. The sleeves are to be
considered subsidiary to installation of the irrigation system. Irrigation Contractor shall be
responsible for coordinating installation of the sleeves with the General, Paving, Utility, and
Street Light Contractors.
1.16 CHANGES IN THE WORK
A. The Owner may, without invalidating the contract, order additional work or alterations
to the contract.
B. Any changes shall be requested in writing and the contract sum shall be adjusted
according to the unit cost bid submitted by the Contractor. Any extension of time due to
additions in work shall be adjusted at the time of the change order.
C. Minor changes, such as head locations and controller locations, which do not involve
extra cost and are consistent with the purpose of the work may be ordered by the Owner's
representative and no claim for an addition to the contract sum or time schedule will be
considered.
1.17 FINAL INSPECTION
A qualified person duly authorized in writing to represent the irrigation Contractor shall be
present at the final inspection to demonstrate the systems and prove the performance of the
equipment. Prior to this inspection, all work under this division shall have been completed,
tested, balanced and adjusted and in final operating condition.
1.18 GUARANTEE
A. Guarantee the satisfactory operation of the entire system, to the extent possible
under the scope of the work included in this contract. The entire system shall be guaranteed
to be complete and work properly for a period of one year from date of final acceptance.
Repair any defects or replace any defective parts found or occurring within that year, free of
expense to the Owner.
B. Include a copy of the guarantee form in the Operation and Maintenance Manual.
1.19 MISCELLANEOUS SERVICES OF IRRIGATION CONTRACTOR
S�Page
99 99 00 - SPECIAL PROVISIONS
A. Train at least two (2) of the Owner's employees in the operation and maintenance of
the system. This shall include the operation of the controllers and valves, how to most
effectively use the system, and maintenance on all equipment including the removal and
replacement of valve and controller components.
B. Provide two (2) quick coupling valve keys and two (2) sets of automatic controller
keys for each controller. This equipment shall be turned over to the Owner upon final
acceptance of the work by the Owner.
C. Provide a watering program to the Owner showing the scheduling or sequencing of
the valves, including which valves may be run simultaneousiy, and a desirable timing
program for each controller. The controllers shall be scheduled to prevent an excessive
amount of head loss in the system. The program shall include suggested operating time for
new planting and established growth.
D. Operation and Maintenance Manuals - Prepare and deliver to the Consultant, within
ten calendar days prior to completion of construction, two hard cover, three ring binders
containing the followina information:
1. Index sheet stating Contractor's address and telephone number, list of equipment
with name and addresses of local manufacturer's representative.
2. Catalog and parts sheets on each product and equipment type installed under this
contract.
3. Guarantee statement.
4. Complete operating and maintenance instruction on all major equipment.
1.20 SITE OR FIELD VISITS BY THE CONSULTANT
A. The Consultant will visit the site once to examine materials for type, size and
character specified. The Consultant will also visit the site once to examine the installation
and operation of the system.
B. Should additional trips be required due to rejection of materials or improper or
inadequate completion of the work, the costs of additional trips will be paid for by the
Contractor. Such costs will include the Consultant's time, travei and other miscellaneous
related expenses.
PART 2 - MATERIALS
► _:__
All materials and accessories shall be of new and unused material. Any section of pipe found
to be defective before or after installation shall be repiaced with new pipe. All new irrigation
equipment shall be essentially the standard product of the manufacturer. All new equipment
furnished shall have in-service perFormance records sufficient to verify published capabilities.
2.2 PIPE AND FITTINGS
6�Page
99 99 00 - SPECIA� PRQVISIONS
A. PVC Pressure Main Line and Fittings:
1. Pressure main line piping shall be Schedule 40 PVC. Main line piping less than three
(3) inches in diameter shall have solvent weided joints. Main line piping greater than three
(3) inches in diameter shall be JM Ring-Tite gasketed bell joint pipe, or approved equal.
2. Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming
to ASTM resin specification D1785. All pipes must meet the requirements of Federal
Specification S-21-70.
3. PVC solvent-weld fittings shall be Schedule 40, 1-2; II-1 NSF approved, conforming
the ASTM test procedure D2466.
4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and
installation methods prescribed by the manufacturer.
5. All PVC pipe must bear the following markings:
a. Manufacturer's name.
b. Nominal pipe size.
c. Schedule or class.
d. Pressure rating in PSI.
e. NSF (National Sanitation Foundation) approval.
f. Date of extrusion.
6. All fittings shali bear the manufacturer's name of trademark, material designation, size
applicable IPS schedule and NSF seai of approval.
B. PVC Non-Pressure Lateral Line Piping:
1. Non-Pressure buried lateral line piping 3/4" in diameter and above shall be SDR 21
(200 PSI) PVC with solvent-weld joints. Laterals 1/2" in diameter shall be SDR 13.5 Class
315 PVC with solvent-weld joints.
2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming
to ASTM resin specification D1785. All pipes must meet the requirements of Federal
Specification PS-21-70 with an appropriate standard dimension ratio.
3. Except as noted in paragraphs above, pipe and fittings for PVC non-pressure lateral
line piping will be the same as for solvent-weld pressure main line pipe and fittings as set
forth in "PVC Pressure Main Line Pipe and Fittings" above.
2.3 AUTOMATIC CONTROLLER
A. Automatic controller shall be of type and size shown on the plans.
B. The Owner's Representative shali approve the finai location of automatic controiler
prior to instaliation.
C. The 120 volt electrical power for the automatic controller shall be provided by Fort
Worth South Inc.
7�Page
99 99 00 - SPECIAL PROVISIONS
D. Controller shall be housed in a metal locking weatherproof cabinet.
2.4 ISOLATION BALL VALVES
Ali ball valves shall be thermoplastic manufactured to ASTM F 1970 and constructed from
PVC Type I, ASTM D 1784 Cell Classification 12454 or CPVC Type IV, ASTM D 1784 Cell
Classification 23447. All O-rings shall be EPDM or genuine VitonO. All valves shall have
Safe-T-ShearO stem with O-ring stem seal. All handles shall be polypropylene. All union nuts
shall have Buttress threads. All seal carriers shall be Safe-T-Blocked0. All valves shall be
certified by NSF International for use with potable water. All 1/2" - 2" valves shall be pressure
rated to 235 psi for water @ 73° F. All 2'/2' — 4" and all flanged valves shall be rated to 150
psi for water @ 73° F.
2.5 ISOLATION GATE VALVES
Gate valves shall have bell or spigot ends, flanges or screw joints as required for the piping
in which they are installed. Ali gate valves shall be manufactured of brass conforming to the
AWWA Standard C-500, or to Federal Specification WW-V-58, Class B. Gate Valves shall
be designed for a minimum water working pressure of 150 psi. Gate vaives shall have a
clear waterway equal to the full nominal diameter of the valve and shall be opened by turning
counterclockwise.
2.6 REMOTE CONTROL VALVES
The remote control valves shall be of the type shown on the drawings, and shali be
electrically operated, normally closed diaphragm type valves. Valves shall be siow opening
and closing. Valves shall have a manual flow control and manual bleed plug.
2.7 QUICK COUPLING VALVES
The quick coupling valves shall be of the type and size shown on the drawings.
2.8 REMOTE CONTROL WIRE
A. Connections between the automatic controllers and the remote control valves shall be
made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different color
wire for each automatic controller. Common wires shall be white with a different color stripe
' for each controller. Install in accordance with automatic controller manufacturer's
'- specifications and wire chart. In no case shall wire size be less than, AWG #14 U.F.
B. All wire shall be installed according to local electrical codes and must bear UL
approved (Type UF) for direct underground burial.
2.9 CONTRO� WIRE SPLICES
Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an
approved equal. Connectors shall be of the proper size to match the wire. Only make wire
splices in valve boxes orjunction boxes approved by the Owner's representative.
8�Page
99 99 QO - SPECIAL PROVISIGINS
2.10 VALVE BOXES
Valve boxes for remote control valves and isolation valves shall be of type and size as shown
in details.
2.11 ROTARY POP-UP HEADS
Rotary pop-up heads shall be the type as shown on plans. Rotary pop-up heads shall be
installed in a cyclolac case. Heads shall pop-up until the nozzle is a minimum of 3" above
ground level. All internal parts shall be removable from above ground. See the Irrigation
Legend on the plans for the performance data.
PART 3 - INSTALLATION
3.1 GENERAL
A. Provide a complete and properly functioning automatic irrigation system as indicated
herein and on the Drawings.
B. Unless otherwise specified or shown on the plans, the construction of irrigation lines
shall include excavation and backfill, the furnishing, installing and testing or irrigation pipe
and fittings, and electrical conductors and all other work in accordance with the plans and
specifications. The irrigation system installation shall be coordinated with other construction
activities.
C. All valves and other irrigation equipment shall be located in planting areas, uniess
otherwise noted on the Drawings.
3.2 PIPE AND FITTINGS
A. PVC pipe, couplings and fittings shall be handled and installed in accordance with the
manufacturer's recommendations. Each pipe length shall be properly spaced in jointing to
allow for expansion and contraction. Piping will be snaked in trench as shown in the
trenching details. If necessary, stakes are to be used to make pipe snake in trench. All
stakes are to be removed, as the trench is backfilled.
B. All laterals shall be installed with 12" minimum coverage over pipes at finish grade
and ail main lines with at least 18" minimum coverage. All lines shall have a minimum
clearance of 6" from each other and from lines of other trades. Parallel lines shall not be
installed directly over one another.
C. Install concrete thrust blocks as indicated on the details in the drawings. Blocking
shall be a minimum of 1.5 C.F. each. Set concrete blocking against undisturbed earth.
D. The interior of the pipe shall be thoroughly cleaned of all foreign matter before being
lowered into the trench, and shall be kept clean during laying operations by means of lugs or
other approved methods. The pipe shall not be laid in water, or when trench or weather
conditions are unsuitable for the work. Water shall be kept out of the trench until the joints
are completed. When work is not in progress, open ends of pipe and fittings shall be
securely closed so that no trench water, earth or other substance will enter the pipes or
fittings. Any pipe that has the grade or joint disturbed after being installed shall be taken up
9�Page
99 99 00 - SPECIAL PROYISIONS
and relayed. Fittings at bends in the pipe, and at the end of lines shali be firmly wedged
against the vertical face of the trench by means of concrete thrust blocks.
E. Joints in all screwed fittings shall be made by applying teflon tape on male threads.
Use of pipe joint compound or similar substance is prohibited.
F. After installation, the lines wili be fiushed until they are free of rocks, dirt, debris, etc.,
before the heads are installed.
G. Pipes and/or sleeves placed underground and not immediately connected to other
pipes shall be capped or piugged to prevent water and dirt from entering the pipe. Sleeves
for wires shall be capped or sealed with mastic tape after wires have been installed.
3.3 AUTOMATIC CONTROLLER
A. Controller shail be instailed as per the manufactures specifications.
B. Ali electrical wiring and connections shall be installed according to the local City and
National Electrical Code.
3.4 ISOLATION BALL, GATE AND REMOTE CONTROL VALVES
A. Instail all new valves as indicated on the plans or as may be required for the proper
control of the piping systems in which they are incorporated. Valves shail be set vertically.
Valves shall be set as shown on the drawings and as approved by the Owner's
representative.
B. Control valves shail be adjusted to give the correct pressure at the spray head.
C. Teflon tape is to be used on all male threads when instailing valves.
D. All vaive boxes are to be left in a clean condition, providing ready access to valves.
3.5 QUICK COUPLING VALVES
Quick coupling valves shall be installed in a vertical position as shown in the details and at
locations shown on the plans.
3.6 REMOTE CONTROL WIRE
A. Connections between the automatic controllers and the remote control valves shail be
made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different color
wire for each automatic controller. Common wires shall be white with a different color stripe
for each controller. Install in accordance with valve manufacturer's specifications and wire
chart. In no case shall wire size be less than, AWG #14 U.F.
B. All wire shall be installed according to local electrical codes and must be insulated
with PVC and bear UL approved (Type UF) for direct underground burial.
3.7 CONTROL WIRE SPLICES
lO�Page
99 99 00 - SPECIA� PROVISIONS
Only make wire splices in valve boxes or junction boxes approved by the Owner's
representative.
3.8 VALVE BOXES
Valve boxes shall be installed in an accessible place as shown on plans. All valve box
covers, valve boxes, etc. shall be placed so the edges are parallel or perpendicular to
adjacent hard edges. Top of all boxes shall be 1" above finished grade. Top surface of
boxes shall be installed so that a smooth surface is created in relation to existing grade.
3.9 IRRIGATION HEADS
Irrigation heads shall be installed in plumb position at intervais not to exceed those shown
and in the approximate location and configuration shown on the plans. Head swing joints,
risers and flexible connectors shall be as shown on the details. All nipples shall be the
minimum length required to allow irrigation head adjustment motion without including load on
the supply pipe. Irrigation heads shall be instailed as detailed on the plans.
3.10 TRENCH EXCAVATION AND BACKFILL
A. The Contractor shail perform all excavation to the depth indicated in these
specifications and plans. All excavated material not required for fill or backfill shall be
removed from the site. The banks of trenches shail be kept as nearly vertical as practicable.
Trenches shall be wide enough to permit proper placing of pipe. Where rock excavation is
required, or where stones are encountered in the bottom of the trench, the rock or stones
shall be removed to a depth of four (4) inches minimum below the trench depth indicated.
The over-depth rock excavation and ali excess trench excavation shall be backfilled with
loose, moist earth or sand, thoroughly compacted. Whenever soil, which is wet or otherwise
incapable of supporting the pipe is encountered in the trench bottom, such soil shall be
removed to a depth and length required and the trench backfilled to trench bottom grade as
hereinafter specified, with coarse sand, fine gravel or other suitable material.
B. Bottom of trench grade shall be continued past ground surface deviations to avoid air
pockets and low collection points in line. The minimum cover specifications shall govern
regardless of variations in ground surface profile and occasionai deeper excavation required
at banks and other field conditions. Excavation shall be such that a uniform trench grade
variation will occur in all cases where variations are necessary. In no case shall the angle of
deflection from one pipe length to another exceed 5 degrees.
C. Trench excavation shall consist of the satisfactory removal and disposition of all
materials, and shall include all shoring and sheeting required by state and local regulations to
protect the excavation and to safeguard employees.
D. During excavation, materials suitable for backfilling shall be stockpiled in an orderly
manner a sufficient distance back from edge of trenches to avoid overloading and prevent
slides or cave-ins. No excavated materials shall be placed within or permitted to fall upon
roadways.
E. The trenches shall be carefully backfilled with the excavated materials approved for
backfilling, consisting or earth, loam, sandy clay, sand, or other approved materials, free from
large clods of earth or stone. Rock, broken concrete or pavements and large boulders shall
11�Page
99 99 00 - SPEGIAL. PRQVISIONS
not be used as backfill material. The backfill shall be thoroughly compacted and evened off
with the adjacent soil level. Any materials not suitabie for backfill shall be removed from the
site and disposed of.
F. Select fili dirt or sand shall be used if soil conditions are rocky. In rocky areas the
trenching depth shall be four inches below normal trench depths to allow for this bedding.
The fill or dirt or sand shall be used in filling four inches above the pipe or wires. The
remainder of the backfill shall contain no lumps or rocks larger than one inch. The top six
inches of backfill shall be free of rocks, subsoil or trash.
G. Backfill shall be placed in layers; the thickness of the layers shall depend on the
nature of the material and the method of compaction used. Compaction shail be
accomplished in such a manner as to assure that there will be no future subsidence.
H. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to
the depth required for compaction, then filled and compacted with the surface restored to the
required grade and left in a completed surface condition as described above.
i. All excavation and backfill shall be unclassified and covered in the base bid. No
additional charges will be allowed for rock encountered.
3.11 �EAK TEST
A. When the main line or sections of the main line, laterals, swing joints and valves have
been installed, the system (or section) will be thoroughly flushed. The system (or section)
will then be pressurized for 8 hours at the operating pressure.
B. All joints and connections shall be pressure tested and checked for leaks prior to
backfilling.
C. All lateral lines, from the control vaive to the spray head, shall be tested, for an
operating period of 8 hours by capping the pipe at the sprinkler head and pressurizing the
pipe.
D. Any leakage found will be repaired and retested for another 8-hour period prior to
backfilling.
3.12 CLEANING AND FLUSHING SYSTEM
After pipe, fittings, and valves have been installed and connections made to the water
source, flush pipes several times until free of all rocks, dirt, trash, pipe shavings or debris
before instaliing heads. After the pipe has been thoroughly flushed, start installing the heads
with the water running, beginning with the one nearest the valve and working toward the
ends of the laterals forcing the water and any debris left in the pipe out the last head
connection. After the heads have been installed the system is to be operated several times
before final inspection. The heads shall also be cleaned or replaced if necessary before final
inspection.
3.13 PLANT MATERIALS
12�Page
99 99 00 - SPECIAL PRQVISIONS
Where it is necessary to excavate adjacent to plant materiais, the Contractor shall use all
possible care to avoid injury to plants and plant roots. Excavation in areas where two (2)
inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in
diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be
heavily wrapped with burlap to prevent scarring or excessive drying. Where a trencher is run
close to plants having roots smaller than two (2) inches in diameter, the wall of the trench
adjacent to the tree shall be hand trimmed, making clean cuts through. Roots one (1) inch
and larger in diameter shall be painted with two coats of Tree Seal, or equal. Trenches
adjacent to plant should be closed within twenty-four (24) hours; and where this is not
possible, the side of the trench adjacent to the plant shall be kept shaded with burlap or
canvas. No trenching shall occur within 8' of existing trees if heads occur closer than 8' to an
existing tree, the lateral trench shall be cut radial to the trunk.
3.14 TEMPORARY REPAIRS
The Owner reserves the right to make temporary repairs as necessary to keep the irrigation
system equipment in operating condition. The exercise of this right by the Owner shall not
relieve the Contractor of his responsibilities under the terms of the guarantee as herein
specified.
3.15 CLEANUP
A. Make final cleanup of all parts of the work before finai acceptance. This cleanup shall
include removal of all construction materials and equipment, and in general leaving the site in
an orderly and finished appearance.
B. The Contractor shall also remove from the site any rock or extra soil resulting from
this contract and he shall restore the site to its original condition or better.
9999.0004 SITE'FURNISHINGS
PART 1 - GENERAL
1.1 DESCRIPTION
Furnish and supply all labor, equipment, materials and incidentals necessary to assemble,
instali and otherwise construct site furnishings as listed under products.
1.2 QUA�ITY ASSURANCE
A. All equipment shall be free of sharp edges and corners, or extremely rough surfaces.
B. All materials shall be new and conform to all standards per specified product or
approved equal.
C. The bidder shall be responsible for defects in equipment due to faulty materials or
manufacturing, damage or loss.
D. Metal shall be straight or at design radii or bends, without kinks, and shall be true to
shape.
E. Codes and Standards: All "accessible" site furnishings shall comply with the current
Texas Accessibility Standards (TAS) of the Architectural Barriers Act, Article 9102,
Texas Civil Statutes (512) 453-3211.
13�Page
99 99 00 - SPECIAL PROVISIONS
1.3 PRODUCT DELIVERY, STORAGE AND HAND�ING
A. Protect from inclement weather: wet, damp, extreme heat or coid.
B. Store in a manner to prevent warpage and or/or bowing.
1.4 JOB CONDITIONS
The contractor shall be responsible for protection of unfinished work and shall be responsible
for the safety of users utilitizing unfinished equipment.
PART2-PRODUCTS
2.1 Equipment as specified on the plans or approved equal.
PART 3 - EXECUTION
3.1 INSTALLATION
Fasteners: All nuts and bolts shall be upset and tack welded to prevent disassembly.
I Manufacturer's Installation Instructions: The Contractor shall follow the manufacturer's
installation instructions, unless otherwise stated. Set benches to be level.
9999.0005 STRUCTURAL SOI�
PART 1- DESCRIPTION AND SPECIFICATION
1.1 GENERAL
A. The work of this section consists of all Structural Soil work and related items as indicated
on the drawings or as specified herein and includes, but is not limited to, the following:
1. CU-Structural Soil is a proprietary material patented by Cornell University (US Patent
#5,849,069) and marketed under the registered trademark, CU-Structural Soil�. For a list of
licensed Structural Soil producers, call AMEREQ, INC. at 800-832-8788.
2. Or equai soil mix meeting the following specifications.
1.2 REFERENCES AND STANDARDS
A. The following references are used herein and shall mean:
ASTM: American Society of Testing Materials
USDA: United States Department of Agriculture
AASHTO: American Association of State Highway and Transportation Officials
Standard Specifications: Regional or Municipal Standard Specifications Documentation for
the location of proposed usage
AOAC: Association of Official Agricuitural Chemists
1.3 SAMPLES AND SUBMITTALS
A. At least 30 days prior to ordering materials, the installing contractor shall submit to the
engineer representative samples, certificates, manufacturer's literature and test results for
materials specified below. No materials shall be ordered until the required samples,
14�Page
99 99 QO - SPEGIAL PROVISIQNS
certificates, manufacturer's literature, producer's current license and test results have been
reviewed and approved by the landscape architect and/or engineer. The engineer reserves
the right to reject any material that does not meet Structural Soil specifications. Delivered
materials shall closely match the approved samples.
B. Submit soil test analysis reports for sample of clay loam from an independent soil-testing
laboratory. The testing laboratory for particle size and chemical analysis may include a
public agricultural extension service agency.
1. Submit a mechanical analysis of the clay loam sample and particle size analysis including
the following gradient of mineral content:
USDA Designation Size in mm.
Gravel +2 mm
Sand 0.05 — 2 mm
Silt 0.002-0.05 mm
Clay minus 0.002 mm
Sieve analysis shall be performed and compared to USDA Soil Classification System.
Sieve analysis shall be done by a combined hydrometer and wet sieving using sodium
hexametaphosphate as a dispersant in compliance with ASTM D422 after destruction of
organic matter by hydrogen peroxide.
2. Submit a chemical analysis, performed in accordance with current AOAC Standards,
including the following:
a. pH and buffer pH.
b. Percent organic matter as determined by the loss of ignition of oven dried samples. Test
samples shall be oven dried to a constant weight at a temperature of 230 degrees F, plus or
minus 9 degrees.
c. Analysis for nutrient levels by parts per million.
d. Soluble salt by electrical conductivity of a 1:2 soil/water sample measured in Millimho per
cm.
e. Cation Exchange Capacity (CEC).
f. Carbon/Nitrogen Ratio.
C. Submit analysis of crushed stone which will be used in production of Structural Soil .
1. Provide particle size analysis:
USDA Designation Size in mm.
3" +76 mm
2�/2" 63-76 mm
15�Page
99 99 00 - SPECIA� PROVISIQNS
2" 50-63 mm
1 �/z" 37-50 mm
1" 25-37 mm
3/4" 19-25 mm
Fine gravel 2-19 mm
2. Provide the manufacturers analysis of the loose and rodded unit weight
3. Losses from �A Abrasion tests- not to exceed 40%
4. Minimum 90% with 2 or more fractured faces
5. Percent pore space analysis
E. The approved Structural Soil sample shall be the standard.
1.4 DELIVERY, STORAGE AND HANDLING
A. Delivered Structural Soil shall be at or near optimum compaction moisture content as
determined by AASHTO T 99 (ASTM D 698) and should not be placed in frozen, wet or
muddy sites.
B. Protect Structural Soil from exposure to excess water and from erosion at all times. Do
not store Structural Soil unprotected. Do not aliow excess water to enter site prior to
compaction. If water is introduced into the Structural Soil after grading, allow water to drain
to optimum compaction moisture content.
1.5 EXAMINATION OF CONDITIONS
A. All areas to receive Structural Soil shall be inspected by the installing contractor before
starting work and all defects such as incorrect grading, compaction, and inadequate drainage
shall be reported to the engineer prior to beginning this work.
PART 2 - MATERIA�S
2.1 CLAY LOAM
A. Soil shall be a"loam" with a minimum clay content of 20% or a"clay loam" based on the
"USDA classification system" as determined by mechanical analysis (ASTM D-422) and it
shall be of uniform composition, without admixture of subsoil. It shall be free of stones,
lumps, plants and their roots, debris and other extraneous matter. It shall not contain toxic
substances harmful to plant growth. Clay loam shall contain not less than 2% or more than
5% organic matter as determined by the loss on ignition of oven-dried samples. Test
samples shall be oven-dried to a constant weight at a temperature of 230 degrees F., plus or
minus 9 degrees.
B. Mechanical analysis for the loam or clay loam shall be as foliows:
Textural Class % of Total Weight
Gravel less than 5%
16�Page
99 99 00 - SPEGIAL PROVISIONS
Sand 20-45%
Silt 20-50%
Clay 20-40%
C. Chemical analysis: Meet, or be amended to meet the following criteria:
1. pH between 5.5 to 6.5
2. Percent organic matter 2% - 5% by dry weight
3. Adequate nutrient levels
4. Soluble salt less than 1.0 mmho/cm
5. Cation Exchange Capacity (CEC) greater than 10
6. Carbon/Nitrogen ratio less than 33:1
D. Loam or clay loam shall not come from USDA - classified prime farmland.
2.5 CRUSHED STONE
A. The size of the crushed stone shall be 0.75 inches to 1.5 inches allowing for up to 10%
being greater than 1.5 inches, and up to 10% less than 0.75 inches.
B. Acceptable aggregate dimensions will not exceed 2.5:1.0 for any two dimensions.
C. Minimum 90% with two or more fractured faces.
D. Resuits of Aggregate Soundness Loss test shall not exceed 18%.
E. �osses from LA Abrasion tests shall not exceed 40%.
2.6 HYDROGEL
A. Hydrogel shall be a coated potassium propenoate-propenamide copolymer
(GelscapeHydrogel Tackifier) as manufactured by Amereq, Inc. 800-832-8788., or equal.
2.7 WATER
A. The installing contractor shall be responsible to furnish his own supply of water (if needed)
free of irnpurities, to the site.
2.8 STRUCTURAL SOI�
A. A uniformiy blended urban tree mixture of crushed stone, clay loam and
GelscapeHydrogel Tackifier, as produced by an Amereq-licensed company, or equai mixed
in the following proportion:
Material Unit of Weight
specified crushed Stone 100 units dry weight
specified clay loam 20 — 25 units (to achieve minimum CBR of 50)
17�Page
99 99 00 - SPECIA� PROVISIONS
GelscapeHydrogel Tackifier 0.035 units dry weight
moisture ASTM D698/AASHTO T-99 optimum moisture
PART 3- PRODUCTION AND INSTALLATION GUIDELINES
3.1 STRUCTURAL SOIL MIXING AND QUALITY CONTROL TESTING
A. All Structural Soil mixing shall be perFormed at the producer's yard using appropriate soil
measuring, mixing and shredding equipment of sufficient capacity and capability to assure
proper quality control and consistent mix ratios. No mixing of Structural Soil at the project
site shall be permitted.
Maintain adequate moisture content during the mixing process. Soils and mix components
shall easily shred and break down without clumping. Soil clods shall easily break down into
a fine crumbly texture. Soils shall not be overly wet or dry. The producer shall measure and
monitor the amount of soil moisture at the mixing site periodically during the mixing process.
B. Raw materials shall be mixed off-site, only at the producer's facility, on a flat asphalt or
concrete paved surface to avoid soil contamination.
C. Should the independent laboratory test results of the clay loam reveal a need to amend it,
to meet specifications, the amending materials should be added to the clay loam following
the rates and recommendations.
3.3 SITE PREPARATION
A. Do not proceed with the installation of the Structural Soil material until all walls, curb
footings and utility work in the area have been installed. For site elements dependent on
Structural Soil for foundation support, postpone installation of such elements until
immediately after the installation of Structural Soil.
B. Install subsurface drain lines as shown on the plan drawings prior to installation of
Structural Soil materiai.
C. Excavate and compact the proposed subgrade to depths, slopes and widths as shown on
the drawings. Maintain all required angles of repose of the adjacent materials as shown on
' the drawings. Do not over excavate compacted subgrades of adjacent pavement or
structures.
D. Confirm that the subgrade is at the proper elevation and compacted as required.
Subgrade elevations shall slope parallel to the finished grade and/or toward the subsurface
drain lines as shown on the drawings.
E. Clear the excavation of all construction debris, trash, rubble and any foreign material. In
the event that fuels, oils, concrete washout silts or other material harmful to plants have been
spilled into the subgrade material, excavate the soil sufficiently to remove the harmful
material. Fill any over excavation with approved fill and compact to the required subgrade
compaction.
F. Do not proceed with the installation of Structural Soil until ail utility work in the area has
been installed. Ali subsurface drainage systems shall be operational prior to installation of
Structural Soil.
18�Page
99 99 00 - SPECIAL PROVISIONS
3.4 INSTALLATION
A. Install Structural Soil in 6 inch lifts and compact each lift.
B. Compact all materials to at least 95% Proctor Density from a standard compaction curve
AASHTO T 99 (ASTM D 698). No compaction shall occur when moisture content exceeds
maximum as listed herein. Delay compaction if moisture content exceeds maximum
allowable and protect Structural Soil during delays in compaction with plastic or plywood as
directed by the engineer.
C. Bring Structural Soil to finished grades as shown on the drawings. Immediately protect
the Structural Soil from contamination by toxic materials, trash, debris, water containing
cement, clay, silt or materiais that will alter the particle size distribution of the mix with plastic
or plywood as directed by the engineer.
D. Structural Soil should not be stockpiled long-term. Any Structurai Soil not installed
immediately should be protected by a tarp or other waterproof covering.
3.5 ACCEPTANCE STANDARDS
A. The engineer will inspect the work upon the request of the installing contractor. Request
for inspection shall be received by the engineer at least 10 days before the anticipated date
of inspection.
3.6 CLEAN-UP
A. Upon completion of the Structural Soil installation operations, ciean areas within the
contract limits. Remove all excess filis, soils and mix stockpiles and legally dispose of all
waste materials, trash and debris. Remove all tools and equipment and provide a clean,
ciear site. Sweep, do not wash, all paving and other exposed surfaces of dirt and mud until
the paving has been installed over the Structural Soil material. Do no washing until finished
materials covering Structural Soil material are in place.
9999.0006 COLORED: STAMPED, AND CHEMICALLY STAINED CONCRETE PAVING
PART 1 — GENERAL
1.1 SUMMARY
A. Section Inciudes:
1. Chemically stained concrete finish.
2. Integral colored concrete.
3. Sealers and coatings.
4. Concrete stamp finishes.
1.2 SUBMITTA�S
A. Contractor shall submit specified manufacturer's complete technical data sheets
for ali products to be used, including installation instructions.
B. Contractor to submit color chart for selection and approval of colors to be used for
mockups.
C. Contractor shall submit sample of concrete stamp for approval to be used for
mockups.
1.3 QUALITY ASSURANCE
19�Page
99 99 OA - SPECIAL PROVISIONS
A. Manufacturer Qualifications: Manufacturer of specified stain, stamp, integral color,
and sealer shall have a minimum 10 years' experience in the production of the
specified products.
B. Contractor Qualifications: Contractor must have a minimum 3 years' experience in
integral colored concrete, stamping, and staining applications; and, must have
successfully completed not less than 6 projects comparable in scale and
complexity.
1. Statement of Contractor Qualifications
a. Submit list of at least 6 completed projects including project name, project
address and owner contact information.
C. Regulatory Requirements
1. Products shall comply with the United States Clean Air Act for maximum
Volatile Organic Compound (VOC) content as specified in PART 2 of this
section.
D. Mockups and Field Samples: Prepare field sample at project site for Owner's
review and approval. Contractor to provide a minimum of three (3) color mockups
per paving type on drawings.
1. Color samples shall be constructed on site and shall be 4'x4' minimum.
Sample application of concrete stamp pattern application shall be 10'x12'
minimum.
2. Construct sample using processes, finishes, and techniques intended for use
on permanent work, including curing procedures. Include samples of control,
construction, and expansion joints in sample panels.
3. Sample shall be poured, stamped, stained, and sealed by the individual
workers who will actually be performing the work for the project.
4. Obtain written approval of the sampie from project Landscape Architect before
start of work.
5. Retain approved samples through completion of the work for use as a quality
standard for finished work.
1.4 Delivery, Storage and Handling
A. Deliver the specified products in original, unopened containers with legible
manufacturer's identification and information.
B. Store specified products in conditions recommended by the manufacturer.
1.5 JOB SITE CONDITIONS
A. Environmental Conditions: Maintain an ambient temperature of between 50° F and
90° F during application and at least 48 hours after application.
20�Page
99 99 QO - SPECIA� PROVISIONS
B. Protection: Precautions shall be taken to avoid damage or contamination of any
surfaces near the work zone. Protect completed stain work from moisture or
contamination.
1.6 PRE-JOB CONFERENCE
A. One week prior to the piacement of colored concrete, stamping or chemical stain,
a meeting will be held to discuss the project and application of materials.
B. The Landscape Architect, General Contractor, Sub-Contractor and a
Manufacturer's Representative wiil be present to review mockups.
PART2-PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Concrete Stain: Chemical Stain shall be a reactive acid-based solution of inetallic
salts which react with the calcium hydroxide in the cured concrete substrate to
produce permanent, variegated or translucent color effects.
LITHOCHROMEO ChemstainT"' as manufactured by the L.M. SCOFIELD
COMPANY, Los Angeles, California, is considered to conform to the requirements
of this specification.
B. Colored Concrete:
1. Bomanite Integral Color — The concrete shall be an integral color with the
integral color to be approved by Owner.
2. Or approved equal.
C. Penetrating Sealer/Coating shall be a penetrating, reactive, invisible,
environmentally compatible treatment for the protection of new and old, interior or
exterior, horizontal or vertical, porous concrete. Product shall be specifically
designed for use on architectural concrete.
REPELLOO, durable, environmentally compatible, invisible treatment designed for
protecting concrete as manufactured by the L.M. SCOFIELD COMPANY, Los
Angeles, California, is considered to conform to the requirements of this
specification.
L.M. Scofield Contact: Jim Orella at 800/800-9900
The Owner will approve the colors based on the constructed mockup.
D. Concrete Stamp:
The concrete stamp manufacturer shall be in accordance with the drawings.
2. Or approved equal.
21�Page
99 99 00 - SPECIA� PROVISIONS
E. Substitutions: The use of any products other than those specified will be
considered providing that the contractor requests its use in writing within seven (7)
days prior to bid date. This request shall be accompanied by:
1. A certificate of compliance from the material manufacturer stating that the
proposed products meet or exceed the requirements for this specification.
2. Documented proof that the proposed material has a ten (10) year proven
record of performance for staining concrete substrates, confirmed by at least
five (5) local projects that the �andscape Architect could examine.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verification of Conditions: Contractor shail examine areas and conditions under
which work will be perFormed and identify conditions detrimental to proper and
timely completion of work. Do not proceed until unsatisfactory conditions have
been corrected.
3.2 PREPARATION FOR STAINING
A. New Concrete
Newly placed concrete should be sufficiently cured to allow the concrete to
become reactive, a minimum 14 days.
2. Liquid curing materials shall not be used. Concrete flatwork should be cured
with new and unwrinkled, non-staining, high quality curing paper.
3. All surfaces should be cured by the same method and different sections
(pours) chemically stained when the concrete is the same age.
' 4. Immediately prior to chemically staining, the concrete must be thoroughly
cleaned. The surFace shouid be swept, then pressure washed or scrubbed
using a rotary floor machine. Use of suitable, high quality commercial
detergents wili facilitate cleaning. The surface must be rinsed after cleaning
until the rinse water is completely clean. Allow concrete to dry completely prior
to application of concrete stain.
B. Existing Concrete
1. The concrete surface shall be cleaned so that the surface is completely
penetrable before receiving the initial application of chemical stain. An
indication of whether the concrete is penetrable can be obtained by spotting
the surface with water. The water should immediately darken the substrate
and be readily absorbed. If the water beads and does not penetrate or only
penetrates in some areas, additional surface preparation and testing must be
perFormed. On denser areas, a light sanding maybe needed to open up the
surface.
22�Page
99 99 00 - SPECIAL PROVISIONS
2. The cieaning method to be used depends on the condition of the concrete
surface. To remove dirt and other contaminates, detergents and other
commercial grade cleaners should be considered and tested.
3. Rinse the concrete substrate until the rinse water is compietely clean.
3.3 APPLICATION OF CHEMICAL STAIN
A. All concrete surfaces must be dry and properly prepared as described above.
Surrounding areas must be protected from over-spray, run-off and tracking. The
surface should be divided into small work sections using wall, joint lines, or other
stationary breaks as natural stopping points.
B. Chemicai Stains should be applied full strength (undiluted) at the coverage rate
recommended by the manufacturer and using application equipment described in
the manufacturers printed technical literature. The color of the liquid chemicai
stain will have no resemblance to the final color produced on the concrete
substrate.
C. Chemical stains normally fizz when reacting with the concrete. If fizzing does not
occur, the substrate has not been adequately prepared or the concrete has too low
of a pH level. If this should happen, contact the local representative for further
recommendations.
D. The chemical stain should be transferred to the substrate by brush or spray and
immediately scrubbed into the surFace.
E. The reaction time depends on wind conditions, temperatures, and humidity leveis.
F. When multiple coats of one or more colors are required, washing and drying
between colors is desirable to evaluate the color prior to the next coat.
G. After the final coat of chemical stain has remained on the surface for a minimum of
four (4) hours, all residue must be removed by wet scrubbing with a commerciai
grade detergent. The surface must be rinsed after scrubbing until the rinse water
is completely clean. Run off may stain the adjacent areas or harm plants. it
should be collected by wet vacuuming or absorbed with an inert material.
H. Allow to dry completely before applying clear sealer.
I. All striping and painting of stained concrete to be done before applying clear
sealer.
3.4 COLORED CONCRETE PAVING
A. The area to receive Bomanite colored concrete shall have the sub-grade prepared
as required as for any concrete slab or grade.
B. The formwork shall be installed in accordance with the drawings. The slab
thickness shall be consistent with that of ordinary slabs under the same conditions
and as shown on drawings.
C. Provide reinforcement as specified.
23�Page
99 99 00 - SPECIAL PROVISIONS
D. Control joints and/or expansion joints shali be provided in accordance with the
drawings and the guidelines established by the American Concrete Institute. As
with any concrete slab, Bomanite colored concrete usually contains construction
joints, control joints and expansion joints. The Contractor shall advise and work
with the Landscape Architect to determine the best location for these joints to
minimize the visibility of the joints and to minimize unsightly cracking.
E. The expansion joint filler color to be approved by Landscape Architect.
F. The concrete shall be placed and screeded to the finished grade, and floated to a
uniform surface, using standard finishing techniques.
G. Concrete stamp pattern shall be applied in accordance with drawings and field
direction by the Landscape Architect.
H. After the initial curing period, the surface of the siab shall be sealed.
3.5 APPLICATION OF PENETRATING, REACTIVE, SEALER/COATING
A. Surface should be prepared in accordance with manufacturer's directions and
allow the concrete substrate to completely dry.
B. The surface shall be protected by a product produced by the manufacturer of the
chemical stain
C. Apply at the following rates: Per manufacturer's directions.
1. Hand-pump Sprayer: Between 100-200 square feet per gallon
2. Lambswool Roller, Max. 3/8" nap, 100-200 square feet per gallon
D. Maintain a wet edge at all times.
E. Only one coat is generally required for untreated or stripped concrete
F. If a second coat is to be applied, allow sealer to completely dry before applying
additional coats.
3.6 PROTECTION
A. Protect surface treated with penetrating, reactive sealer/coating until dry.
B. Remove no forms for at least 8 hours after initial set. Protect work from pedestrian
and automotive traffic for a period of 3 days after pouring.
9999.0007'PLANTING BED PREPARATION
PART 1 — GENERAL
1.1 SUMMARY
C. Section Includes:
1. Pre-Plant Weed Control.
2. Soil Amendments for Ground Cover Beds.
24�Page
99 99 OQ - SPECIAL PRQVISIONS
3. Soil Amendments for Shrub Beds.
4. Prepared Backfill for Trees and Large Shrubs.
1.2 SUBMITTALS
A. Contractor shall submit specified manufacturer's complete technical data sheets
for ail products to be used, including installation instructions.
B. Contractor to submit 1 Gal bag of topsoil, soil amendments, and mulch.
1.3 QUALITY ASSURANCE
A. Regulatory Requirements
1. Products shall comply with the United States Clean Air Act for maximum
Volatile Organic Compound (VOC) content as specified in PART 2 of this
section.
PART2-PRODUCTS
2.1 Imported Topsoil for Prepared Soil Mixtures
A. Sandy loam from a source approved by the Owner. 100% passing through a 1"
screen.
Sand (2,000 mm to 0.50 mm) 40%-50%
Silt (0.050 mm to 0.005 mm) 30°/a-40%
Ciay (0.005 mm and smaller) 10°/o-30%
B. Free of subsoil, brush, stumps, roots, organic litter, objectionable weeds, ciods,
shale, stones 1" minimum dimension or larger, or other material harmful to
grading, planting, plant growth, or maintenance operations.
C. Presence of vegetative parts of Bermuda grass, Johnson grass, nut grass
(Cyperus rotundus), and other hard to eradicate weeds or grass wiil be cause for
rejection of topsoil. Contractor must provide written verification as to the absence
of such weeds.
2.2 Commercial Fertilizer
A. Uniform composition.
B. Pelletized.
C. Containing following minimum percentage of plant food by weight.
Available nitrogen: 10% or 12°/o
Available phosphoric acid: 10% or 12%
Available potash: 10% or 12%
D. Organic Soil Conditioner: Compost as manufactured by Living Earth Technology
(214) 869-4332, or approved equal.
E. Sharp Sand: Clean, washed sand, fine to coarse sizes, free of clay lumps or other
objectionable materials.
25�Page
99 99 00 - SPECIAL PROVISIONS
PART 3 - EXECUTION
3.1 Soil Preparation for Shrub, Perennial and Ground Cover Beds
A. Pre-Plant Weed Control
If live perennial weeds exist on-site at the beginning of work, spray with a non-
selective systemic contact herbicide, as recommended and applied by an
approved licensed landscape pest control advisor and applicator. Leave
sprayed plants intact for at least 15 days to allow systemic kill. Apply
herbicide in strict accordance with manufacturer's instructions.
2. Clear and remove these existing weeds by scraping or grubbing off all plant
parts at least 1/4 inch below the surface of the soil over the entire area to be
planted.
B. Soil Amendment for Ground Cover Beds
1. Prior to soil amending, the subgrades shall be 12" below finish grade to allow
for the following amendments and fertilizer. The layer of soil amendments
shall be 10" deep, leaving a finish grade 2" below the adjacent paved areas.
Excavation and/or fill may be required to achieve these grades.
Application Rates
Organic Soil Conditioner — 5" Deep Layer
Topsoil — 5" Deep Layer
Fertilizer — 10 Ibs. per 1,000 sq. ft. of bed area
2. Amendments shall be uniformly spread and thoroughly cultivated, to a light
and friable consistency, by means of a mechanical rototiller into the top 2" of
subgrade which will make a bed of approximately 6" total depth of amended
soil.
3.2 Soil Amendment for Shrub Beds
Prior to soil amending, the subgrades shall be 12" below finish grade to allow
for the following amendments and fertilizer. The layer of soil amendments
shall be 10" deep, leaving a finish grade 2" below the adjacent paved areas.
Excavation and/or fill may be required to achieve these grades.
Application Rates
Organic Soil Conditioner — 5" Deep Layer
Topsoil — 5" Deep Layer
Fertilizer — 10 Ibs. per 1,000 sq. ft. of bed area
2. Amendments shall be uniformly spread and thoroughly cultivated, to a light
and friable consistency, by means of a mechanical rototiller into the top 2" of
subgrade which will make a bed of approximately 6" total depth of amended
soil.
3. At time of planting, the top 2" of all areas to be planted shall be free of stones,
stumps, or other deleterious matter 1" in diameter or larger and shall be free
26�Page
99 99 OQ - SPEGIAL PRQVISIONS
from all wire, plaster or similar objects that would be a hindrance to planting or
maintenance.
4. Pre-Emergence Herbicide: Prior to planting, apply to shrub, perennial and
ground cover beds at rates recommended by manufacturer. Incorporate into
top 1/2" of soil by handraking.
3.3
Soil Amendment for Trees and Large Shrubs
Planting mixture for trees and shrubs (5 gallons and larger) shall consist of the
foilowing materials.
Topsoil — 2 parts
Peat Moss — 1 part
Sharp Sand — 1 part
B. Controlled Release Fertilizer: Provide controlled release fertilizer tablets in
accordance with the manufacturer's instructions at the following rates:
Shrubs - less than 5 gallons: none
Shrubs - 5 gallon or larger: 2 each
Trees - 1 tablet per 1/2" of trunk caliper, measured 1 ft. above the top of root ball.
9999.0008`TXDOT`BID ITEMS
Follow TXDOT specifications for Piant material and Mulch per bid items below:
0192 2008 Plant material (65 - GAL)
0192 2007 Plant material (45 - GAL)
0192 2006 Plant material (30 - GAL)
0192 2002 Plant material (1 - GAL)
0192 2013 Mulch
Additional modifications' to qeneral & supplementary conditions and modifications to
cteneral reauirements
1.1 Temporary construction easements are not provided. If contractor would like additional
space, contractor shall work directly with landowners to secure easement. No
additional pay, subsidiary to contract.
1.2 Contractor to coordinate construction and traffic controi with Atmos Energy, Oncor
Electric, AT&T, and Fiber Light
1.3 Submit construction sequencing plans for construction at S. Main and Leuda to City of
Fort Worth for review and approval three weeks before construction.
1.4 Construction starting and sequencing: contractor shall start at the locations and
sequence construction as mutually agreed upon at the pre-construction meeting with
the City of Fort Worth and Fort Worth South Inc.
Contractor shall begin utility construction continuously or per each closed segment of the
roadway per traffic control and traffic detour plans as mutually agreed upon at the pre-
27�Page
99 99 QO - SPECIAL PROVISIONS
construction meeting. Contractor to coordinate utility construction at Vickery Blvd with
water department filed ops.
1.5 Construction survey shall be provided by the contractor as described in Division 99,
section 01 71 23 in these contract documents. Contractor survey shall be considered
subsidiary to the contract and no additional pay will be given for this task. All
information shall be provided to the city in electronic format.
1.6 Contractor to coordinate all traffic control with existing businesses and keep pedestrian
and vehicular access to businesses that oniy have vehicular access via South Main
Street. Contractor shall contact all business owners before construction to coordinate
timing, deliveries, and working hours, etc.
END OF SECTION
28�Page
024113-1
SELECTIVE S[TE DEMOLITION
Page t of 5
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
SECTION 02 41 13
SELECTIVE SITE DEMOLITION
A. Section Includes:
1. Removing sidewalks and steps
2. Removing ADA ramps and landings
3. Removing driveways
4. Removing fences
5. Removing guardrail
6. Removing retaining walls (less than 4 feet tall)
7. Removing mailboxes
8. Removing rip rap
9. Removing miscellaneous concrete structures including porches and foundations
10. Disposal of removed materials
B. Deviations this from City of Fort Worth Standard Specification
1. All Street name and address tiles are to be salvaged �t�ithin project limits and r•euse
as shown in the plans.
2. Existing bz�ilding roof drains that protr•ude down into sidewalks shall be cut 6"
above frnished grade, sanded, and beveled to r•emove shatp metal edges. Rernoval
of r•oof drafrts in the sidewalk and cutting the r•oof df�airts 6" above f nished grade at
b�ilding faces af•e sarbsidiary to sidewalk renaoval bid item and no extra pay will be
given for this task.
3. Any nziscellaneous items szrch as railroad ties, metal r�ail, pole foundations, sign
fozrndations, etc. found dur�ing existing pavenzent & sidewalk r•emoval, must be
removed and demolished. This ��ork shall be subsidiary to the pavement and
sidewalk re»zoval bid iterns and no extra pay will be given.
4. Final adjarstnaents of any arrd all utiliry vaailts that ar�e not Ciry of Fort Worth vaults
are to be coor•dinated with the r•espective fr•anchise utiliry conapany.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 31 23 23 — Borrow
35 1.2 PRICE AND PAYMENT PROCEDUR�S
36 A. Measurement and Payment
37 1. Measurement
38 a. Remove Sidewalk: Measure by square foot.
39 b. Remove Steps: measure by the square foot as seen in the plan view only.
40 c. Remove ADA Ramp: measure by each.
CITY OF FORT WORTH South Main Strcet
STANDARD CONST2UCTION SPECIPICAT[ON DOCUMENTS City Projcct No. 02113
Rcviscd December 20, 2012
0241 13-2
SELECTIVE SITE DEMOLITION
Pagc 2 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
d.
e.
f.
g•
h.
i.
Remove Driveway: measure by the square foot by type.
Remove Fence: measure by the linear foot.
Remove Guardrail: measure by the linear foot along the face of the rail in place
including metal beam guard fence transitions and single guard rail terminal
sections from the center of end posts.
Remove Retaining Wall (less than 4 feet tall): measure by the linear foot
Remove Mailbox: measure by each.
Remove Rip Rap: measure by the square foot.
�. Remove Miscellaneous Concrete Structure: measure by the lump sum.
2. Payment
a. Remove Sidewalk: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work.
Sidewalk adjacent to or attached to retaining wali (including sidewalk that acts
as a wall footing) shall be paid as sidewalk removal. For utility projects, this
Item shall be considered subsidiary to the trench and no other compensation
will be allowed.
b. Remove Steps: full compensation far saw cutting, removal, hauling, disposal,
tools, equipment, labor and incidentals needed to execute work. For utility
projects, this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
c. Remove ADA Ramp and landing: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work. Work includes ramp landing removal. For utility projects, this Item shall
be considered subsidiary to the trench and no other compensation will be
allowed.
d. Remove Driveway: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to remove improved
driveway by type. For utility projects, this Item shall be considered subsidiary
to the trench and no other compensation will be allowed.
e. Remove Fence: full compensation for removal, hauling, disposal, tools,
equipment, labor and incidentals needed to remove fence. For utility projects,
this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
f. Remove Guardrail: full compensation for removing materials, loading, hauling,
unloading, and storing or disposal; furnishing backfill material; backfilling the
postholes; and equipment, labor, tools, and incidentals. For utility projects, this
Item shall be considered subsidiary to the trench and no other compensation
will be allowed.
g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw
cutting, removal, hauling, disposal, tools, equipment, labor and incidentals
needed to execute work. Sidewalk adjacent to or attached to retaining wall
(including sidewalk that acts as a wall footing) shall be paid as sidewalk
removal. For utility projects, this Item shall be considered subsidiary to the
trench and no other compensation will be allowed.
h. Remove Mailbox: full compensation for removal, hauling, disposal, tools,
equipment, labor and incidentals needed to execute work. For utility projects,
this Item shall be considered subsidiary to the trench and no other
compensation will be ailowed.
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Reviscd December 20, 2012
South Main Street
City Project No. 02113
02 41 13 - 3
SELECTIVE SITE DEMOLITION
Pagc 3 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
i. Remove Rip Rap: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. For
utility projects, this Item shall be considered subsidiary to the trench and no
other compensation will be allowed.
j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting,
removal, hauling, disposal, tools, equipment, labor and incidentals needed to
execute work. For utility projects, this Item shall be considered subsidiary to
the trench and no other compensation will be allowed.
1.3 REFERENCES
A. Definitions
1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit
pavers.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLO5EOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QIJALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [5ITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USCD]
22 PART 2 - PRODUCTS
23 2.1 OWNER-FURNISHED PRODUCTS [NOT US�Dj
24 2.2 MATERIALS
25 A. Fill Material: See Section 31 23 23.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT US�D]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION [NOT USED]
32 3.4 REMOVAL
33 A. Remove Sidewalk
34 1. Remove sidewalk to nearest existing dummy, expansion or construction joint.
35 2. Sawcut when removing to nearest joint is not practical. See 3.4.K.
36 B. Remove Steps
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Rcvised Deccmbcr 20, 2012
02 41 13 - 4
SELECTNE SITE DEMOLITION
Pagc 4 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
1. Remove step to nearest existing dummy, expansion or construction joint.
2. Sawcut when removing to nearest joint is not practical. See 3.4.K.
C. Remove ADA Ramp
1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal.
See 3.4.K.
2. Remove ramp to nearest existing dummy, expansion or construction joint on
existing sidewalk.
D. Remove Driveway
1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See
3.4.K.
2. Remove drive to nearest existing dummy, expansion or construction joint.
3. Sawcut when removing to nearest joint is not practical. See 3.4.K.
4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction
joint on existing sidewalk.
E. Remove Fence
l. Remove all fence components above and below ground and backfill with acceptable
fill material.
2. Use caution in removing and salvaging fence materials.
3. Salvaged materials may be used to reconstruct fence as approved by City or as
shown on Drawings.
4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced
areas during construction operation and while removing fences.
F. Remove Guardrail
1. Remove rail elements in original lengths.
2. Remove fittings from the posts and the metal rail and then pull the posts.
3. Do not mar or damage salvageable materials during removal.
4. Completely remove posts and any concrete surrounding the posts.
5. Furnish backfill material and backfill the hole with material equal in composition
and density to the surrounding soil unless otherwise directed.
6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1-
foot below the new subgrade elevation and leave in place along with the dead man.
32 G. Remove Retaining Wall (less than 4 feet tall)
33 l. Remove wall to nearest existing joint.
34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K.
35 3. Removal includes all components of the retaining wall including footings.
36 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A
37
38
39
40
41
H. Remove Mailbox
1. Salvage existing materials for reuse. Mailbox materials may need to be used for
reconstruction.
I. Remove Rip Rap
1. Remove rip rap to nearest existing dummy, expansion or construction joint.
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Revised December 20, 2012
0241 13 -5
SELECTIVE SITE DEMOLIT[ON
Pagc 5 of 5
1 2. Sawcut when removing to nearest joint is not practical. See 3.4.K.
2 J. Remove Miscellaneous Concrete Structure
3 1. Remove portions of miscellaneous concrete structures including foundations and
4 slabs that do not interfere with proposed construction to 2 feet below the finished
5 ground line.
6 2. Cut reinforcement close to the portion of the concrete to remain in place.
7 3. Brealc or perfarate the bottom of structures to remain to prevent the entrapment of
8 water.
9 K. Sawcut
10 l. Sawing Equipment
11 a. Power-driven
12 b. Manufactured for the purpose of sawing pavement
13 c. In good operating condition
14 d. Shall not spall or fracture the pavement to the removal area
15 2. Sawcut perpendicular to the surface completely through existing pavement.
16 3.5 REPAIR [NOT US�D]
17 3.6 RE-INSTALLATION [NOT USED]
18 3.7 SITE QUALITY CONTROL [NOT USED]
19 3.8 SYSTEM STARTUP [NOT USED]
20 3.9 ADJUSTING [NOT USED]
21 3.10 CLEANING [NOT USCD]
22 3.11 CLOSEOUT ACTIVITI�S [NOT USED]
23 3.12 PROTECTION [NOT USEDJ
24 3.13 MAINTENANC� [NOT USED]
25 3.14 ATTACHMENTS [NOT U5ED]
�
27
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.2. Modified Payment -[tems will be subsidiary to trench on utility projects
28
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Reviscd Decembcr 20, 2012
02 41 14 - I
UTILITY REMOVAL/ABANDONMENT
Pagc 1 of 16
1
2
3 PART1- GENERAL
4 l.l SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
OSECTION 02 41 14
UTILITY REMOVAL/ABANDONMENT
A. Section Includes:
1. Direction for the removal, abandonment or salvaging of the following utilities:
a. Cathodic Protection Test Stations
b. Water Lines
c. Gate Valves
d. Water Valves
e. Fire Hydrants
£ Water Meters and Meter Box
g. Water Sampling Station
h. Concrete Water Vaults
i. Sanitary Sewer Lines
j. Sanitary Sewer Manholes
k. Sanitary Sewer Junction Boxes
1. Storm Sewer Lines
m. Storm Sewer Manhole Risers
n. Storm Sewer Junction Boxes
o. Storm Sewer Inlets
p. Box Culverts
q. Headwalls a nd Safety End Treatments
r. Trench Drains
25 B. Deviations from this City of Fort Worth Standard Specification
26 1. All 4"-12 " Water� valves shall include salvage to Ciry of Fort Wor•th.
27 2. 1 out of the 18 (12') pressure plugs is for the 36 "x12 " r•ing connection at the
28 intersection of South Main and Leuda St.
29 C. Related Specification Sections include, but are not necessarily limited to:
30 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
31 2. Division 1— General Requirements
32 3. Section 03 34 13 — Controlled Low Strength Material (CLSM)
33 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
34 5. Section 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate
35 6. Section 33 11 11 — Ductile Iron Fittings
36 7. Section 33 ll 13 — Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type
37 8. Section 33 11 14 — Buried Steel Pipe and Fittings
38 9. Section 33 12 25 — Connection to Existing Water Mains
39 1.2 PRICE AND PAYMENT PROCEDURES
40 A. Utility Lines
41 1. Abandonment of Utility Line by Grouting
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Dccembcr 20, 2012
South Main Strcet
City Project No. 02113
0241 f4-2
UTILITY REMOVAL/ABANDONMENT
Pagc 2 of 16
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
a
[�
c
Measurement
1) Measurement for this Item shall be per cubic yard of existing utility line to
be grouted. Measure by tickets showing cubic yards of grout applied.
Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price per cubic yard of "Line Grouting" for:
a) Various types of utility line
The price bid shall include:
1) Low density cellular grout or CLSM
2) Water
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
2. Utility Line Removal, Separate Trench
a. Measurement
1) Measurement for this Item shall be per linear foot of existing utility line to
be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "MeasuremenY' shall be paid for at the
unit price bid per linear foot of "Remove Line" for:
a) Various types of existing utility line
b) Various sizes
c. The price bid shall include:
1) Removal and disposal of existing utility pipe
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfll
7) Clean-up
3. Utility Line Removal, Same Trench
a. Measurement
1) This Item is considered subsidiary the proposed utility line being installed.
b. Payment
1) The worlc performed and materials furnished in accordance with this Item
are subsidiary to the installation of proposed utility pipe and shall be
subsidiary to the unit price bid per linear foot of pipe complete in place, and
no other compensation will be allowed.
4. Manhole Abandonment
a. Measurement
1) Measurement for this Item will be per each manhole to be abandoned.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Abandon Manhole" for:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revised Dcccmbcr 20, 2012
South Main Strect
City Project No. 02113
024114-3
UTILITY REMOVAL/ABANDONMENT
Page 3 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
5
a) Various diameters
b) Various types
c. The price bid shall include:
1) Removal and disposal of manhole cone
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Cutting and plugging of existing sewer lines
4) Concrete
5) Acceptable material for backfilling manhole void
6) Pavement removal
7) Excavation
8) Hauling
9) Disposal of excess materials
10) Furnishing, placement and compaction of backfill
11) Surface restoration
12) Clean-up
Cathodic Test Station Abandonment
a. Measurement
1) Measurement for this Item will be per each cathodic test station to be
abandoned.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Abandon Cathodic Test Station".
c. The price bid shall include:
1) Abandon cathodic test station
2) CLSM
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
B. Water Lines and Appurtenances
1. Installation of a Water Line Pressure Plug
a. Measurement
1) Measurement for this Item shall be per each pressure plug to be installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for each "Pressure Plug" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing pressure plug
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Gaskets
7) Bolts and Nuts
8) Furnishing, placement and compaction of embedment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Decembcr 20, 2012
South Main Street
City Project No. 02113
0241 14-4
UTILITY REMOVAL/ABANDONMENT
Pagc 4 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
9) Furnishing, placement and compaction of backfill
10) Disinfection
11) Testing
12) Clean-up
2. Abandonment of Water Line by Cut and installation of Abandonment Plug
a. Measurernent
1) Measurement for this Item shall be per each cut and abandonment plug
installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "MeasuremenY' shall be paid for at the
unit price bid for each "Water Abandonment Plug" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement and compaction of bacicfill
8) Clean-up
3. Water Valve Removal
a. Measurement
1) Measurement for this Item will be per each water valve to be removed.
b. Payment
1) The worlc performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Water Valve" for:
a) Various sizes
c. The price bid shall include:
1) Removal and disposal of valve
2) CLSM
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
4. Water Valve Removal and Salvage
a. Measurement
1) Measurement for this Item will be per each water valve to be removed and
salvaged.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "MeasuremenY' shall be paid for at the
unit price bid per each "Salvage Water Valve" for:
a) Various sizes
c. The price bid shall include:
1) Removal and Salvage ofvalve
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised Deccmbcr 20, 2012
South Main Strect
City Projcct No. 02113
02 41 14 - 5
UTILITY REMOVAL/ABANDONMENT
Pagc 5 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
5
�
2) CLSM
3) Delivery to City
4) Pavement removal
5) Excavation
6) Hauling
7) Disposal of excess materials
8) Furnishing, placement and compaction of backfill
9) Clean-up
Water Valve Abandonment
a. Measurement
1) Measurement for this Item will be per each water valve to be abandoned.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Abandon Water Valve" for:
a) Various Sizes
c. The price bid shall include:
1) Abandonment of valve
2) CLSM
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
Fire Hydrant Removal and Salvage
a. Measurement
1) Measurement for this Item will be per each fire hydrant to be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Fire HydranY'.
c. The price bid shall include:
1) Removal and salvage of fre hydrant
2) Delivery to City
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
7. Water Meter Removal and Salvage
a. Measurement
1) Measurement for this Item wiil be per each water meter to be removed and
salvaged.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Water Meter" for:
a) Various sizes
CITY OF FORT WORTFI
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised December 20, 2012
South Main Street
City Projcct Na. 02l 13
024114-6
UTILITY REMOVAL/ABANDONMENT
Pagc 6 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
8.
�
2) If a"Water Meter Service Relocate" is performed in accordance with
Section 33 12 10, removal and salvage or disposal of the existing (2-inch or
smaller) water meter shall be subsidiary to the cost of the "Water Meter
Service Relocate", no other compensation will be allowed.
c. The price bid shall include:
1) Removal and salvage of water meter
2) Delivery to City
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
Water Sampling Station Removal and Salvage
a. Measurement
1) Measurement for this Item will be per each water sampling station to be
removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Salvage Water Sampling Station".
c. The price bid shall include:
1) Removal and salvage of water sampling station
2) Delivery to City
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
Concrete Water Vault Removal
a. Measurement
I) Measurement for this Item will be per each concrete water vault to be
removed.
b. Payment
1) The woric performed and materials furnished in accardance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Concrete Water Vault".
c. The price bid shall include:
1) Removal and disposal of concrete water vault
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Removal, salvage and delivery of any valves to City, if applicable
4) Removal, salvage and delivery of any water meters to City, if applicable
5) Pavement removal
6) Excavation
7) Hauling
8) Disposal of excess materials
9) Furnishing, placement and compaction of backfill
10) Clean-up
50 C. Sanitary Sewer Lines and Appurtenances
CITY OP P'ORT WORTH SouB� Main Strect
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 021 13
Revised December 2Q 2012
0241 14-7
UTtLITY REMOVAL/ABANDONMENT
Page 7 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
4�
48
49
50
�
3
Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug
a. Measurement
1) Measurement for this Item shall be per each cut and abandonment plug
installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for each "Sewer Abandonment Plug" for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement and compaction of backfill
8) Clean-up
Sanitary Sewer Manhole Removal
a. Measurement
1) Measurement for this Item will be per each sanitary sewer manhole to be
removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Sewer Manhole" for:
a) Various diameters
c. The price bid shall include:
1) Removal and disposal of manhole
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Cutting and plugging of existing sewer lines
4) Pavement removal
5) Excavation
6) Hauling
7) Disposal of excess materials
8) Furnishing, piacement and compaction of backfill
9) Clean-up
Sanitary Sewer Junction Structure Removal
a. Measurement
1) Measurement for this Item will be per each sanitary sewer junction
structure being removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
lump sum bid per each "Remove Sewer Junction Box" location.
c. The price bid shall include:
1) Removal and disposal of junction box
2) Removal, salvage and delivery of frame and cover to City.
3) Pavement removal
4) Excavation
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
South Main Strect
City Projcct No. 02113
024114-8
UTILITY REMOVAL/ABANDONMGNT
P1gc 8 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
D. Storm Sewer Lines and Appurtenances
2
3
Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug
a. Measurement
1) Measurement for this Item shall be per each cut and abandonment plug to
be installed.
b. Payment
1) The work performed and materials furnished in accardance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for each "Storm Abandonment Plug" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement and compaction of bacicfill
8) Clean-up
Storm Sewer Manhole Removal
a. Measurement
1) Measut•ement for this Item will be per each storm sewer manhole to be
removed.
b. Payment
1) The worlc performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Manhole Riser" for:
a) Various sizes
c. The price bid shall include:
1) Removal and disposal of manhole
2) Removal, salvage and deliveiy of frame and cover to City, if applicable
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
Storm Sewer Junction Box Removal
a. Measurement
1) Measurement for this Item will be per each storm sewer junction structure
to be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Storm Junction Box" for:
CITY OF F02T WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Rcvised Decembcr 20, 2012
South Main Strcet
City Project No. 02113
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
0241 14-9
UTILITY REMOVAL/ABANDONMENT
Pagc 9 of 16
a) Various sizes
c. The price bid shall include:
1) Removal and disposal of junction box
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfll
8) Clean-up
4. Storm Sewer Junction Structure Removal
a. Measurement
1) Measurement for this Item will be per each storm sewer junction structure
being removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
lump sum bid per each "Remove Storm Junction Structure" location.
c. The price bid shall include:
1) Removal and disposal of junction structure
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
5. Storm Sewer Inlet Removal
a. Measurement
1) Measurement for this Item will be per each storm sewer inlet to be
removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Storm Inlet" for:
a) Various types
b) Various sizes
c. The price bid shall include:
1) Removal and disposal of inlet
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
6. Storm Sewer Junction Box Removal
a. Measurement
1) Measurement for this Item shall be per linear foot of existing storm sewer
box to be removed.
b. Payment
CITY OF PORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Revised Decembcr 20, 2012
South Main Strect
City Projcct No. 02113
02 4l 14 - l0
UTILITY REMOVAL/ABANDONMENT
Pagc l0 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
7
E
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per linear foot of "Remove Storm Junction Box" for all sizes.
c. The price bid shall include:
1) Removal and disposal of Storm Sewer Box
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess rnaterials
6) Furnishing, placement and compaction of backfill
7) Clean-up
Headwall/SET Removal
a. Measurement
1) Measurement for this Item will be per each headwall or safety end
treatment (SET) to be removed.
b. Payment
1) The work performed and materials furnished in accardance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per each "Remove Headwall/SET".
c. The price bid shall include:
1) Removal and disposal of Headwall/SET
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
Trench Drain Removal
a. Measurement
1) Measurement for this Item shall be per linear foot of storm sewer trench
drain to be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per linear foot of "Remove Trench Drain" for:
a) Various sizes
c. The price bid shall include:
1) Removal and disposal of storm sewer line
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
45 1.3 REF�RENCES [NOT USED]
46 1.4 ADMINISTRATIVE REQUIREM�NTS
47 A. Coordination
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 021 13
Revised Dcccmbcr 20, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
02 41 14 - 1 1
UTILITY REMOVAL/ABANDONMENT
Page ll of16
1. Contact Inspector and the Water Department Field Operation Storage Yard for
coordination of salvage material return.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect and salvage all materials such that no damage occurs during delivery to the
City.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
15 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
16 2.2 MATERIALS
17 2.3 ACCESSORIES [NOT USED]
18 2.4 SOURCE QUALITY CONTROL [NOT USED]
19 PART 3 - EXECUTION
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 REMOVAL, SALVAGE, AND ABANDONMENT
A. General
1. Manhole Abandonment
a. All manholes that are to be taken out of service are to be removed unless
specifically requested and/or approved by City.
b. Excavate and backfill in accordance with Section 33 OS 10.
c. Remove and salvage manhole frame and cover as coordinated with City.
d. Deliver salvaged material to the City.
e. Cut and plug sewer lines to be abandoned.
f. Backfill manhole void in accordance with City Standard Details.
B. Water Lines and Appurtenances
CITY OF FORT WORTH South Main Strect
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Rcvised December 20, 2012
02 41 l4 - 12
UTILITY REMOVAL/ABANDONMENT
Page 12 of I6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
2.
3
4.
5
Water Line Pressure Plugs
a. Ductile Iron Water Lines
1) Excavate, embed, and backfill in accordance with Section 33 OS 10.
2) Plug with an MJ Plug with mechanical restraint and blocking in accordance
with Section 33 11 11.
3) Perform Cut and Plug in accordance with Section 33 12 25.
b. PVC C900 and C905 Water Lines
1) Excavate, embed, and bacicfill in accordance with Section 33 OS 10.
2) Plug with an MJ Plug with mechanical restraint and blocking in accordance
with Section 33 11 11.
3) Perform Cut and Plug in accordance with Section 33 12 25.
a Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines
1) Excavate, embed, and backfill in accordance with Section 33 OS 10
2) Plug using:
a) A fabricated plug restrained by welding or by a Snap Ring in
accordance with Section 33 11 13; or
b) A blind flange in accordance with Section 33 11 13
3) Perform Cut and Plug in accordance with Section 33 12 25.
d. Buried Steel Water Lines
1) Excavate, embed, and backfill in accordance with Section 33 OS 10.
2) Plug using:
a) A fabricated plug restrained by welding in accordance with Section 33
11 14; or
b) A blind flange in accordance with Section 33 11 14
3) Perform Cut and Plug in accordance with Section 33 12 25.
Water Line Abandonment Plug
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Plug with CLSM in accordance with Section 03 34 13.
Water Line Abandonment by Grouting
a. Excavate and backfll in accordance with Section 33 OS 10.
b. Dewater from existing line to be grouted.
c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
or CLSM in accordance with 03 34 13.
d. Dispose of any excess material.
Water Line Removal
a. Excavate and bacicfill in accordance with Section 33 OS 10.
b. Cut existing line from the utility system prior to removal.
c. Cut any services prior to removal.
d. Remove existing pipe line and properly dispose as approved by City.
Water Valve Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove and dispose of valve bonnet, wedge and stem.
c. Fill valve body with CLSM in accordance with Section 03 34 13.
6. Water Valve Removal and Salvage
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove valve bonnet, wedge and stem.
c. Deliver salvaged material to the Water Department Field Operation Storage
Yard.
d. Protect salvaged materials from damage.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS
Revised Deccmbcr 20, 2012
South Main Strect
City Project No. 021 13
02 41 14 - 13
UTILITY REMOVAL/ABANDONMENT
Pagc 13 of 16
e. Fill valve body with CLSM in accordance with Section 03 34 13.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
7. Water Valve Abandonment
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove the top 2 feet of the valve stack and any valve extensions.
c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13.
8. Fire Hydrant Removal and Salvage
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove Fire Hydrant.
c. Place abandonment plug on fire hydrant lead line.
d. Deliver salvaged �re hydrant to the Water Department Field Operation Storage
Yard.
e. Protect salvaged materials from damage.
9. Water Meter Removal and Salvage
a. Remove and salvage water meter.
b. Return salvaged meter to Project Representative.
c. City will provide replacement meter for installation.
d. Meter Box and Lid
1) Remove and salvage cast iron meter box lid.
2) Remove and dispose of any non-cast iron meter box lid.
3) Return salvaged material to the Water Department Field Operation Storage
Yard.
4) Remove and dispose of ineter box.
23 10. Water Sample Station Removal and Salvage
24 a. Remove and salvage existing water sample station.
25 b. Deliver salvaged material to the Water Department Field Operation Storage
26 Yard.
27 11. Concrete Water Vault Removal
28 a. Excavate and backfill in accordance with Section 33 OS 10.
29 b. Remove and salvage vault lid.
30 c. Remove and salvage valves.
31 d. Remove and salvage meters.
32 e. Deliver salvaged material to the Water Department Field Operation Storage
33 Yard.
34 f. Remove and dispose of any piping or other appurtenances.
35 g. Demolish and remove entire concrete vault.
36 h. Dispose of all excess materials.
37 12. Cathodic Test Station Abandonment
38 a. Excavate and backfill in accordance with Section 33 OS 10
39 b. Remove the top 2 feet of the cathodic test station stack and contents.
40 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13.
41 C. Sanitary Sewer Lines and Appurtenances
42 1. Sanitary Sewer Line Abandonment Plug
43 a. Excavate and backfll in accordance with Section 33 OS 10.
44 b. Remove and dispose of any sewage.
45 c. Plug with CLSM in accordance with Section 03 34 13.
46 2. Sanitary Sewer Line Abandonment by Grouting
47 a. Excavate and backfill in accordance with Section 33 OS 10.
48 b. Dewater and dispose of any sewage from the existing line to be grouted.
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Revised December 20, 2012
02 41 14 - 14
UTILITY REMOVAUABANDONMENT
Page 14 of 16
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
3
n
�
�
c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24
or CLSM in accordance with 03 34 13.
d. Dispose of any excess material.
Sanitary Sewer Line Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Cut existing line from the utility system prior to removal.
c. Cut any services prior to removal.
d. Remove existing pipe line and properly dispose as approved by City.
Sanitary Sewer Manholes Removal
a. All sanitary sewer manholes that are to be taken out of service are to be
removed unless specifically requested and/or approved by City.
b. Excavate and backfill in accordance with Section 33 OS 10.
c. Remove and salvage manhole frame and cover.
d. Deliver salvaged material to the Water Department Field Operation Storage.
e. Demolish and remove entire concrete manhole.
£ Cut and plug sewer lines to be abandoned.
Sanitary Sewer Junction Structure Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove and salvage manhole frame and cover.
c. Deliver salvaged material to the Water Department Field Operation Storage.
d. Demolish and remove entire concrete manhole.
e. Cut and plug sewer lines to be abandoned.
D. Storm Sewer Lines and Appurtenances
2
3
4.
Storm Sewer Abandonment Plug
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Dewater line.
c. Plug with CLSM in accordance with Section 03 34 13.
Storm Sewer Line Abandonment by Grouting
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Dewater the existing line to be grouted.
c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24
or CLSM in accordance with 03 34 13.
d. Dispose of any excess material.
Storm Sewer Line Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove existing pipe line and properly dispose as approved by City.
Storm Sewer Manhole Removal
a. All storm sewer manholes that are to be talcen out of service are to be removed
unless specifcally requested and/or approved by City.
b. Excavate and backfill in accordance with Section 33 OS 10.
c. Demolish and remove entire concrete manhole.
d. Cut and plug storm sewer lines to be abandoned.
5. Storm Sewer Junction Box and/or Junction Structure Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Demolish and remove entire concrete structure.
c. Cut and plug storm sewer lines to be abandoned.
6. Storm Sewer Inlet Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
CITY O[' FORT WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMGNTS
Revised Decembcr 20, 2012
South Main Strect
City Projcct No. 02113
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
02 41 14 - IS
UTILITY REMOVAL/ABANDONMENT
Page l5 of 16
b. Demolish and remove entire concrete inlet.
c. Cut and plug storm sewer lines to be abandoned.
7. Storm Sewer Box Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Cut existing line from the utility system prior to removal.
a Cut any services priar to removal.
d. Remove existing pipe line and properly dispose as approved by City.
8. Headwall/SET Removal
a. Excavate and backfll in accordance with Section 33 OS 10.
b. Demolish and remove entire concrete inlet.
c. Cut and plug storm sewer lines to be abandoned.
9. Storm Sewer Trench Drain Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove existing pipe line and dispose as approved by City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD (oa] SITE QUALITY CONTROL
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Rcvised Dcccmbcr 20, 2012
South Main Strect
City Project No. 02113
02 4l 14 - 16
UTILITY REMOVAL/ABANDONMENT
�ND OF SECTION
Pagc l6 of 16
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.C3.a — Include Frame and Cover in Payment description
12/20/12 D. Johnson Throughout — added abandonment of storm and sewer manholes when requested
and/or approved by City
C[TY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Projcct No. 02113
Reviscd Deccmbcr 20, 2012
017123-1
CONSTRUCTION STAKING AND SURVEY
Page i of 4
1 SECTION O1 71 23
2 CONSTRUCTION STAKING AND SURVEY
3 PARTl- 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. Contractor is responsible for construction survey
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
I 1 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 L 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 REFCRENCES [NOT USED]
29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
30 1.5 SUBMITTALS
31 A. Submittals, if required, shall be in accordance with Section Ol 33 00.
32 B. All submittals shall be approved by the City prior to delivery.
33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
34 A. Certificates
35 1. Provide certifcate 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 South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02113
Revised Deccmber 20, 2012
017123-2
CONSTRUCTION STAKING AND SURVEY
Pagc 2 of 4
B. Field Quality Control Submittals
2 1. Documentation verifying accuracy of field engineering work.
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE
6 A. Construction Staking
7 1. Construction staking will be performed by the Engineer.
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
2. Coordination
a. Contact City's Project Representative at least 2 days in advance for scheduling
of Construction Staking.
b. It is the Contractor's responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes furnished by
City.
b. If in the opinion of the City, a sufficient number of stakes or markings have
been lost, destroyed or disturbed, by Contractor's neglect, such that the
contracted Work cannot take place, then the Contractor will be required to pay
the City for new staking with a 25 percent markup. The cost for staking will be
deducted from the payment due to the Contractor for the Project.
B. Construction Survey
Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that control data established in the design survey remains
intact.
b. Coordinate with the City prior to field investigation to determine which
horizontal and vertical control data will be required for construction survey.
c. It is the Contractor's responsibility to coordinate Construction Survey such that
construction activities are not delayed or negatively impacted.
d. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
1) City shall perform replacements and/or restorations.
3. General
a. Construction suivey will be performed in order to maintain complete and
accurate logs of control and survey work as it progresses for Project Records.
b. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey to obtain construction features, including but not
limited to the following:
1) All Utility Lines
a) Rim and flowline elevations and coordinates for each manhole or
junction structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Every 250 linear feet
CITY OF FORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 02113
Rcviscd Decanbcr 20, 2012
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
i
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
c.
d.
(2) Horizontal and vertical points of inflection, curvature, etc. (All
Fittings)
(3) Cathodic protection test stations
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, dead-end lines
(10) Air Release valves (Manhole rim and vent pipe)
(11) Blow off valves (Manhole rim and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14) Casing pipe (each end)
b) Storm Sewer
(1) Top of pipe elevations and coordinates at the following locations:
(a) Every 2501inear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
c) Sanitary Sewer
(1) Top of pipe elevations and coordinates for sanitary sewer lines at
the following locations:
(a) Every 2501inear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
(c) Cleanouts
Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work associated with meeting or exceeding
the line and grade required by these Specifications.
The Contractor will need to ensure coordination is maintained with the City to
perform construction survey and to verify control data, including but not
limited to the following:
1) Established benchmarks and control points provided for the Contractor's
use are accurate
2) Benchmarks were used to furnish and maintain all reference lines and
grades for tunneling
3) Lines and grades were used to establish the location of the pipe
4) Submit to the City copies of field notes used to establish all lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
5) Provide access for the City to verify the guidance system and the line and
grade of the carrier pipe on a daily basis.
6) The Contractor remains fully responsible for the accuracy of the work and
the correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to City.
9) If the installation does not meet the specified tolerances, immediately notify
the City and correct the installation in accordance with the Contract
Documents.
49 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMGNTS
Rcviscd Deccmbcr 20, 2012
South Main Street
Project No. 02113
01 71 23 - 4
CONSTRUCTION STAKtNG 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
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oa] SIT� QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITI�5 [NOT USED]
3.12 PROTECTION [NOT U5ED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D.Johnson
24
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Projcct No. 02113
Reviscd December 20, 2012
024113-1
SELECTIVE SITE DEMOLITION
Pagc I of 5
1
2
3 PARTl- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
SECTION 02 41 13
SELECTIVE SITE DEMOLITION
A. Section Includes:
1. Removing sidewalks and steps
2. Removing ADA ramps and landings
3. Removing driveways
4. Removing fences
5. Removing guardrail
6. Removing retaining walis (less than 4 feet tall)
7. Removing mailboxes
8. Removing rip rap
9. Removing miscellaneous concrete structures including porches and foundations
10. Disposal of removed materials
B. Deviations this from City of Fort Worth Standard Specification
1. All Street name and address tiles are to be salvaged within project limits and reuse
as shown in the plans.
2. Contr•actor to salvage I50% of the total quantity of Thurber bricks required for the
project, including all additive alternates. All other bricks can be demolished and
hauled offsite. Bricks that are salvaged and not used shall be palletized and
delivered to the Ciry's storage faciliry of choice.
3. Existing building roof drains that protrude down into sidewalks shall be cut 6"
above frnished grade, sanded, and beveled to remove sharp metal edges. Removal
of roof drains in the sidewalk and cutting the roof drains 6" above finished grade at
building faces are subsidiary to sidewalk removal bid item and no extra pay will be
given for this task.
4. Any miscellaneous items such as railroad ties, metal rail, pole foundations, sign
foundatiorrs, etc. found during existing pavement & sidewalk removal, must be
removed and demolished. This work shall be subsidiary to the pavement and
sidewalk removal bid items and no extra pay will be given.
S. Final adjustments of any and all utiliry vaults that are not City of Fort Wo��th vaadts
are to be coor•dinated with the respective franchise utiliry company.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 31 23 23 — Borrow
39 1.2 PRICE AND PAYMENT PROCEDURES
40 A. Measurement and Payment
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Reviscd December 20, 2012
South Main Strect
City Projcct No. 02113
02 41 13 - 2
SELECTIVE SITE DEMOLITION
Pagc 2 of 5
1 1. Measurement
2 a. Remove Sidewaik: Measure by square foot.
3 b. Remove Steps: measure by the square foot as seen in the plan view only.
4 c. Remove ADA Ramp: measure by each.
5 d. Remove Driveway: measure by the square foot by type.
6 e. Remove Fence: measure by the linear foot.
7 f. Remove Guardrail: measure by the linear foot along the face of the rail in place
8 including metal beam guard fence transitions and single guard rail terminal
9 sections from the center of end posts.
10 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot
11 h. Remove Mailbox: measure by each.
12 i. Remove Rip Rap: measure by the square foot.
13 j. Remove Miscellaneous Concrete Structure: measure by the lump sum.
14 2. Payment
15 a. Remove Sidewallc, full compensation for saw cutting, removal, hauling,
16 disposal, tools, equipment, labor and incidentals needed to execute work.
17 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts
18 as a wall footing) shall be paid as sidewalk removal. For utility projects, this
19 Item shall be considered subsidiary to the trench and no other compensation
20 will be allowed.
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal,
tools, equipment, labor and incidentals needed to execute work. For utility
projects, this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
c. Remove ADA Ramp and landing: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work. Work includes ramp landing removal. For utility projects, this Item shall
be considered subsidiary to the trench and no other compensation will be
allowed.
d. Remove Driveway: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to remove improved
driveway by type. For utility projects, this Item shall be considered subsidiaiy
to the trench and no other compensation will be allowed.
e. Remove Fence: full compensation for removal, hauling, disposal, tools,
equipment, labor and incidentals needed to remove fence. For utility projects,
this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
£ Remove Guardrail: full compensation for removing materials, loading, hauling,
unloading, and storing or disposal; furnishing backfill material; backfilling the
postholes; and equipment, labor, tools, and incidentals. For utility projects, this
Item shall be considered subsidiary to the trench and no other compensation
will be allowed.
g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw
cutting, removal, hauling, disposal, tools, equipment, labor and incidentals
needed to execute work. Sidewalk adjacent to or attached to retaining wall
(including sidewalk that acts as a wall footing) shall be paid as sidewallc
removal. For utility projects, this Item shall be considered subsidiary to the
trench and no other compensation will be allowed.
CITY OF FORT WORTH South Main Shect
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 02113
Rcvised Dccembcr 20, 2012
024113-3
SELGCI'IVL' Sl'1'G DF,AQOI,I'1'ION
Pngc 3 of 5
1 i. Remove Rip Rap: full compensation fo�• sa�v cut#ing, removal, hauling,
2 disposal, tools, equipme��t, labor aiid incidentals ►�eeded to execufe �vork, Fo►•
3 utility projects, this Item shall be canside�•ed subsidiary to i(�e trench aud uo
4 ather compeiisation will be allo�ved.
S ,j. Remove Miscellaneous Concrete Structuce: fu(1 compensation for sa�v eutting,
G cemoval, hauling, disposal, tools, equipinei�t, laboc a►id incids�ltals ueeded to
7 eaecute �vork. For utility �rojects, tliis Item shall Ue cousidered subsidiaiy to
8 tlie treuch and aio other compensation �vill be �llo�ved.
9 1.,3 R�FEIt�NC�S
t0 A. Definitio�is
11 I. Improved Da•iveway, Drive�vay constructed of conerete, flSj){1fllt �aV111g OI' Vrick utiit
12 pavers.
13 1.4 ADMINISTRATIVE R�QUIREM�NTS (NOT USED]
14 l,5 SUBMITTALS [NOT US�D]
IS 1,6 ACTION SUBMITTALS/1NTORMATIONAL SUBMITTALS [NOT USED]
IG I.7 CL{aS�OUT SUBMITTALS [NOT USCD]
17 1.8 MAINTENANCE 1VYAT�RIAL SUBMITTALS [NOT USED]
18 1.9 QUALITY ASSURANCE [NOT US�DJ
I9 1.10 D�LIV�RY, STORAG�, AND HANDLING [NOT USED]
20 1.11 FIELD [SITE] CONDITIONS [NOT USED]
21 1,12 WARRANTY [NOT USED]
22 PAR'T 2 - PRODUCTS
23 2.1 OWN�R-FURNISHCD PRODUCTS [NOT US�D]
24 2.2 MATERIALS
2S A, Fill Material: See Sectioai 31 23 23.
26 2.3 ACC�SSORIES [NOT USED)
27 2.4 SOURC� QUALITY CONTROL [NOT USED]
28 PART 3 - �X�CUTION
29 31 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT US�D]
31 3,3 PR�PARA'T�ON [NOT USED]
32 3.� REMOVAL
33 A. Re�nove Sidewalk
3�l 1. Remove sidew�lk to nearest existing duttlmy, ex�ansion or construction joint.
35 2. Sawcat wheit retnoving to nearest jaint is not practicaL See 3,4.K.
3G B, Remove Steps
Cl7'Y OF FORT R'OR'1'il SouW Main Slreet
STANDr�RD CONS"fRUCTiON SF'ECIFICATION DOCUMENTS Citp Project No. 02113
Revised necember 20, 2012
oza� ts-a
SELECTIVF, SiTE DEf�fOLITION
Y�ge 4 of 5
1 1. Retnove step to neacest e�istitig duuin�y, exE�ansion or constructioit joii�t.
2 2, Sawcut �vlten a•emoving to nearest joint is ►�ot practical. See 3.4.K.
3 C. Re�nove ADA Raiup
4 l. Sa�vcut existing curb �nd gutter aitd paveme��t prior to «�lieel cliair ramp reuioval.
5 See 3.4,TC.
G 2. Remove ratnp to nearest eaisting dummy, e�pansion or constc�wtion jaint ov
7 eYisting side�valk.
8 D. Remove Driveway
9 I. Sa�vcut e�isting di•ive, curb and gtttter and paveliient prior to drive i•eiiioval. See
t o 3.4.K.
11 Z, Remove drive to neacest existing dummy, expansion oa• coa�stcuction joint,
12 3. Si1�VCUt \\'hen removing to nearest joint is nat practieal. See 3.4.K.
13 �. Reiuove adjacent side�valk to nearest existing dununy, e���usion or coustruction
i�t joint on eaistitig side�v�lk.
15
16
17
18
19
20
2l
22
23
2�1
25
2G
27
28
29
30
31
E. Remove Fence
l, Remove �Il fence compone��ts above and below ground �nd backfill �vith acceptable
. �II material,
2. Use c�ution ii� removing anc( salvagiug feuce inateriafs.
3, Salvaged n��teri�(s �nay be i�sed to i•econstruct feilce 1s approvecl by City or as
sl�o�vn on Drawings.
4, Conh•actor res�ousible foi• keeping animals (livestock, pets, etc.) �vitl�iu the fenced
aceas during construction opecation and �vhile renioving fences,
F. Remove Guardrail
1, Remove rai( elements in original lengths.
2, Re�nove �ttings fram the posts aud the nieta( rail and dien pull the posts.
�. DO ilOt 111fl1� or datuage safvageable matecials duriug removal.
4. Completely cemove posts aud �ny concrete surrounding tlie posts.
5. Furnist� back�ll n��teria( auci b�ckfill tlie liole �viih ii�aterial enual i» campositioii
�uci density to the surcouudiug soil w�less other�vise directed,
6. Cut off or bend do�vn eyebolts anclia•ed to the dead mau to an elevation at least 1-
foot belo�v tlZe new subgrade e(evation �ud leave iu ��lace along �vith the dead m�u.
32 G. Ramove Retaining W�II (less tl��n �4 feet tall)
33 1. Remove �vall to �iearest existing joint,
34 2. Sawciit �vlien �•emoving to nearesi joint is iiot practicaL See 3,4.K.
3S 3. Removal inchides all components of the retainh�g �vall including footiugs.
3G 4. Sidewalk �cljacent ta or �ttacl�ed to cetaining wa1L See 3.4,A
37
38
39
�40
�4 I
II. Remave Mailbo�
1, Salvage eaisti��g materials foc reuse. Mailbo� m�teri�ls m1y iieed to be tised for
reconst�•uction.
I, Remove Rip Rap
1. Remave rip rap to nearest existing dummy, expansion or constructio» joint,
CITY 01� I�OIZ'f WORTH Soulh Main Street
S'1'ANDAI2D CONSTRUCTIUN SPGCII'iCA'1'ION DOCUMEN'fS City Project h'o. 02f 13
Rcvised December 20, 2012
l
2
3
4
S
6
7
8
9
10
11
12
13
14
15
l6
1'1
IS
19
20
21
22
23
2�
25
26
27
28
024113-5
SF.[,F.CTIVE SITE Dfi1v10LITlON
Pagc 5 of 5
2. Sawcut wl�eit reutoving to »eaeest joint is uot ��ractical. See 3,4,K,
1. Remove Miscellaneous Concrete St►�uctnre
1. Remove portions of n�iscella�ieous concrete structuces nicluding fouud�tio�►s �nd
slabs that do not interfer•e �vith pi•oposeci constri�ction to 2 feet belo�v the fi�iislied
ground line.
2. Cut reinforce�neut close to tlte po��tion of the concretc to remain in place.
3, Break or perforate the bottom of stcuctures to remain to prevent the entrapment of
�VRtEi'.
�. SR\VClli
1. Sa�ving Equi��ment
a. Po�ver-drivei�
b. Manufactured for tlie puepose of sa�ving pavement
c. In �ood opei'1f111g C011CIlfl011
d. Sllatl not spall o�• fl•actu�•e tl�e paveirieiit to #he retnoval are�
2. Sawcut parpendicular to fhe sw�f�ce coinplete(y through existi�ig �aveme3it.
3.S REPATR [NOT US�D]
3.G itE-INSTALLATION [NOT US�ll]
3.7 SIT� QUALITY CONTROL [NOT USED]
3.8 SYSTCM STARTUP �NOT US�Dj
3,9 ADJUSTiNG [NOT US�D]
3.14 CLEANING [NOT USED]
3,11 CLOS�OUT ACTIVITI�S [NOT USED]
3.12 PROT�CTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHM�NTS [NOT USED]
END O� SECTION
Revision Log
DATE NAME SUMA4ARY OF CHANGE
12/20/2012 D. Johnso» 1,2.A.2. tvtodiCied Pa��cuent - Iteins �vill be subsidiary to trench on utilily projeets
CITY OP FORT \VOR'1'H
S'CANDARD CONS"CRUCTION SPEC[FICATION DOCUMGNTS
Rcviscd Dccembcr 20, 2012
South M�in Street
City Project l�o, 021 l3
32 O1 l8 - 1
TEMPORARY ASPHALT PAVING REPAIR
Pagc t of 3
1
2
3 PARTl- GENERAL
4 l.l SUMMARY
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20 1.2
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
SECTION 32 O1 18
TEMPORARY ASPHALT PAVING REPAIR
A. Section Includes:
1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for
total reconstruction under a Capital Improvement Program or resurfacing under a
Street Maintenance Program.
2. Repairs of damage caused by Contractor
3. Any other temporary pavement repair needed during the course of construction.
B. Deviations fi•om this City of Fort Worth Standard Specification
1. Asphalt millings af•e allowed for use urrder detail sheets 32 and 53 trench r•epaif•s,
and sheet 174 parking lot paving.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
3. Section 32 11 23 - Flexible Base Courses
4. Section 32 12 16 - Asphalt Paving
5. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill
PRICE AND PAYMENT PROCCDUR�S
A. Measurement and Payment
1. Measurement
a. Measurement for this Item shall be by the linear foot of Temporary Asphalt
Paving Repair.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foot of Temporary Asphalt Paving Repair. No additional
payment will be provided for repairs of damage to adjacent pavement caused by
the Contractor.
3. The price bid shall include:
a. Preparing final surfaces
b. Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
c. Traffic control for all testing
d. Asphalt, aggregate, and additive
e. Materials and work needed for corrective action
£ Trial batches
g. Tack coat
h. Removal and/or sweeping excess material
CITY OF FORT WORTFi Soutl� Main Strcct
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 021 13
Revised Dcccmbcr 20, 2012
32 01 18 - 2
TEMPORARY ASPHALT PAVING REPAIR
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
1.3 REFERENCES
A. Definitions
1. H.M.A.C. — Hot Mix Asphalt Concrete
1.4 ADMINISTRATIVE REQUIREMENTS
A. Permitting
1. Obtain Street Use Permit to make utility cuts in the street from the Transportation
and Public Works Department in conformance with current ordinances.
2. The Transportation and Public Works Department will inspect the paving repair
after construction.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS
A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees
F or higher and rising unless otherwise approved.
112 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED [NOT USEDj
2.2 MATERIALS
A. Backfill: see Section 33 OS 10.
B. Base Material
1. Flexible Base: Use existing base and add new flexible base as required in
accordance with Section 32 11 23.
C. Asphalt Concrete: See Section 32 12 16.
1. H.M.A.C. paving: Type D.
2.3 ACCES50RIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
32 PART 3 - EXECUTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised Decembcr 20, 2012
South Main Street
City Projcct No. 02113
32 01 18 - 3
TEMPORARY ASPHALT PAVING REPAIR
Pagc 3 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
�
26
3.1 INSTALLERS [NOT USED]
3.2 �XAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Removal
1. Use an approved method that produces a neat edge.
2. Use care to prevent fracturing existing pavement structure adjacent to the repair
area.
B. Base
1. Install flexible base material per detail.
2. See Section 32 11 23.
C. Apshalt Paving
1. H.M.A.C. placement: in accordance with Section 32 12 16.
2. Type D surface mix.
3.5 REPAIR/RE5TORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIE5 [NOT USED]
3.12 PROT�CTION (NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED)
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson t.2.A — Modified Items to be included in price bid
27
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised Dccembcr 20, 2012
South Main Strect
City Project No. 021 l3
321320-1
CONCRETG SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page I of 6
1
2
SECTION 32 13 20
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
3 PART1- 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 Fart Worth Standard Specification
10 1. Installation of Street Tiles of new and salvaged and the materials furnished and
11 installed in accordance with this Item ar•e considered subsidiary to the installation
12 of the sidewalk. No other compensation will be allowed.
13 2. Contractor shall submit shop drawings and spec. for installation of new and
14 salvaged street name and number tiles to be reviewed and appr•oved by the ciry.
15 3. Use joint sealant section 3213 07between existing buildings, steps, etc
16 4. Any modifications to existing buildings, existing ADA ramps, existing handrails,
17 existing steps, etc. within project limits are considered subsidiary to the installation
18 of sidewalk and marst be ADA compliant.
19 S. All proposed step and cur•b installation (complete in place) within the parkway is
20 subsidiar•y to sidewalk constf•uction bid items and no additional pay shall be given
21 for these items.
22
23
24
25
26
27
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
3. Section 02 41 13 - Selective Site Demolition
4. Section 32 13 13 - Concrete Paving
5. Section 32 13 73 - Concrete Paving Joint Sealants
28 1.2 PRICE AND PAYMENT PROCEDURES
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
l. Concrete Sidewalk
a. Measurement
1) Measurement for this Item shall be by the square foot of completed and
accepted Concrete Sidewalk in its final position for various:
a) Thicknesses
b) Types
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square foot of Concrete Sidewalk.
c. The price bid shall include:
1) Excavating and preparing the subgrade
CITY OF FORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 021 13
Revised April 30, 2013
321320-2
CONCRETE SIDEWALKS, DRNEWAYS AND BARRIGR FREE RAMPS
Pagc 2 of 6
2) Furnishing and placing all materials
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
2. Concrete Driveway
a. Measurement
1) Measurement for this Item shall be by the square foot of completed and
accepted Concrete Driveway in its final position for various:
a) Thicicnesses
b) Types
2) Dimensions will be talcen from the back of the projected curb, including the
area of the curb radii and will extend to the limits specified in the
Drawings.
3) Sidewalk portion of drive will be included in driveway measurement.
4) Curb on drive will be included in the driveway measurement.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square foot of Concrete Driveway.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
3. Barrier Free Ramps
a. Measurement
1) Measurement for this Item shall be per each Barrier Free Ramp completed
and accepted for various:
a) Types
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Barrier Free Ramp" installed.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
3) Curb Ramp
4) Landing and detectable warning surface as shown on the Drawings
5) Adjacent flares or side curb
35 1.3 REF�RENCES
36 A. Abbreviations and Acronyms
37 I. TAS — Texas Accessibility Standards
38
39
40
41
42
43
44
45
46
47
2. TDLR — Texas Department of Licensing and Regulation
B. Reference Standards
l. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Society for Testing and Materials (ASTM)
a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete
Construction (Non-extruding and Resilient Types)
b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lbf/ft3)
CITY OF FORT WORTH South Main Strect
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 021 13
Reviscd April 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
321320-3
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER PREE RAMPS
Pagc 3 of 6
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Mix Design: submit for approval. Section 32 13 13.
B. Product Data: submit product data and sample for pre-cast detectable warning for
barrier free ramp.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS
A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13.
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
21 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 EQUIPMENT AND MATERIALS
A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of
the finished work.
B. Concrete: see Section 32 13 13.
1. Unless otherwise shown on the Drawings or detailed specifications, the standard
class for concrete sidewalks, driveways and barrier free ramps is shown in the
following table:
Standard Classes of Pavement Concrete
Class of Minimum 28 Day Min. Maximum Course
Concrete� Cementitious, Compressive Water/ Aggregate
Lb./CY Strength2 Cementitious Maximum
psi Ratio Size,
inch
A 470 3600 0.58 1-1/2
24
25
26
27
28
29
30
31
32
33
C. Reinforcement: see Section 32 13 13.
1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed
bars at 18 inches on-center-both-ways at the center plane of all slabs, unless
otherwise shown on the Drawings or detailed specifications.
D. Joint Filler
1. Wood Filler: see Section 32 13 13.
2. Pre-Molded Asphalt Board Filler
a. Use only in areas where not practical for wood boards.
b. Pre-molded asphalt board filler: ASTM D545.
c. Install the required size and uniform thickness and as specified in Drawings.
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 30, 2013
South Main Strcet
City Project No. 02l 13
32 13 20 - �{
COt�CRG'fG SII�EIVALE:S, DRIVF.\VAYS AND BARRIER FREE RAMPS
Pnge a of 6
1
2
3
�1 2.3
5 2.4
d, Liclude 2linecs of 0.016 asphalt iuipregnated kr�ft p�rtper filled �vith a tnastic
uii�tut�e of asphalt and vegetable fibec and/or miueral filler.
E. E�p�nsion Joint Se�laut; see Section 32 13 73 �vhere sho�vu oi} the Dra�vings.
ACC�SSORIES [NOT US�D]
SOURC� QUA�IT'i' CONTROL (NOT USCD]
G PART 3 - CXrCUTrON
7 3.1 INSTALLERS [NOT USCD]
8 3.2 �XAMINATION [NOT USED]
9 3,3 PRCPARATION
10 A. Surface Preparation
1 I 1, EYc�vation; Excavation rec�uired for the consteuction of side�v�lks, drive�vays and
12 b�ri�ier fi�ee ramps shall be to the lines and grades as sl�own o►� the Dra�vings or as
13 est�blished by the City.
14 2. Fi��e Grading
15 a. The Contractor sltalf do all necess�ry filling, leveliug aud fine grading renuired
l6 to bring tli� subgrade Yo the eYact grades speciiied �nd compacte�i to �t least 90
l7 perceut of maYimum density as deter►nined by ASTM D698,
18 b, Moisture conteut sh�ll be within minus 2 to plus 4 of optinium.
19 c. Ai�y over-eYcavation sl�all be repaired to the satisfaction of tha City.
20 B. Demolition / Re���oval
21 1. Side�valk, Driveway aud/ oc Bari�ier P�•ee Ramp Reniov�l: see Section 02 41 13.
22 3.4 INSTALLATION
23
24
25
2C>
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. General
1. Conerete side�v�lks si�all li�ve a miuimiiui thiekness oti 4 inches.
2. Sidewalks consU•ucted in driveway approach sections sha(! have a minimum
diickness ec�ual to tl�at of cli�ive�vay app►•oach or as c�lled for by Di•awi�tgs aiid
specilicntions tiviil�iu dte limits of the ciciveway appro�ch.
3. D�•ive�vays shall have a rninimum tliiekness of 6 inches. Stand�rd cross-slopes for
�valks shatl be 2 percent max in accordance �viNi ctn�rent TAS/TDLR guideli�ies,
The canstcuction of the d��ive�vay approacl� sl�all include the v�riable heigl�t radius
cw•b in accocdance �vitli tlte Dr��viugs.
4. All pedestriaii facilities sliall eomply �Yltll (�I'OVISIOIIS OFTAS IIICIIlC�lll� �OCflf1011�
slope, �vidth, shapes, texture and coloriilg. Pedestcian facilities installed Uy the
Coutr�ctor and not meetiug TAS must be ren�oved and ►•eplaceci ta meet TAS (no
separate pay).
B. rorms: Fol•ms sl�all be seeurely stakecl to line �nd gt•zde �nc( inai�itaiued in � true
position during die c1e��ositing of cancrete.
C. Reinforcemei�t: see Section 32 13 13.
D. Coiicrete Placement; see Sectioii 32 13 13.
E, Pll115lllllg
CITY OF C�Oft'1' 1VORTH South Mnin Street
S'CANDARD CONSTRIJCTION SPLCIFICA'fION DOCUMF,NTS City Project No. 02f 13
Rcviscd April 30, 2013
321320-5
CdNCItL"f8 SID£1VA[,KS, DRIVE\VAYS ANll I3ARItIGR I'RF.I? RAMPS
Pagc 5 of G
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
1G
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
1. Co►�crete side�valks, driveways and bari�iel• fi•ee ramps sl�all be finished to a true,
even sucface.
2. Tro�vel and tiien brush transversely to obtain a sinootll uniforia� br��sh finish,
3. Pj•ovide exposed aggregate �uish if speci�ed.
4. Edge joiiits anci sides sl��(l �vifli suitable tools.
F', fOlilfS
I. Espausion joints for side�valks, driveways and barrier fi•ee ramps shall be formed
using red�vood.
2. Exp�nsion joints shall be placed at 40 foot iutervals for 4 foot �vide side�valk and SO
foot i�rtervals far 5 foot �vide aud greater side�valk.
3. E:�pansion joinis sl�all also be piaced at all intersections, side�valks �vith concrete
drive�v�ys, curbs, formatioils, otliee sidetvalks and at{ie�• adjaceiit old co►icrete �vo4�k.
Simita�• mlterial shall be placed arouud all obstc�ietioiis protrudi»g into or through
side����iks or drive�v�ys.
4. All e�pansian joints shall be 1/2 incI� in thickness.
5. Edges of afl coiistruction aiid e�pa�ision jouits and otiter ed�es of all side�valks sliatl
be finisheci to approlimately a 1/2 ii�ch radius with a suitahle finishing tool.
6. Side�valks sl�all be mai�ke<I at intervals ec�ual to the �vidth of the �valk witli a
mat�ki�ig tool.
7. Wf�en side�valk is agaiiist the curb, expansion joiuts shall match those in the curb.
G. B�crier Free Ramp
1. Furnisli �nd ii�stall brick red colo�• pre-cast detectable �var�iing Dan�e-Tile,
�uanufactured by Stroi�gGo Industcies ac appi•oved equal by tl�e City,
2, Deteet�ble �varning sarfaee shall be a minimnm of 24-iucl� in depth in the directiou
of pedest��ian icavel, aud eYtend to a minimum of 48-inch along the cucb ram� or
landing �vhere the pedestrian aecess route enters the street.
3. Locate detectable �varning surface so tllat the edge nearest tlie cw�b line is a
minimtim of 6-it�cli at�d masimt�m of 8-iuch fi•om tlie exte�ision of tlie face of the
ctirU.
�. Detectabie �varniug Dome-Tile sucf�ce may be curved along the corner radius.
5. Iustall detectable �vacning surfece aecording to man��factkirer's instructions.
CITY OF FORT �YOR'I'I i
S"T'ANDAIZD CONSTRUCTION SPECIPICAI'IO�I DOCUMENTS
Resised A�xil 30, 2013
So�Ut� Mniu Street
Citp Project No. 02113
i
321320-G
CONCRF,TF. SIDB\l'ALKS, DRIVL1VAl'S AND [3ARRiP,R PRGE RA[v1PS
P�ge 6 oP6
1
2
3
4
5
6
7
8
9
10
�
3,5 REPAI-!2/I2ESTORATION [NOT US�D]
3,6 1tE-INSTALLATION [NOT USED)
3.7 I'I�LD QUALITY CONTROL [NOT US�D]
3.8 SYST�M STARTUP [NOT USED]
3,9 ADdCTSTING [NOT US�D]
3.10 CL�ANING [NOT US�D]
3,11 CLOSEOUT ACTIVITI�S [NOT US�D)
3.12 PROT�CTION [NOT US�Dj
3.13 MAINTE1VAl�iCE [NOT USED)
3,14 ATTACHM�NTS [NOT US�D]
�ND O�+ SECTION
Revision Log
DATG NAME SUMMARY O� CHANGE
12/20/2012 D. Johnson �'2'A'3 "' t�Te�sw•ement and Pnyment for Bnrrier Pree Ramps modified to m�tch
updntcd Citp Dct�ils
�1130l2013 P. Grifiin Corrected Parl 1, 1.2, A, 3, b, i to reac{; from ... squarc foot of Coucrele Sidetivnik.
to , , .eacli "13�rrier I'rce Ramp" ii�st�lled,
12
Cl"Cl' OI' FORT �VORTH
STA�1llARD CONSTRUCT[ON SPF.CTF1Cr1TION DOCUM�N'1'S
Itc��ised Apri130, 2013
Soulh Mni�� S1recl
City Project i�'o, 02113
330131-1
CLOSED CIRCUIT TELEVISION (CCTV) [NSPECTION
Pagc 1 of 5
1
2
SECTION 33 O1 31
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of
7 sanitary sewer or storm sewer mains
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. Pre-CCTV Inspection has been completed by the city of Fort Worth.
10 Contractor to access Pre-CCTV posted on Buzzsaw or link below:
11 https://proj ectpoint.buzzsaw.com/client/fortworthgov/Infrastructure%20Proj ects/02
12 113%20-
13 South%20Main%20Street%20Vickerv%20to%20Ma�nolialProject%20Drawin�
14 ewer%20TV
15
16
17
18
19
20
21 1.2
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
C. Related Specifcation Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems
4. Section 33 04 50 — Cleaning of Sewer Mains
PRICE AND PAYMENT PROCEDURES
A. Pre-CCTV Inspection
1. Measurement
a. Measurement for this Item will be by the linear foot of line televised for CCTV
Inspection performed prior to any line modifcation or replacement determined
from the distance recorded on the video tape log.
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "MeasuremenY' will be paid for at the unit price
bid per linear foot for "Pre-CCTV Inspection".
1) Contractor will not be paid for unaccepted video.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c. Digital file
B. Post-CCTV Inspection
1. Measurement
a. Measurement for this Item will be by the linear foot of line televised for CCTV
Inspection performed following repair or installation determined from the
distance recorded on the video tape log.
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Rcviscd Dccembcr 20, 2012
South Main Shcet
City Projcct No. 02113
��
33 O1 31 - 2
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION
Page 2 of 5
1
2
3
4
5
6
7
8
9
10 1.3
11
12
13
14
15
16
17
18
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foot for "Post-CCTV Inspection".
1) Contractor will not be paid for unaccepted video.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c. Digital iile
REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. City of Fort Worth Water Department
a. City of Fort Worth Water Department CCTV Inspection and Defect Coding
Program (CCTV Manual). Contact Field Operations to obtain a copy of the
CCTV Manual.
19 1.4 ADMINISTRATIVE REQUIREMENTS
20
21
22
23
24
25
26
27
28
A. Coordination
1. Sanitary Sewer Lines
a. Meet with City of Fart Worth Water Department staff to confirm that the
appropriate equipment, software, standard templates, defect codes and defect
rankings are being used, if required.
2. Storm Sewer Lines
a. Meet with City of Fort Worth Transportation/Public Works Department staff to
confirm that the appropriate equipment, software, standard templates, defect
codes and defect rankings are being used, if required.
29 1.5 SUBMITTALS
30 A. Submittals shall be in accordance with Section Ol 33 00.
31 B. All submittals shall be approved by the Engineer or the City prior to delivery.
32 1.6 INFORMATIONAL SUBMITTAL5
33
34
35
36
37
38
39
40 1.7
Cf I
A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required
1. Project schedule
2. Listing of cleaning equipment and procedures
3. Listing of flow diversion procedures
4. Listing of CCTV equipment
5. Listing of bacicup and standby equipment
6. Listing of safety precautions and traffic control measures
CLOSEOUT SUBMITTALS
A. Post-CCTV submittals
CITY OF FORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Reviscd Dccembcr 20, 2012
33 01 31 - 3
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION
Pagc 3 of 5
1 l. 2 copies of CCTV video results on DVD
2 2. 2 hard copies of Inspection Report
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D]
4 1.9 QUALITY ASSURANCE [NOT USED]
5 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY [NOT USED]
8 PART 2- PRODUCTS [NOT USED]
9 PART 3 - EXECUTION
10 3.1 INSTALLERS [NOT USED]
11 3.2 EXAMINATION [NOT USED]
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
3.3 PREPARATION
A. Sanitary Sewer Lines
1. CCTV Equipment
a. Use equipment specifically designed and constructed for such inspection.
b. Use equipment designed to operate in 100 percent humidity conditions.
c. Use equipment with a pan (f270 degrees), tilt, and rotates (360 degrees).
d. Use camera with an accurate footage counter that displays on the monitor the
distance of the camera (to the nearest 1/10 foot) from the centerline of the
starting manhole.
e. Use camera with height adjustment so camera lens is always centered at 1/2 the
inside diameter, or higher, in the televised pipe.
f. Provide sufficient lighting to illuminate the entire periphery of the pipe.
g. Provide color video.
h. Use the Fort Worth Water Department standardized inspection and coding
program by I.T. software with pre-configured template.
1) See CCTV Manual.
2. Temporary Bypass Pumping — Conform to Section 33 03 10.
3. Cleaning — Conform to Section 33 04 50.
B. Storm Sewer Lines
1. Coordinate with City of Fort Worth Transportation/Public Works Department for
CCTV equipment and cleaning requirements.
3.4 INSPECTION (CCTV)
A. General
1. Begin inspection immediately after cleaning of the main.
2. Move camera through the line in either direction at a moderate rate, stopping when
necessary to permit proper documentation of the main's condition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcviscd December 20, 2012
South Main Shect
City Project Na. 021 t 3
33 Ol 31 -4
CLOSED CIRCUIT TELEVISION (CCTV) [NSPECTION
Pagc 4 of 5
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
3. Do not move camera at a speed greater than 30 feet per minute.
4. Use manual winches, power winches, TV cable, and power rewinds that do not
obstruct the camera view, allowing for proper evaluation.
5. During investigation stop camera at each defect along the main.
a. Record the nature, location and orientation of the defect or infiltration location
as speciiied in the CCTV Manual.
6. Pan and tilt the camera to provide additional detail at:
a. Manholes
b. Service connections
c. Joints
d. Visible pipe defects such as cracks, brolcen or deformed pipe, holes, offset
joints, obstructions or debris
e. Infiltration/Inflow locations
f. Pipe material transitions
g. Other locations that do not appear to be typical for normal pipe conditions
7. Provide accurate distance measurement.
a. The meter device is to be accurate to the nearest 1/10 foot.
8. CCTV inspections are to be continuous.
a. Do not provide a single segment of main on more than 1 DVD.
B. Pre-Installation Inspection for Sewer Mains to be rehabilitated
1. Perform Pre-CCTV inspection immediately after cleaning of the main and before
rehabilitation work.
2. If, during inspection, the CCTV will not pass through the entire section of main due
to blockage or pipe defect, set up so the inspection can be performed from the
opposite manhole.
3. Provisions for repairing or replacing the impassable location are addressed in
Section 33 31 20, Section 33 31 21 and Section 33 31 22.
C. Post-Installation Inspection
1. Complete manhole installation before inspection begins.
2. Prior to inserting the camera, flush and clean the main in accordance to Section 33
04 50.
D. Documentation of CCTV Inspection
1. Sanitary Sewer Lines
a. Follow the CCTV Manual for the inspection video, data logging and reporting.
2. Storm Sewer Lines
a. Provided documentation for video, data logging, and reporting in accordance
with City of Fort Worth Transportation/Public Works Department
requit•ements.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS
Rcvised Decembcr 20, 2012
South Main Strcet
City Project No. 021 13
33O1 31 -5
CLOSED CIRCUIT TELEVISION (CCTV) iNSPECTION
Pagc 5 of 5
1 3.5 REPAIR / RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION [NOT USED]
3 3.7 FI�LD [ox] SITE QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING
7 A. See Section 33 04 50.
8 3.11 CLOSEOUT ACTIVITIES [NOT USED]
9 3.12 PROTECTION [NOT USED]
10 3.13 MAINTENANCE [NOT USED]
11 3.14 ATTACHMENTS [NOT USED]
12 END OF SECTION
13
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV
14
CITY OF FORT WORTH South Main Strect
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Revised Dcccmber 20, 2012
33 12 10 - I
WATER SERVICES 1-INCH TO 2-INCH
Pagc 1 of 17
0
3 PART1- G�NCRAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
S�CTION 33 12 10
WATER SERVICES 1-INCH TO 2-1NCH
Lead-free 1-inch to 2-inch water service lines from the water main to the right-of-
way, fittings and water meter boxes complete in place, as shown on the Drawings,
directed by the Engineer, and specifed herein for:
a. New Water Service
b. New Water Service (Bored)
c. Water Meter Service Relocate
d. Private Water Service
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. All water services that cr•oss South Main Sh•eet, are to be above all othe�� proposed
15 i�tilities. Install with requir•ed separ•atiorr and treatment as reqirired by the Ciry a»d
16 TCEQ guidelines. Follow details as pr•ovided in plan set.
17
18
19
20
21
22
23
24
C. Products Installed but not Furnished Under this Section
1. Water meters for various sizes
D. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
5. Section 33 12 25 — Connection to Existing Water Mains
25 1.2 PRICE AND PAYM�NT PROC�DURES
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. New Water Service
a. Measurement
1) Measurement for this Item shall be per each new "Water Service" complete
in place from the tap of the main to the installation of the meter box and
associated appurtenances where the service line is installed by open cut
construction.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Water Service" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New Service Line as specified by the Drawings
2) Submitting product data
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 021 13
Rcvised April 26, 2013
33 12 10 - 2
WATER SERVICES 1-INCH TO 2-INCH
Page 2 of 17
1
2
3
4
5
6
7
8
9
10
il
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
2.
3
3) Tapping saddle
4) Corporation stop
5) Curb stop
6) Fittings
7) Service line installed by open cut
8) Connection to meter
9) Meter Box and Lid
10) Pavement removal
11) Excavation
12) Hauling
13) Disposal of excess material
14) Surface Restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid separately)
15)
16) Clean-up
17) Disinfection
18) Testing
New Bored Water Service
a. Measurement
1) Measurement for this Item shall be per each new Water Service complete in
place from the tap of the main to the installation of the meter box and
associated appurtenances where the service line is installed by trenchless
method.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Bored Water Service" installed for:
a) Various sizes
c. The price bid shall include:
1) Submitting product data
2) Tapping saddle
3) Corporation stop
4) Curb stop
5) Fittings
6) Service line installed by trenchless method
'7) Connection to meter
8) Meter Box and Lid
9) Pavement removal
10) Excavation
11) Hauling
12) Disposal of excess materiai
13) Surface restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid separately)
14) Clean-up
15) Disinfection
16) Testing
Water Meter Service Reconnect
a. Measurement
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcviscd April 26, 2013
South Main Street
City Praject No. 02113
33 12 (0-3
WATER SERVICES 1-INCH TO 2-INCH
Page 3 of 17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
n
1) Measurement for this Item shall be per each Water Meter Service
Reconnect complete in place from public service line connection to private
seivice line connection.
b. Payment
1) The work performed in conjunction with relocation of the meter, associated
private service line, fittings and meter box 5 feet or less in any direction
from centerline of existing meter location and the materials furnished in
accordance with this Item will be paid for at the unit price bid per each
"Water Meter Service, Reconnection" installed for:
a) Various size of services
c. The price bid shall include:
1) Private service line
2) Fittings
3) Private connection to water meter
4) Connection to existing private service line
5) Cut and crimp of existing service
6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter,
as directed by City
7) Pavement rernoval
8) Excavation
9) Hauling
10) Disposal of excess material
11) Surface restoration for area disturbed for installation of ineter box,
excluding grass (seeding, sodding or hydro-mulch paid separately)
12) Clean-up
13) Cleaning
14) Disinfection
15) Testing
Private Water Service Relocation
a. Measurement
1) Measurement for this Item shall be per linear foot of Private Service
relocation complete in place from the meter box to a connection to the
existing service line on private property.
b. Payment
1) The work performed in conjunction with Private Service Line installation
where the meter and meter boxes are moved more than 5 feet in any
direction from centerline of existing meter location and materials furnished
in accordance with the Item and measured as provided under
"Measurement" will be paid for at the unit price bid per linear foot of
"Private Water Service" performed for:
a) Various service sizes
c. The price bid shall include:
1) Obtaining appropriate permit
2) Obtaining Right of Entry
3) Submitting product data
4) Private service line
5) Fittings
6) Connection to existing private service line
7) Pavement removal and replacement
CITY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcviscd April 26, 2013
South Main Strcct
City Projcct No. 02113
33 (210-4
WATER SERVICES 1-INCH TO 2-INCH
Page 4 of 17
1
2
3
4
5
6
7
8
9
8) Excavation
9) Hauling
10) Disposal of excess material
11) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
12) Clean-up
13) Cleaning
14) Disinfection
15) Testing
10 1.3 REFERENCES
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. Definitions
1. New Service
a. Installation of new 1-inch to 2-inch Water Service Line by open cut
construction from the water main to the right-of-way, including corporation
stop, curb stop, fittings and water meter boxes complete in place, as shown on
the Drawings.
2. New Service (Bored)
a. Installation of new 1-inch to 2-inch Water Service Line by trenchless
construction method from the water main to the right-of-way, including
corporation stop, curb stop, fittings and water meter boxes complete in place, as
shown on the Drawings.
3. Meter Service Reconnection
a. Relocation and reconnection of the private service line from an existing meter
to be abandoned and a new meter installed that lies within 5 feet of the existing
meter.
4. Private Service Relocation
a. Relocation and reconnection of private service line behind the water meter
where the existing meter to be abandoned and the new meter installed is greater
than 5 feet of the existing meter. A licensed plumber is required to relocate the
private service.
5. Lead-free
a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25
percent lead in accordance with the reduction of Lead in Drinking Water Act
(P.L. 111-380).
B. Reference Standards
1. Reference standards cited in this Speciiication refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. A48, Standard Specification for Gray Iron Castings.
b. A536, Standard Specification for Ductile Iron Castings.
c. B88, Standard Specification for Seamless Copper Water Tube.
d. B98, Standard Speci�cation for Copper-Silicon Alloy Rod, Bar and Shapes.
e. C131, Standard Specification for Resistance to Degradation of Small-Size
Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
£ C 150, Standard Specification for Portland Cement.
CITY OF FORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Projcct No. 02113
Revised Apri( 26, 2013
33 12 10 - 5
WATER SERVICES (-INCH TO 2-iNCH
Page 5 of 17
1
2
3
4
5
6
7
8
9
10
3
4
5
g. C330, Standard Specification for Lightweight Aggregates for Structural
Concrete.
h. D883, Standard Terminology Relating to Plastics.
American Water Works Association (AWWA):
a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case.
b. C800, Underground Service Line Valves and Fittings.
NSF International (NSF):
a. 61, Drinking Water System Components - Health Effects.
Reduction of Lead in Drinking Water Act
a. Public Law 111-380 (P.L. 111-380)
11 1.4 ADMINISTRATIVE REQUIREMENTS
12 A. Scheduling
13 1. Provide advance notice for service interruptions and meet requirements of Division
14 0 and Division 1.
15 1.5 SUBMITTALS
16 A. Submittals shall be in accordance with Section Ol 33 00.
17 B. All submittals shall be approved by the City prior to delivery.
18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
19 A. Product Data, if applicable:
20 1. Tapping Saddle
21 2. Corporation stop
22 3. Curb Stop
23 4. Service Line
24 5. Meter Box
25 6. Meter Box Lid
26 B. Certificates and Test Reports
27 1. Prior to shipment of any Water Service components, the manufacturer shall submit
28 the following:
29 a. A Certificate of Adequacy of Design stating that the components to be
30 furnished comply with all regulatory requirements identi�ed in this Section
31 including:
32 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380)
33 2) AWWA C800
34 3) NSF 61
35 1.7 CLOSEOUT SUBMITTALS [NOT USED]
36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
37 1.9 QUALITY ASSURANCE
38 A. Qualifications
39 1. Manufacturers
CITY OF FORT WORTH South Main Strect
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 021 13
Rcvised April 26, 2013
33 12 10 - 6
WATER SERVICES 1-INCH TO 2-INCH
Page 6 of 17
1 a. Water Services shall meet ar exceed the latest revisions of AWWA C800, NSF
2 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the
3 requirements of this Specification.
4 1.10 DELIVERY, STORAGE, AND HANDLING
5
6
7
8
9
10
11
12
13
14
ff.�
�
A. Storage and Handling Requirements
1. Protect all parts such that no damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
2. Protect all equipment and parts against any damage during a prolonged period at the
site.
3. Prevent plastic and similar brittle items from being directly exposed to sunlight or
extremes in temperature.
4. Secure and maintain a location to store the material in accordance with Section O1
66 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER-FURNISHED PRODUCTS
19 A. Water meters for various sizes
20 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
21 A. Manufacturers
22 1. Only the manufacturers as listed on the City's Standard Products List will be
23 considered as shown in Section O1 60 00.
24 a. The manufacturer must comply with this Speci�cation and related Sections.
25 2. Any product that is not listed on the Standard Products List is considered a
26 substitution and shall be submitted in accordance with Section O1 25 00.
27 3. The Water Services and appurtenances shall be new and the product of a
28 manufacturer regularly engaged in the manufacturing of Water Services and
29 appurtenances having similar service and size.
30 B. Description
31 1. Regulatory Requirements
32 a. All materials shall conform to the Reduction of Lead in Drinking Water
33 Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other
34 appurtenances to be less than 0.25 percent lead.
35 b. Water Services shall meet or exceed the latest revisions of AW WA C800 and
36 shall meet or exceed the requirements of this Specification.
37 c. All Water Services components in contact with potable water shall conform to
38 the requirements of NSF 61.
39 C. Materials/Design Criteria
40 1. Service Lines
CITY OF FORT WORTH South Main Strect
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 02113
Revised April 26, 2013
33 l2 10 - 7
WATER SERVICES I-INCH TO 2-INCH
Page 7 of 17
1 a. Provide Type K Copper Tubing per ASTM B88.
2 b. Furnish in the annealed conditions, unless otherwise specified in the Contract
3 Documents.
4 2. Service Couplings
5 a. Fitting Ends
6 1) Flared Copper Tubing with thread dimensions per AWWA C800
7 2) Provide coupling nuts with a machined bearing skirt of a length equal to the
8 tubing outer diameter (O.D.).
9 b. Provide with hexagonal wrench grip compatible with the coupling size.
10 c. Provide lead-free service couplings in accordance with the Reduction of Lead
11 in Drinking Water Act.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3. Corporation stops
a. Provide brass castings per AWWA C800 for:
1) Bodies
2) Plugs
3) D washers
4) Bottom nuts
b. Machining and Finishing of Surfaces
1) Provide 1 3/4 inch per foot or 0.1458 inch per inch f 0.007 inch per inch
taper of the seating surfaces for the key and body.
2) Reduce large end of the tapered surface of the key in diameter by chamfer
or turning for a distance that will bring the largest end of the seating surface
of the key into the largest diameter of the seating surface of the body.
3) Relieve taper seat in the body on the small end.
4) Extend small end of the key there-through to prevent the wearing of a
shoulder and facilitate proper seating of key.
5) Design key, key nut and washer such that if the key nut is tightened to
failure point, the stem end of the key shall not fracture.
6) Design nut and stem to withstand a turning force on the nut of at least 3
times the necessary effort to properly seat the key without failure in any
31 manner.
32 7) Port through corporation stop shall be full size to eliminate turbulence in
33 the flow way.
34 8) Design stop for rotation about the axis of the flow passageway inside the
35 following minimum circles in order to properly clear the tapping machine:
36 a) Two 7/8-inch for 1-inch corporation stops
37 b) Four 15/16-inch for 1'/z -inch and 2-inch corporation stops
38 c. Provide lead-free corporation stops in accordance with the Reduction of Lead in
39 Drinking Water Act.
40
41
42
43
44
45
46
47
48
49
4. Curb Stops
a. Provide brass castings per AWWA C800.
b. Valve plugs shall be:
1) Cylinder type
2) Plug type, or
3) Ball type
c. Incorporate full flow porting.
d. Provide for fu11360 degree plug rotation clockwise or counter-clockwise.
e. Overall Length
1) 3-5/16 inch + 1/8 inch for 1-inch diameter
CITY OF FORT WORTH South Main Street
STANDARD CONST2UCTION SPECIF[CATION DOCUMENTS City Project No. 021 13
Rcviscd Apri126, 20 ( 3
33 12 10 - 8
WATER SERVICES I-INCH TO 2-INCH
Pagc 8 of 17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
E
�
f.
L
h.
2) 4-1/32 inch + 9.32 for 1-inch diameter
Cylindrical Plug Type
1) Provide O-ring seal at top and bottom.
a) O-ring at top only is acceptable if bottom of curb stop body is closed.
2) Seals shall be Buna N.
3) 1 O-ring seal shall surround the outlet port of the curb stop and act to
effectively seal in the closed position.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
Tapered Plug Type
1) Provide O-ring seal at top and bottom.
2) The tapered plug and cylindrical recess in the valve body shall be machined
to match within approved manufacturing tolerances.
3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U-
shaped seal rings backed with O-rings.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
Ball Plug Type
1) Provide double O-ring seals on the stem.
2) The ball shall seal against rubber rings mounted in the valve body at the
inlet and outlet ports.
3) The ball shall be bronze with a smooth Teflon coating.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
Provide lead-free curb stops in accordance with the Reduction of Lead in
Drinking Water Act.
Straight Adapters
a. Brass castings and threads per AWWA C800
b. Provide lead-free straight adapters in accordance with the Reduction of Lead in
Drinking Water Act.
Three Part Copper Unions
a. Brass castings and threads per AWWA C800
b. Provide lead-free Three Part Copper Unions in accordance with the Reduction
of Lead in Drinking Water Act.
7. Straight Meter Couplings
a. Brass castings per AWWA C800
b. Threads per AWWA C700
c. Tailpiece with outside iron pipe thread
d. Chamfer corners on threaded end of ineter nut.
e. Machine inside and outside of tailpiece.
f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of
Lead in Drinking Water Act.
CITY OF FORT WORTH South Main Strcct
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 02113
Revised April 26, 2013
33 l2 10 - 9
WATER SERVICES 1-INCH TO 2-INCH
Pagc 9 of 17
1 8. Branch Connections
2 a. Brass castings per AWWA C800
3 b. Inlet and outlet connections per AWWA C800
4 c. Provide lead-free branch connections in accordance with the Reduction of Lead
5 in Drinking Water Act.
6 9. Service Saddles
7 a. Castings
8 1) Brass or Nylon coated ductile iron castings per AWWA C800
9 2) Free of porosity with sharp edges removed
10 3) Fit contour of pipe as follows:
11
Minimum Outside Maximum Outside
Nominal Pipe Size Diameter of Pipe Diameter of Pipe
inches inches inches
1.50 1.900 2.000
2.00 2.375 2.500
2.25 2.875 3.000
4.00 4.900 5.000
6.00 6.900 7.100
8.00 9.050 9.300
10.00 11.100 11.400
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
4) Saddle
a) Form to fit firmly against side of maximum diameter of water main
with approximately 180 degrees wrap around.
5) Outlet
a) Design outlet boss for no thread distortion by bending moments.
b) Tapped for taper threaded corporation stop conforming to AWWA
C800.
b. Straps
1) Conform to ASTM B98.
2) Form flat to fit uniformly against the wall of the water main.
3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side.
4) Straps shall be threaded 5/8 inch (11-NG2A) for a distance such that'/2
inch remains after clamp is fully tightened on the pipe.
5) Chamfer strap ends to protect the starting threads.
6) The threads shall be full and free from shear.
7) 4-inch and larger pipe shall be in accordance with Section 33 12 25.
8) Single straps are allowed for Saddles for pipe 2-inches in diameter and
smaller.
c. Nuts
1) Bronze material
a) Same material as straps
2) Dimensions equal to or larger than heavy hexagon nuts
3) Tapped 5/8 inch (11-NC-2B)
d. Gaskets
1) Neoprene rubber material
2) Cemented to saddle and positioned to facilitate installation
CITY OF FORT WORTH South Main Strect
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 021 13
Rcviscd April 26, 2013
33 12 10 - 10
WATER SERVICES 1-INCH TO 2-INCH
Page 10 of 17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
10. Brass Flanged Angle Valve
a. For 1'/2-inch and 2-inch services
b. Brass castings per AWWA C800
c. Valve Body with integral outlet flange and inlet wrenching flat
d. Fit together key and body by turning key and reaming body
1) Key with O-ring seal seat at the upper end
2) Lap key and body seat are to conform to corporation stop requirements of
this Specification.
3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in
flange gasket surface.
4) Drop-in flange gasket surface shall contain gasket retaining grooves milled
circular about the axis of the flange.
5) The size of the outlet flange and the diameter and spacing of the bolt holes
shall conform to AWWA C700.
6) The flange on 2-inch angle valves shall be double drilled to permit
connection to 1 '/2 -inch meters.
7) The inlet port of the valve shall be tapered to conform to AWWA C800
taper pipe thread.
8) The key cap shall include a wrenching tee marked with a raised or recessed
arrow to show whether the valve is open or closed.
9) Valve Assembly (main body, key, key cap)
a) Brass material per AWWA C800
b) 0.ring seal on the top of the key between the key and body seat
c) Key cap shall complete the assembly by attaching to the key by means
of a strong bronze pin with phosphor bronze spring washer(s)
depressed between the key cap and the top of the valve main body.
d) Provide with padlock wings for locking the valve in the closed position.
e) There shall be a uniform application of cold water valve grease
between the body and the key.
� The valve shall be capable of being easily opened and stopping lugs.
g) The waterway through the valve shall be smooth and rounded for
minimum pressure loss, and shall be free of burrs or fins.
h) The valve shall be strong, well designed, neat in appearance, water-
tight and entirely adequate for the intended purpose.
i) Provide with either a high quality rubber drop-in gasket or an O-ring
seal depending on the manufacturer's flange seal surface design choice.
e. Provide lead-free brass flanged angle valves in accordance with the Reduction
of Lead in Drinking Water Act.
11. Meter Boxes shall:
a. Be constructed of:
1) Linear Medium Density Polyethylene (LMDPE) as defined in
ASTM D883.
a) Minimum wall thickness of 3/8-inch throughout with no blowing
agents or foaming plastics
b) Polymer body shall be black throughout and shall have a molded
recycled emblem with a minimum of 35 percent Post Industrial/ Pre
Consumer Recycled Content- verified with a Leed Product
Documentation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS
Revised April 26, 2013
South Main Street
City Project No. 02113
33 12 l0 - 11
WATER SERVICES 1-[NCH TO 2-INCH
Pagc 11 of 17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
b.
c.
d.
e.
f.
c) Smooth edges and corners and be free from sharp edges so the unit can
be handled safely without gloves.
d) Exterior free from seams or parting lines
e) Not to be installed in roadway — designed to withstand loading in non-
deliberate and incidental traffic only.
2) Concrete
a) Frame of No. 6 gauge wire welded closed
b) Type I or Type II Portland cement, in accordance with ASTM C150,
portioned with lightweight aggregate, in accordance with ASTM C330
(1) Percentage of wear not to exceed 40 per ASTM C131
(2) Minimum 28 day compressive strength of 3,000 psi
Be able to withstand a minimum 15,000 pounds vertical load
Withstand a minimum 400 pounds sidewall load.
1-inch Standard Meter Box
1) For use with services utilizing 5/8-inch x'/a-inch, 3/a-inch or 1-inch meter
Single or Dual service meter: DFW38C1PS-14-BODY or approved equal.
2) Polymer
a) Size: 21-1/2-inch x 20-1/2-inch Box, 14 inches high
b) Minimum inside working room: 19-1/2-inch x 16-1/2-inch
c) Pipe slots
(1) One pipe slot molded on the inlet end of the body that measures 2-
1/4-inch x 3-1/4-inch and one pipe slot on the outlet end of the
body that measures for 7-1/2-inch center "U" Branch.
d) Polymer body shall have a 1-inch bottom flange to resist settling of box
after installation.
3) Concrete
a) Size: 11-inch x 18-inch Box, 12 inches high
2-inch Standard Meter Box
1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter:
DFW1730C-12-BODY or approved equal.
2) Polymer
a) Size: 34-1/8-inch x 21-1/4-inch Box, 12 inches high
b) Minimum inside working room: 31-3/4-inch x 16-5/16-inch
c) Pipe Slots
(1) One pipe slot molded on each end of body that measures 3-inch x
4-inch with optional molded 4-inch x 9-inch cut out.
d) Polymer body shall have a molded '/Z-inch bow centered on sidewall to
resist bacicfilling per Drawings.
e) Polymer body shall have a 2-1/2-inch bottom flange to resist settling of
box after installation.
3) Concrete
a) Size: 15-1/4-inch x 26-7/8-inch Box, 12 inches high
Bullhead Standard Meter Box
1) For use with services utilizing two 5/8-inch x 3/a-inch or 3/a-inch or 1-inch
Single service meter: DFW37C-12-BODY or approved equal
2) Polymer
a) Size: 21-inch x 14-3/4-inch, 12 inches high
b) Minimum inside working room: 19-1/8-inch x 10-7/16-inch
c) Pipe Slots
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Reviscd April 26, 2013
South Main Strect
City Project No. 02113
33 12 10 - 12
WATER SERVICES I-INCH TO 2-INCH
Page 12 of 17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
(1) One pipe slot molded on each end of body that measures 2-1/4-inch
x 3-1/4-inch.
d) Polymer body shall have a 1-inch bottom flange to resist settling of box
after installation.
3) Concrete
a) Size: 15-5/8-inch x 15-5/8-inch Box, 12 inches high
12. Meter Box Lid
a. Cast Iron or Ductile Iron
1) Per ASTM A48, Class 30B or ductile iron per ASTM A536
2) Shall withstand a minimum vertical load of 15,000 pounds
3) Coat castings with a bituminous emulsified asphalt unless otherwise
specified in the Contract Documents, ground smooth, and cleaned with shot
blasting, to get a uniform quality free from strength defects and distortions.
4) Dimensions shall be within industry standards of �U16 inch per foot.
5) All castings will bear the Manufacturer's IS (name or logo) and Country of
Origin.
6) Casting weights may vary f5 percent from drawing weight per industry
standards.
b. Plastic
1) The lid shall be:
a) Constructed of Engineered Plastic as defined in ASTM D883
(1) Polymer Lid shall be black throughout and shall have a molded
recycled emblem with a minimum of 50 percent Post Consumer
Recycled and 50 percent Post Industrial/ Pre Consumer Recycled
Content- verified with a Leed Product Documentation.
(2) Polymer Lid shall be black throughout with no blowing agents or
foaming plastics
(3) Smooth edges and corners and be free from sharp edges so the unit
can be handled safely without gloves.
(4) Exterior free from seams or parting lines.
(5) Polymer lid shall have a molded tread-pattern- tread dimensions
shall be .188-inch x.938-inch x.150-inch deep.
(6) Polymer Lid shall have "City of Fort Worth" molded into the lid.
(7) Polymer lid shall have "Water Meter" molded into the lid- Font
shall be std Fadal CNC font with 1-inch characters x.150-inch
deep.
(8) Polymer Lid shall have a molded pick hole pocket- dimensions
shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304
stainless steel rod.
(9) Polymer lid shall have 2 pieces of'/2-inch rebar located in lid
pockets for locatability as shown in Drawings.
b) Domestic Manufacture Only-Made in USA molded on Lid.
c) Not to be installed in roadway-designed to withstand loading in non-
deliberate and incidental traffic only.
d) Able to withstand a minimum 15,000 pounds vertical load
e) Engineered Plastic with ultraviolet protection.
2) 1-inch Standard Plastic Meter Box Lid
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
South Main Strcct
City Projcct No. 02113
33 12 10 - 13
WATER SERVICES 1-INCH TO 2-INCH
Pagc 13 of l7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
a) For use with services utilizing 5/8-inch x 3/a-inch, 3/4-inch or 1-inch
meter Single or Dual service meter: DFW38GlEPA FTW-LID or
approved equal.
b) Size: 18-inch x 17-inch, 2 inches high
c) For use with Class A Standard Meter Box DFW38C1PS-14-BODY or
approved equal.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
3) 2-inch Standard Plastic Meter Box Lid
a) For use with services utilizing 1-1/2-inch or 2-inch Single service
meter: DFW 1730G 1 EPA FTW-LID or approved equal.
b) Size: 34-1/8-inch x 21-1/4-inch, 12 inches high
c) For use with Class B Standard Meter Box DFW1730C-12-BODY or
approved.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box. '
4) Bullhead Standard Plastic Meter Box Lid
a) For use with services utilizing two 5/8-inch x 3/a-inch or 3/4-inch or 1-
inch Single service meter: DFW37C-IEPA FTW-LID or approved
equal.
b) Size: 17-3/4-inch x 11-inch, 1-3/4 inches high
c) For use with Class C Standard Meter Box DFW37C-12-BODY or
approved equal.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
13. Horizontal Check Valve
a. Equip 1'/2-inch and 2-inch Water Services with a horizontal check valve, with
pipe plug, only if specified in the Drawings.
b. If an existing backflow preventer is present, the Contractor is to leave it, and is
not required to provide an additional horizontal check valve.
c. Provide lead-free horizontal check valves in accordance with the Reduction of
Lead in Drinking Water Act.
14. Service Marker
a. 3 inch wide, 5 mil blue vinyl tape
35 2.3 ACCESSORI�S [NOT U5�D]
36 2.4 SOURC� QUALITY CONTROL
37
38
39
40
41
42
43
44
45
46
47
A. Tests and Inspections
1. At the City's option, the manufacturer shall be required to provide certification
records showing conformance of materials, design and testing to these
Specifications.
2. The test procedures shall conform to AWWA C800.
a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the
test shall be at the expense of the supplier.
b. Proof testing of the remainder of the valves shall be at the cost and
responsibility of the supplier.
c. These tests will be the basis of acceptance or rejection of the remainder of the
shipment by the City.
CITY OF FORT WORTH Soudi Main Strcet
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Rcviscd April 2(, 2013
33 12 10 - 14
WATER SERVICES 1-INCH TO 2-INCFI
Pagc 14 of 17
1
2
3
4
5
6
7
8
9
3. The City reserves the right to select products at random for testing. The failure of
materials to conform to the applicable Specification may result in the rejection of
the entire shipment.
B. Marking
1. Service saddle castings shall be clearly marked by letters and numerals cast thereon
showing:
a. Manufacturer's name
b. Type
c. Size of Pipe
10 PART 3 - EXECUTION
11 31 INSTALLERS
12 A. A licensed plumber is required for installations on the outlet side of the service meter.
13 3.2 EXAMINATION [NOT USED]
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
l. Install Water Services and appurtenances in accordance with AWWA C800.
2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75
feet or wider, or where shown on Drawings.
3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless
otherwise shown on the Drawings.
4. Instail services at a minimum depth of 36 inches below final grade/proposed top of
curb, unless otherwise specified in the Contract Documents.
5. Perform leak tests in accordance with Section 33 04 40.
6. Replace existing'/4-inch Service Lines with 1-inch new Service Line, tap, and
corporation.
7. Install replaced or relocated services with the service main tap and service line
being in line with the service meter, unless otherwise directed by the City.
8. Excavate, embed and backfill trenches in accordance with Section 33 OS 10.
B. Handling
1. Haul and distribute Service Lines fittings at the project site and handle with care to
avoid damage.
a. Inspect each segment of Service Line and reject or repair any damaged pipe
prior to lowering into the trench.
b. Do not handle the pipe in such a way that will damage the pipe.
2. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after
the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Service Line Installation
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Projcct No. 02l l3
Rcvised Apri126, 2013
33 12 10-15
WATER SERVICES 1-INCH TO 2-[NCH
Page IS of l7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
1. Service Taps
a. Only ductile iron pipe may be directly tapped.
b. Install service taps and/or tap assemblies of the specified size as indicated on
the Drawings, or as specified by the Engineer.
c. Perform taps on a water system that is either uncharged or under pressure.
d. Taps consist oi
1) For Concrete Pressure Pipe or Steel Pipe
a) Standard internal pipe threaded holes in the pipe walls
(1) Made during pipe fabrication
(2) Provide tapered threaded outlet with nylon sleeved inserts for up to
2-inch.
(3) Provide flange outlet with flange to thread insulator adaptor kits for
4-inch and larger taps.
2) Other pipe materials
a) Bronze service clamp with a sealed, threaded port through which the
pipe wall is drilled to complete a service port
e. Tap Assemblies
1) Consist of corporation stop with iron to copper connection attached to:
a) Copper tubing terminating as shown on the City's Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d) When required, shall be included in the unit price bid for installing gate
valve.
2) Chlorination and testing purposes
a) No separate payment will be made for taps required for testing and
chlorination.
27 2. Installation of Water Services
28 a. Install tap and Service Line in accordance with City Details.
29 b. Install meter box in accordance with City Details.
30 1) Adjustment of the Service Line to proper meter placement height shall be
31 considered as part of the Meter Box installation.
32 3. Trenching
33 a. Provide a trench width sufficiently wide to allow for 2 inches of granular
34 embedment on either side of the Service Line.
35 4. Bored Services
36 a. Services shall be bored utilizing a pilot hole having a diameter %2 inch to'/a
37 incheslargerthan the Service Line.
38 5. Arrangement
39 a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and
40 other associate appurtenances as shown in the City Detail, and to the approval
41 of the Engineer.
42 6. Service Marker
43 a. When Meter Box is not installed immediately subsequent to service installation:
44 1) Marlc Curb Stop with a strip of blue vinyl tape fastened to the end of the
45 service and extending through the backfill approximately 6 inches above
46 ground at the Meter Box location.
47 b. Installation of service taps only:
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 02113
Revised Apri126, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
m
17
18
19
20
21
22
23
24
25
26
27
28
29
33 12 10 - 16
WATER SERVICES 1-INCH TO 2-INCH
Pagc 16 of 17
1) Attach service marker tape to the corporation stop or plug and extend
upward and normal to the main through the backfill at the adjacent trench
edge to at least 6 inches above ground to flag the tap location.
7. Corporation stops
a. Fully open corporation stop prior to backfiil.
D. Removal of Existing Water Meters
1. Remove, tag and collect existing Water Service meter for pickup by the City for
reconditioning or replacement.
2. After installation of the Water Service in the proposed location and receipt of a
meter from the City inspector, install the meter.
3. Reset the meter box as necessary to be flush with existing ground or as otherwise
directed by the City.
4. All such work on the outlet side of the service meter shall be performed by a
licensed plumber.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Check each Water Service installation for leaks and full flow through the curb stop
at the time the main is tested in accordance with Section 33 04 40.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcvised April 26, 2013
South Main Strcet
City Project No. 021 13
33 12 10 - 17
WATER SERVICES 1-INCH TO 2-INCH
Pagc 17 of 17
Revision Log
DATE NAME SUMMARY OF CHANGE
Added Blue Text for clarification
1.2 A. — Revision to items included in price bid
Specification modified to be in accordance with the Reduction of Lead in Drinking
12/20/2012 D. Johnso❑ Water Act — All materials shall be lead free in accordance with this Act.
' 1.2.A.3 — Water Meter Service Relocate was renamed Water Meter Service
Reconnect
1.6.B. — added certification submittals for compliance with regulatory requirements
Added the phrase `, including grass' to lines;
Part 1, 1.2.A.1.c.14, Partl, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.1 l,
2/13/2013 F. Griffin Partl, 1.2.A.4.c.11
Added the phrase `and replacemenY to line Part 1,1.2.A.4.c.7
Revised lines with `including grass' replacing with `excluding grass (seeding,
4/26/2013 F. Griffin sodding or hydromulching paid separately)'
Included in Part l, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, ll;
Part l, 1.2, A, 4, 2, 1 I
CITY OF FORT WORTH South Main Strcet
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 02l 13
Reviscd April 26, 2013
33 l2 20 - 1
RESILIENT SEATED (WEDGE) GATE VALVE
Page 1 of 9
1
2
SECTION 33 12 20
RESILIENT SEATED (WEDGE) GATE VALVE
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
1
12
13 ,
14
15
16
17
18 1.2
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Section Includes:
1. Resilient Seated (Wedge) Gate Valves 4-inch through 30-inch for use with potable
water mains
a. 30-inch and larger valves will be equipped with an integral bypass
B. Deviations from this City of Fort Worth Standard Specification
1. 16" gate valves are to be constr�ucted by direct bury with no vault as indicated on
the plans. Refer to 12 " gate valve detail 33 12 20-D126
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 11 OS — Bolts, Nuts, and Gaskets
4. Section 33 11 10 — Ductile Iron Pipe
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Gate Valve
a. Measurement
1) Measurement for this Item shall be per each.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Gate Valve" installed
for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing Gate Valves with connections as specified in the
Drawings
2) Valve box
3) Extension
4) Extensions for valves in vaults
6) Petrolatum tape for connections to steel flanges
7) 2-inch risers (for 16-inch and larger gate valves)
8) Isolation kits when installed with flanged connections
9) Polyethylene encasement
10) Pavement removal
11) Excavation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rcviscd Deccmber 20, 2012
South Main Strcet
City Projcct No. 02113
33 1220-2
RESIUEN'I' SGA'1'Lb (1VBDOB) CiATE VALVG
Page 2 of 9
1
2
3
4
5
6
7
8
9
10
l]
12
13
�a
15
IG
1�
18
19
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
3G
37
38
39
40
�
12) I-Iauli�tg
13) Disposal of eYcess material
14) Fiu�uishiug, placement and compaction of embedment
15) Furnishiug, placementi ��xl comp�ctioii of backfill
16) Clea�i-i�p
17) Cle�ttiittg
18) Disittfectioi�
19) Testiitg
Cut-in Gate Valve
a. Measuremeiit
1) Measureiiieut foi• this Item sh�ll be per eaclt.
b. Pzyment
1) The �vork perfor►ned and tl�e ulaterials fiu�nished in accordance �vitlt tliis
Item shall be paid for at the imit price bid per each "Cut-iu G�te Valve"
iustalled for:
a) Various siz.es
c. Tlie price bid shal) incit�cle:
1) l�uruishing and it�stalling Gnte Vah�es with connectians �s specified in the
Drawin�s
2) System de�vatering
3} Conuectioi�s to e�+isting pipe mate►•i�ls
4) Valve boy
5) Exteiisioii
b) EYteiisions fot• valves in vaults
7) Valve va�ilt a►id appui�te�ianees (for 16-iiieh �ncl lai�gec gate vllves)
8) Petrolatuu� t�pe for connections to steel flar�ges
9) 2-i�tch risers (fo�' 16-inc)t and I�rge�' gate vllves)
10) Isotation kits �vhen instelled n�itl� flanged connections
11) Vatve vault and appui•teuances (foc 16-inch and lacget� gate vaives}
12) Polyethylene enc�sement
13) P�vement removal
14) Excavatio�i
I S) 1-�aiiliiig
LG) Dis�osal of excess �i�aterial
17} Furuisliiug, placenie��t and coanpaction of embedinent
18) Fiirnishi�ig, plaeetuent end compactio�i of backfill
19) Clean-up
20) Cleaui�ig
21) Disinfectiou
22) Testiug
41 1.3 R�F�It�NC�S
42 A. Abbreviltions and Acronyms
43 L NRS --Nan Rising Stem
44 2. OS&Y -- Outside Scre�v end Yoke
4S B. Reference Standards
CITY 0[' I�ORT 1VORTH South Mnin Strcct
STANDARD CONSTRUCT[pN SPL:CIFICA'CION DOCUMENTS Citp Project No. 02 t 13
Revised Bcccmber 20, 2012
33 12 20 - 3
RL•'S1LiF.NTSEATED (\VLDGE) CiATB VALVF,
Page 3 of 9
l
2
3
4
S
G
7
8
9
10
11
12
13
1G
1S
I6
l'7
18
19
20
21
22
23
24
25
2G
27
28
29
3Q
31
1. Reference staudarcts cited in this Speci%catiou ��efer to the current refereiice
sta►idard publist�ed �t the time of the latest revisian date (og�ecl at the eiid of tl�is
Specification, ui�less a date is specifically cited.
2, Ame��ican Association of State Nigh�vay anci Transportation Ofticials (AASHTO).
3, American Society of Mechanical Bngineers (ASME):
a. I31 G.1, Gray Iron Pipe Flauges aiid Flanged Fittings (Classes 25, 125, a�id 250),
4. American Iron 1nd Steet Institute (AISI).
S. ASTM Inteciiatianal (ASTM):
a. A48, Standncd Speciiicetioi� foi• G►•ay Ii•o�i Castings.
U. A2�2, Standard Specification for High-Strengtl� Lo�v-Ailoy SYructural Steel.
c. A307, Staudard S��ecification for Carban Steel I3oits and Studs, G0,000 psi
Tensile Stre��gtl�.
d. A536, Standard Speci�cation for Ductile Ii•on Castings. ,
e. B 117, Standard Pcactice for O�erating Salt Spray (Fog) Apparatus.
f, B633, Sf�udard Specificatioiz for Electrodeposited Coatings of Zinc on Icon and
Steei.
6. American Water Works Assaciation (AW WA);
a. C509, Resilient-Seated Gate Valves for Water Supply Service.
6. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service.
c. C554, P►•otective Tilteriot• Coatiiigs for Vatves ntid Hydra�its.
d. C900, Polyviuyl Cllloride (PVC) Pressure PiC�e and Fabricated Fittiiigs, 4 IN
tln�ougli 121N, for Water Transmission and Distribution.
7. American Water Works Associatiot�/Autecican National Stanciards Institute
(A�VWA/ANSI): �
a, C105/A21.5, Polyethylene Encasement foc Ductile-Iron Pipe Systems.
b. Cl 11/A21.11, Rubber-Gasket Joiuts for Duatile-Iron Pressut•e Pipe and
Fitti�igs.
c, C115/A21.15, Flau�ed Ductile-Iron Pi��e �vith Ductile-Iron or Gj�ay-Icon
Thraaded Flanges.
8. NSF Interuational (NSF),
a, 61, Drinking Watec System Componenfs - Heatth Effects.
32 I.4 ADMINISTRATN� R�QUIRCMENTS [NOT USED]
33 1.5 SUBMITTALS
34 A, Submittals shall be in accordauce tivith Section 41 33 00.
35
3G
37
38
39
40
4t
42
43
B. All submitt�ls shall be approved hy ihe City prior ta delivety.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
1. Resiliei�t Seated (Wedge) Gate Vah�e aioting the pressure rating and coating system
supplied, inch►ding:
a, Dititensians, weights, material list, and detailed drawings
b, Joint ty�e
c, Maainxun torque reco�nmended by tlie ma►iufacturer foe tlie valve size
2. Polyethyleue encase►nent and tape
CCTY OF FOR'f \VORTH
STANDARb CONSTRUCTION SPF.CIFICA'1'IOiV DOCU�4ENTS
Revised December 20, 2012
SotiQ� A4ain Street
City Projcct No. 02113
331220-4
RGSILIENT SEAT�D (15'�DGE) GATE VALVF
Page Q o('9
1
2
3
4
5
G
7
8
9
l0
11
12
I3
iq
a. Whether the filui is linear lotiv density or high densit}� c��oss linlcec( polyethyleue
b. The fhiekuess of fl�e filnt pi�ovided
3. Tl�rust Restraint, if i•equired by contr�ct Docu�uei�ts
a. Retainer gla�tds
b. Thri�st haritesses
c. Any other means
4. Insfructians for �eld reE�aic of fusion bonded epo�y coating
5. G�skets
�. Cea�tificates
l. Ftu•nish an aftid�vit certifyin� thnt �ll Resiliant Seatect (Wedge} Gate Valves meet
the provisions of tl�is Section, each valve meets Specificatious, all inspections have
been made and tli�t all tests have been pecformed iia accord�uce �vith AWWA C509
or AWWA C515.
2. Fiu�uish 1 cei�tific�►te statiitg th�t bui•ied bolts a�id nirts conform to ASTM B 117.
1 S 1.'1 CLOS�OUT SUBMITTALS [NOT US�D]
i G 1.8 MAINT�NANC� MATEItIAL SUBMITTALS [NOT US�D]
17 19 QUALITY ASSURANC�
18 A. Qtialifications
19 1. Manufachirars
20 a. Valves I6-iueh and largar shall be the product of 1 manufacturer for each
21 project,
22 I) Chhuge ocdei•s, specials aiid field ch�uges may be p�•ovided by a ctiffereiit
23 inam�facturer upon City approval,
24 b, For v�lves less than 16-iuch, valves of eacli size sl��ll be the prodi�ct of I
2S mflnufactucer, unless approved by tlie City.
2G 1) Change orders, specials �ud field changes niay be provided by a different
27 mluufactucer t�pon City approv�tl.
28 a Valves slialt n�eet or eaceed AWWA C509 or AWWA CS15,
29 d. Pa• v�lves equippecl �vith a Uypass, the by�ass valve mitst be of tlie s�itie
30 i�ianufacturer es the iii�iu va(ve.
3 l e, Resilieitt Seated G�te Valves s(inll be ile�v �nd tlie E�i•oduct of a n�anufactucer
32 regul�rly engaged in tlie maslufacturiiig of Resilie�it Se�fed Gate Velves havirl�
33 siinilar service and size,
34
35
36
37
38
39
40
4t
42
1.1Q DELIV�RY, STORAG�, AND HANDLING
A, Stoi�age aud Handling Require►nents
1. Frotect al) E�arts so that ��o d�mage or deteriarntion �vill occur clui�ing � pcolon�ed
delay fi�oin the time of shipmeut ui�til i►�st�llatiou is co�npleted aud the u��its aud
enuipinent ace ready for o�er�tion.
2. Protect all equipnient �nd ��arfs agaiust any damage ducing a prolonged period at the
site.
3. Protect the finished surflces of al( exposed flauges by �vooclen blank flanges,
sh•on�ly built and sectu�ely bolted thereto.
Cl"CY OF FORT WORTH South Main Strect
S7'AtJDARD CONS'f2UCT1UN SPF.CtFICATION UOCUMEN'1'S City f'roject No. 02113
Revised December 20, 2012
33 12 20 - 5
RF;SILIENT SlA'fED (�VEDGE) UATE Vi\LVE
P�gc 5 of 9
1 4. Protect finislieci iro�i o►• steel sui•faces not painted to pi•evenf �'USt 3li(I COl'i'OSt011.
2 S, Prevent pl�stic aiid similac bi•ittle items fi•om bei�ig dii•ectly eaposed to suiilight oi•
3 e�tremes in temperature.
4 6. Secure and maintain a location to stoce the material i» accordaiice �vit(i Section O1
5 66 00,
G 1.11 F1�LD �SITE] CONDITIONS jNOT USEDJ
7 1.12 WARRANTY
8 A. Manufactnrer Warranty
9 l. M�»ufact�arer's Wa��ra�tty shail be itt accordance �vitlt Division 1.
] 0 1'ART 2 - PRODUCTS
i�
12
2.I OWN�R-FURNISH�D [oit) OWN�lt-SUPPLI�D PRODUCTS [NfJT US�D]
2.2 EQUIPMENT, PRODUCT TYP�S AND MAT�RIALS
I3 A. Manufactu�•ecs
14 l. Only the mauufactiu�ers as listed on the City's Standard P��oducts List �vill be
t5 consideced as sho«�n in Section O1 60 00.
16 a. The manufacturer must camply �vith this Specifieation and related Sections.
I7 2, Aiiy peoduct tliat is iiot listed on the St��idacd Pi•oducts List is co�isidered a
18 substittltion aiid slaall be submitted iii accocdance �vitlt Sectioti 01 25 40.
19 B. Descri�tioli
2� 1, Regulato►y Requirenients
21 �. Valves shall be ne�v and meet or e.cceed AW WA C509 0�• AVVWA CS 15 and
22 sliall meet or exceed the requiremeiits of tliis Specificatio3i.
23 b. All valve compo�ients iii contzct �vith potaUie �vatec• shall coilforl�� to the
24 require�iieirts of NSF G1.
25
2b
27
28
29
30
31
32
33
34
35
3G
37
38
39
4Q
C. Materials
1. Valve Body
a. Valve body: ductile iro» per ASTM AS36
U. Flangecl ends; Ftirnish in accordance �vith AW WAIANSI C I 15/A2 I,1 S,
c. Mechanical Joints: Fu►•nish �vith outlets wllicli coiiform to AWWA/ANSI
Clll/A21.11.
d, V�lve iiiierios• and exterioi• surfaces: fusio�i bonded epo�y coated, minituum 5
mils, meeting A�VWA CSSO rec�uiremeuts
e. Btn•ie<t vaIti�es: Provide �vitli polyetliylene e�icasement i« accordance �vith
AWWA/ANSI C105/A21.5.
l) Polyeti�yleue ei�easement: Furnish in �ccocd�nce witli Seetion 33 11 10.
2, Wed�e (Gate)
a. Resilient wedge: �•lted at 250 psig cold �vater �vorking pressure
b. The �vedge (gate) fa►• all valve sizes shall be I piece, fiilly encapsulated �vith a
permanently bonded EPllM rubber.
3, Bypass
Cl7'Y OF FOR'I' �VORTH
S1'ANDARD CONS7'RUCTIOtJ SPC;CIFfC�1T10N DOCU�tEN'PS
Rcvised llecember 20, 2012
South Main Street
City Project I�o. 021 t3
33 12 20 - G
RF.SILIENT SEA'1'LD (1VGDGE) GATE VALVL'
Page ( of 9
1
2
3
4
S
G
�
8
9
10
lI
12
13
14
(5
16
17
18
19
20
2t
22
23
2�
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
4.
5.
6,
7.
a, 30-incl� gate valves require an integcally c�st bypass oii the body of the valve.
1) Orieut the by�ass on tl�e same side of ihe �ate valve as the spur gear to
allo�v ope►�atiorl of Uotli v�ivas fi•om tlie uianitole opeiiing.
Gate Valve Bolts �ud Nuts
a. Bo�u�et, Stuffi�►g Box and Ge�c Bos - He� l�ead bolt, n�id Lie:c iiut: Steel ASTM
A307 Gr. B, Zinc Plafe pecAS'I'M 8633, SC3 for nou-burieci secvice (4-i�icl�
throu�li 12-inch vTlves) or as s��eci�ed in 2,2,C.�.b,
b. Hex head bolt and laex iiut: AISI 304 stainless steel for• buried secvice (a(I
sizes) and for valves 1 b-incl� tlu•ough 36-inch (i�on-bui�ied service)
Bolts �nd Nuts
a, Mech�nical Joi��ts �
1) Yrovide bolts a�id nuts in accordance �vitli Seetion 33 11 05.
b. Flanged Buds
1) Meet requiren�ents afAWWA C115 oc AWWA C207 depending on pipe
matei�i�l.
2) Provide bolts attd nttts in �ccordance with Sectiou 33 11 O5.
3) Flanged isolation kits shall be provided wheii connecting to burieci steel or
eoncrete pressuee pipe. I<its sl►a(I coni'orm to Section 33 04 10,
Joints
a. Va(ves: flaiiged, oc mec(iat�ical joint oi• any coi»bi�latioii of ttiese �s specifiecl
oii the Di•a�vings or iu the project Specificatio�is
1) Flanged jaints: AWWA/ANS1 Cl 15/A21. I 5, ASME B 16.1, Class 125
a} Flange bolt cireles and bo(t (ioles shall ivatch tliose of ASME B 16.1,
Class I25.
b) Fie(d fabricated flanges are peohibited.
2) Steel o�• concrete pressuce pipe
a) Use flange joiiits w�less otliec�vise specified in the Contract
Doctaments.
3) Diictile Iron or PVC pressuce pipe
a} Use mechanical joints �vith mecl�aitically cestr�ined retaiuer glancls
unless otlier�vise speci�ed in tlie Contract Doct�ments.
Operati�ig Ntits
a, Supply foc buriecf seivice valves
b. 1-I5/16�incli sqtiare at tlie top, 2-incl� at tlie base, anci 1-3/4-i,�cli liigt�
a Cast �u arrow sltowing the direction of openiu� �vith the �vord "OP�N" o» the
aperatiiig �iut base.
d. To ope►t, tlie operati�ig nl►t sl�all be turned to tlie RIGHT (CLOCitWISE)
direction.
e. Conuect the operating nut to the shaft tivith � shea►• pin th�t preveuts the nut
fi•om trairsfert•ing torqae to thaE shaft or the �e�r bo:c th�t exceeds the
manufacture��'s cecommeuded toz•que,
f. Furnisl� lt��id�vi�eel operators foi� ��on-Uucied service, or �vhen sho�vii in tlte
Draiviugs.
$. Gearing
a. Gate valves that �re 24 inct� and larger: Equip �vith a spur gear.
b. Bevel gears for horizontally mounteci valves are not aflo�ve<l.
CITY OF rOR`C 1VORTH
STANDARD CONSTRUCTION SYECfFICATIOt�! DOCUr4L;NTS
itevised Decanbcr 20, 2012
So�Uh Ntt�iu Strcet
City Project No. 021 ! 3
331220-7
RESTLIENT SGA'1'GU (1Vf DGE) GATE VALVL'
Y�ge 7 of 9
1 c, Tl�e sjn�r gear shall be desigi�ed and sapplied by the mai�ufacturer of tlie valve
2 as an integcai part of the gata valve.
3 9. Gaskets
4 a. Provide gaskets i�i accordaiice �vitii Sectioii 33 11 O5.
5 2,3 ACC�SSORI�S
6
7
8
9
10
I1
12
13
14
IS
1G
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
A. Al( gate valves sl�all liave tfie following accessories provided as pai�t of tlie gate vatve
installation:
1. A keyed soiid eatension stem of suf�cient length to bring the ope�•atiug nut up to
�vitliiil 1 faot af tlie surface of the grot►nd, wltett the operating titit on tl�e g�te valve
is 3 feet or more beneatli the surface af the grounct. Ettension Stems ace:
a, Not required oii City stock orders
b, Not to be bolted or attached to fhe valve-operatiug nut
c. To be of cold rolled steel with a cross-sectional area of 1 square iuch, �ttiug
loosely e�ioug(i to allo�v c{eflection
2. Ftuuisl� joint eflmponents such as gaskets, glands, lubricant, botts, and nuts iu
sufiicient qu�ntity for assembly of eacl� joi�it.
3. Cast Iron V�lva BoYes: provide far buried service gate ��alves, cast i��on valve
bo�es and covei•s
a. Each valve boa foc 4-iucli tllroagh 12-i�ich valves sha[1 be 2-piece, S'/�-inclt
shafts, screw type, consisting of a top section and a bottom section.
b. Valve boYes shall be as listed iu the City of Fort Wortl� Siandard Products List
in attached in Seetion O1 60 Q0,
c, Valve bo� covei�s shal( be so designed tl�at thay can be easily removed to
provide access to valve oper�tiiig ��i�t.
d. Vafve Uox co��ers must be desigued to stay ir� position and resist c{amage under
AASHTO HS 20 traf�c laads.
e. �ach caver sllall be casted �vitti the �vord "WATER" or "RECLAIMED" in
raised le�ters on the upper sw•face.
f, Cast iron valve boxes and covers shall co»form to ASTM A48, Class 35B.
t) Valve box cove�•s shall be rauud for potable �vater applications and square
for reclaimed �vater applic�tioi�s.
32 g. Bax extension u�aterial sh�ll be AWWA C900 PVC oi• ductile ico�i.
33 2.4 SOURCE QUALITY CONT120L [NOT US�D]
34 PART 3 - �XECUTION
35 3.1 INSTALL�ItS [NOT US�D]
36 3.2 �XAMINATION [NOT US�D]
37 3,3 PREPARATI�N [NOT USED]
38 3,4 �NSTALLATION
39 A. Geueral
CITY O� FORT 1VOR7'11
S'1'ANDARD CONS7RUC'1'ION SPF.CIF[CATIQN DOCUI�7F,NTS
Revised Uecember 20, 2012
South Mai�t Streef
City Projcct No. 021I3
1
2
3
4
5
6
0
8
9
t0
ll
12
13
ia
15
lb
17
18
19
20
21
22
23
24
25
26
27
28
29
33 12 20 - 8
RF,SILIF,NT SIiA'i'F,D (�VF,DGF.) GATI: VAI.VF.
Pngc 8 of 9
1, All v�lves sl�all be installed in vertical positian �vhen utilized in narmal pi�etiue
install�tion.
2. Valves sliall be placed at liile �nd gcade as iiidicated o�� tl�e D�•a�vi»gs.
3. Polyefliylene encasement iustallatia» slf�ll be in accordance with Section 33 I 1 I 0.
3.5 REPAII2/ItESTORATION (NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 TII�I.D (aa] SIT� QUALITY CONTROL �
A. I'ield Tns4�ections
1. Before acceptance of t(ie inst�lled valve, tlie City Field O��eratioi�s Staff shall l�av�
tlie oppoi�tunity to operate tlie valve.
2. T'he City shall be given the oppot�tuuity to inspect all buried flanges before they are
covei�ect.
3. Tl�e O�ecatoc �vill be �ssessi�ig the ease of access to the opec�ting nut �vithin the
valve bo� and ease of operating tl�e valve fcam a futly closed to fully opene<I
position,
4. If access aiid operation of the valve i�ieet tfie City's criteria, then the valve �vill be
accepted asinstalled,
B, Non-Conforming Work
1. If access ancl ape��ation of tf�e valve or its app�n•ter�ances daes not ii�eet the City's
cz•iteria, the Coutractor will rei�iedy tlie siluatiou until it meets tfie City's criteria, at
tlie Conh•actoi's e���eilse.
3.8 SYSTI:M STARTUP [NOT USED]
3.9 ADJUSTII�IG [NOT USEll]
3.10 CLEANING [NOT US�D]
3,l I CLOS�OUT ACTIVITI�S [NOT USED]
3.12 PROT�CTION [NO'�' USED]
3.13 MAINT�NANC� [NOT US�Dj
3.14 ATTACHM�NTS [NO'I' US�D]
CITY OF ['012'f \1'OR'1'l l
STAtdDARU CONS'fRUC7'lON SPL:CIFICA7'lON 170CUML;N7'S
Revised Deceinber 20, 2012
South Main S(rcet
City Project No. 02113
i
i
�
3312.20-9
RESILIFNT SFATED (11'LDGli) GA'fL VALVE
PTge 9 of 9
�
3
�ND OF SECTION
i�i►RslTi�a.
l2/20/2012 I D,Johnson
Revision Lo�
SUMMARY OP CHANGE
1.1.A — Iviodificd lcceptable size range and nclded requirement for bypass i►t 30-inch
gate va(ves, I31ue text addcd for escepiions
1,2 Mensurement enc{ I'flytttent—Added Cut-Iii Gate V�Ive
1.2,A. Lc and L2,A.2.c -- �dded additioi�al items to be inchided iii price bid
1.G.A — rcmo��ed requirement for produci d�ta for bolts nnd nuts becausc it is to be
included uuder Sectian 33 l 1 O5.
1.9.A.1 — Added requirement for bypass v�ive menufacluring
2,2.C. — Ad<(ed requirement for 30-inch gatc valves t� have a bpp�ss and E�ypnss
Il1ilfCllill CCC]UICCSl1Cf1TS� Added rePereiice ro Section 33 I 1 OS and removcd material
specification for bolts, nuts and gaskets; Added requirement for (langed isolation
kits; Added restrlinl requirements for ntech�nical joini connections wilh ductile iron
or PVC pressure pipe.
2.3.3 — Modified accept�hle cast iron Prom Cl,�ss 40 to Cl�ss 35f3; Added
requirements for recl�imed �s�ter 1pplications
ciT�� or roirr woxrE�
STANUAIZU CONS't[tUCTION SPECif [CATION DOCUMFNTS
Reviscd Deccmbcr 20, 2U12
South Main Street
City Project No. 021 t 3
3441 IO-1
TRAFFIC SIGNALS
Pagc 1 of 51
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
S�CTION 34 41 10
TRAFFIC SIGNALS
A. Section Includes:
1. Traffic Signal Head Assemblies
2. LED Countdown Pedestrian Signal Head Assemblies
3. Pedestrian Push Button Assemblies
4. Accessible Pedestrian Signals
5. Radar Detection System
6. Video Imaging Vehicle Detection System (VIVDS)
7. Emergency Vehicle Preemption System
8. Batteiy Back-up System for Signal Cabinets
9. Detector Cable
10. Multi-conductor Cable
11. Power Lead-in Cable
12. Grounding Conductors
13. Ground Boxes
14. Traffic Signal Structures
a. Pedestal Pole Assemblies
b. Signal Poles
c. Mast Arms
15. Signal Foundations
16. Hardware Paint
17. Controller and Cabinet Assembly
18. Advanced Warning Flasher Assembly
19. Temporary Traffic Signals
B. Deviations from this City of Fort Worth Standard Specification
1. Removal and replacement of loop detectors at intersection of South Main St. with
Magnolia Ave. and Rosedale St. are subsidiary to traffic signal installations.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 03 30 00 — Cast-in-Place Concrete
4. Section 26 OS 00 — Common Worlc Results for Electrical
5. Section 26 OS 33 — Raceways and Boxes for Electrical Systems
6. Section 31 23 16 — Unclassified Excavation
7. Section 31 24 00 — Embankments
CITY OF FORT WORTH [Inscrt Projcct Namc)
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS [Insert Projcct Numbcr]
Reviscd Decembcr 20, 2012
3441 10-2
TRAFF[C SIGNALS
Page 2 of 51
1 8. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
2 9. Section 33 OS 30 — Location of Existing Utilities
3 1.2 PRIC� AND PAYMENT PROCEDURE5
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
A. Measurement and Payment
1. LED Traffic Signal Head Assemblies
a. Measurement
1) Measurement for this Item shall be per each.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shali be paid for at the unit price bid per each "Signal Head Assmbly"
installed for:
a) Various numbers of sections
c. The price bid shall include:
1) Furnishing and installing LED Traffc Signal Head Assembly and
appurtenances including hinge pins, lens clips, locking devices, and gaskets
2) Housing and doors
3) Detachable visors
4) LED lamp unit
5) Louvers
6) Cable inside the pole
7) Mounting hardware
8) Terminal block
2. LED Countdown Pedestrian Signal Head Assemblies
a. Measurement
1) Measurement for this Item shall be per each pedestrian signal installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Ped Signal Head Station"
installed.
c. The price bid shall include:
1) Furnishing, assembling, and installing the pedestrian signal sections
2) Housing units
3) LED countdown pedestrian units
4) Mounting attachments and completing wiring connections
3. Pedestrian Push Button Assemblies
a. Measurement
1) Measurement for pedestrian push button assemblies shall be per each
installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Ped Push Btn Assmbly"
installed for:
a) Various mounting methods
c. The price bid shall include:
1) Furnishing and installing Pedestrian Push Button Assemblies
2) Button housing
3) Button cap
4) LED indication
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
3441 10-5
TRAFF[C SIGNALS
Page 5 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
1) Installing and testing Emergency Vehicle Preemption System
2) Emergency Preemption Detector
3) Emergency Preemption Phase Selector
4) Emergency Preemption Detector cable
5) Card Rack
6) Intei•nal cabinet wiring
7) Mounting hardware
10. Furnishing and Installing Battery Back-Up (BBU) System for Signal Cabinets
a. Measurement
1) Measurement for this Item shall be per each BBU System component
furnished and installed.
b. Payment
1) The work performed and mater•ials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Furnish/Install BBU
System" for:
a) Various components
b) Various types
a The price bid shall include:
1) Furnishing, installing and testing the BBU system
2) Purchasing equipment from City if called out in the Drawings
3) Inverter/charger
4) Manual bypass switch
5) Power transfer switch or automatic bypass switch
6) Batteries
7) Self contained external mounted cabinet
8) Wiring, and all necessary hardware and software
11. Install Battery Back-Up (BBU) System for Signal Cabinets
a. Measurement
1) Measurement for this Item shall be per each BBU System component
furnished and installed.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Install BBU System" for:
a) Various components
b) Various types
a The price bid shall include:
1) Installing and testing the BBU system
2) Wiring, and all necessaty hardware and software
12. Sawcut for Loop Detector Cable
a. Measurement
1) Measurement for detector cable shall be per linear foot of Sawcut.
b. Payment
1) The work performed and materials furnished in accordance to this Item and
measured as provided under "Measurement" shall be paid for at the unit
price bid per linear foot of "Loop Detector Cable Sawcut".
c. The price bid shall include:
1) Sawcutting pavement
2) Pavement removal
3) Disposal of excess material
CITY OF FORT WORTF-I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
3441 10-6
T'F2AFFIC S►GNALS
Page 6 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
3'7
38
39
40
41
42
43
44
45
46
47
48
49
4) Pavement repair
5) Clean-up
13. Multi-conductor Cable
a. Measurement
1) Measurement for this Item shall be per linear foot.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per linear foot of "Multi-conductor Cable" installed for:
a) Various types
b) Various sizes
c. The price bid shall include:
1) Furnishing and installing Multi-conductor Cable
2) Cables inside poles
14. Power Lead-in Cable
a. Measurement
1) Measurement for this Item shall be per linear foot.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per linear foot of "Insulated Elec Condr" installed for:
a) Various types
b) Various sizes
c. The price bid shall include:
1) Furnishing and installing Power Lead-in Cable
15. Grounding Conductor•s
a. Measurement
1) Measurement for this Item shall be per linear foot.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per linear foot of "Bare Elec Condr" installed for:
a) Various types
b) Various sizes
c. The price bid shall include:
1) Furnishing and installing Grounding Conductors
16. Ground Boxes
a. Measurement
1) Measurement for this Item shall be per each.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Ground Box" installed for:
2) Various sizes
3) Various appurtenances
c. The price bid shall include:
1) Installing Ground Box
2) Enclosures
3) Covers
4) Concrete apron
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
3441 10-7
TRAFFIC SIGNALS
Page 7 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
17. Furnishing and Installing Pedestal Pole Assemblies
a. Measurement
1) Measurement for this Item shall be per each assembly furnished and
installed.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid pe1• each "Furnish/Install Ped Pole
Assmbly" fut•nished and installed for:
a) Vat•ious types
b) Various sizes
c. The price bid shall include:
1) Furnishing and installing each Pedestal Pole Assembly
2) Purchasing pedestal pole assemblies from City if called out in the Drawings
3) Furnishing, placement and compaction of backfill
4) Clean-up
18. Installing Pedestal Pole Assemblies
a. Measurement
1) Measurement for this Item shall be per each assembly installed.
b. Payment
1) The work perfoimed and materials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Install Ped Pole Assmbly"
furnished and installed for:
a) Various types
b) Various sizes
c. The price bid shall include:
1) Excavation
2) Installing each Pedestal Pole Assembly
3) Furnishing, placement and compaction of backfill
4) Clean-up
19. Furnishing and Installing Signal Poles
a. Measurement
1) Measurement for this Item shall be per each signal pole furnished and
installed.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Furnish/Install Signal Pole"
installed for:
a) Vat•ious types
c. The price bid shall include:
1) Furnishing and installing each Signal Pole Assembly
2) Put•chasing signal poles fi•om City if called out in the Drawings
3) Erecting assembly on concrete foundation
4) Furnishing and placing anchor bolts, nuts, washers, and templates
20. Installing Signal Poles
a. Measurement
1) Measurement for this Item shall be per each signal pole installed.
b. Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 4l 10 - S
'I'RAFF[C SIGNALS
Page 8 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Install Signal Pole" installed
for:
a) Various types
c. The price bid shall include:
1) Installing each Signal Pole Assembly
2) Erecting assembly on concrete foundation
3) Furnishing and placing anchor bolts, nuts, washers, and templates
21. Furnishing and Installing Mast Arms
a. Measurement
1) Measurement for this Item shall be per each Mast Arm furnished and
installed.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Mast Arm" furnished and
installed for:
a) Various length intervals
c. The price bid shall include:
1) Furnishing, assembling and installing Mast Arm
2) Purchasing mast arms from City if called out in the Drawings
3) Mounting equipment
4) Vibration dampers
5) Clean-up
22. Installing Mast Arms
a. Measurement
]) Measurement for this Item shall be per each Mast Arm installed.
b. Payment
1) The work performed and materials fui•nished in accordance to this Item
shall be paid for at the unit price bid per each "Mast Arm" installed for:
a) Various length intervals
c. The price bid shall include:
1) Assembling and installing Mast Arm
2) Mounting equipment
3) Vibration dampers
4) Clean-up
23. Foundations
a. Measurement
1) Measurement for this Item shall be per each.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Foundation" installed for:
a) Various types
c. The price bid shall include:
1) Installing Foundation
2) Concrete
3) Forms
4) Reinforcing steel
5) Exploratory excavation (as needed)
6) Grounding rods
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
3441 10-9
TRAFFIC SIGNALS
Page 9 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
7) Coordination and notification
8) Excavation
9) Hauling
10) Disposal of excess material
11) Protection of the excavation
12) Clean-up
13) Testing
24. Hardware Paint
a. Measurement
1) This Item is considered subsidiary to the various Traffic Signal Structures
being installed and painted.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item al•e subsidiary to various Traffic Signal Structures being installed and
painted and shall be subsidiary to the unit price bid per various Traffic
Signal Structures being installed and painted, and no other compensation
will be allowed.
25. Furnishing and Installing Controller and Cabinet Assembly
a. Measut•ement
1) Measurement for this Item shall be per each assembly furnished and
installed.
b. Payment
1) The work pet•formed and materials furnished in accardance to this Item
shall be paid for at the unit price bid per each "Controller & Cabinet"
furnished and installed for:
a) Various mounting methods
2) The price bid shall include:
a) Furnishing and installing the Controller and Cabinet Assembly
b) Put•chasing equipment fi•om City if called out in the Drawings
c) Conduit
d) Grounding rod
e) Concrete foundation pad
� Wi�•ing
g) Cable
h) Testing
i) Troubleshooting
j) Terminating
26. Installing Controller and Cabinet Assembly
a. Measurement
1) Measurement for this Item shall be per each assembly installed.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid per each "Controller & Cabinet"
installed for:
a) Various mounting methods
2) The pi•ice bid shall include:
a) Installing the Conti•oller and Cabinet Assembly
b) Conduit
c) Grounding rod
CITY OP FORT WORTH
STANDARD CON3TRUCTION SPECIFICA'C[ON DOCUMENTS
2evised December 20, 20t2
[Insert Project Name]
[Insert Project Number]
34 41 10 - 10
TRAFFIC SIGNALS
Page l0 of 51
1 d) Concrete foundation pad
2 e) Wiring
3 � Cable
4 g) Testing
5 h) Terminating
6 i) Troubleshooting
7 j) Picking up City furnished materials
8 27. Advanced Warning Flasher Assemblies
9 a. Measurement
10 1) Measurement for this Item shall be per each assembly installed.
11 b. Payment
12 1) The work performed and materials furnished in accordance to this Item
13 shall be paid for at the unit price bid per each assembly installed for:
14 a) Various types of assemblies
15 b) Various applications including signal ahead, school zone, stop ahead,
16 etc.
17 c. The price bid shall include:
18 1) Furnishing and installing Advanced Warning Flashers
19 2) Testing
20 3) Foundations
21 4) Furnishing and placing anchor bolts, nuts, washers, and templates
22 5) Controller
23 6) Clean-up
24 28. Temporary Traffic Signals
25 a. Measurement
26 1) Measurement for"this Item shall be by lump sum per intersection requiring
27 Temporary Traffic Signals.
28 b. Payment
29 1) The work performed and materials furnished in accordance with this Item
30 and measured as provided under "Measurement" shall be paid for at the
31 lump sum price bid for "Temp Traffic Signal" per each intersection.
32 c. The price bid shall include:
33 1) Picking up and returning materials supplied by the City
34 2) Installation of Temporaiy Traffic Signal Devices
35 3) Operation of controls
36 4) Maintenance
37 5) Reconfiguration
38 6) Removal of Temporary Traffic Signal Devices post-Construction
39 7) Foundations
40 8) Electrical services
41 9) Detection equipment
42 1.3 REFERENCES
43 A. Abbreviations and Acronyms
44 1. VIVDS: Video imaging vehicle detection system
45 2. BBU: Battery back-up system
46 3. LED: light emitting diode
47 B. Definitions
CITY OP FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 11
TRAFFIC SIGNALS
Page 1 I of 51
1 1. Battery Back-Up (BBU) System
2 a. Automatic Bypass Relay
3 1) A unit connected between the inverter/charger, and the load, which can
4 automatically switch power to the controller cabinet service panel from
5 inverter output power to utility line power, in the event of an inverter
6 failure.
7 b. Battery Back-Up System (BBU System)
8 1) The battery back-up system includes but is not limited to a manual bypass
9 switch, automatic bypass switch or power transfer switch, inverter/charger,
10 batteries, wiring, external cabinet and all necessary hardware for system
i l operation.
12 c. Batteiy Back-Up System Software (BBU System software)
13 1) All software associated with operation, programming and functional
14 requirements of the BBU system.
15 d. Battery Monitoring Device
16 1) The device which monitors battery temperatures and chai•ge rate of the
17 battei•ies used in the BBU system. Shall be an ambient sensor intet•nal to the
I 8 inverter/charger.
19 e. Batteries
20 1) System Batteries shall be 24vdc wired in a fully parallel configuration to
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
g•
h.
k.
m
allow complete hot swapping of all batteries during an outage.
Boost
1) When enabled, the BBU inverter/charger shall automatically switch into
this mode to 1•aise the utility line voltage when it drops below a preset limit.
The limit may be user defined or use manufacturer default settings
(typically 100V AC).
Buck
1) When enabled, the unit shall automatically switch into this mode to reduce
the utility line voltage when it rises above a preset limit. The limit may be
user defined or use manufacturer default settings (typically 135V AC).
External Cabinet
I) The structure which houses the complete system components foi• the BBU
System.
Inverter/Charger
1) The unit which convei•ts the DC voltage input into 120 VAC output for the
traffc signal cabinet to operate. As a minimum the inverter/charger shall
be rated for 1400 VA, 1000 watts.
Inverter Line Voltage
1) The power supplied from the BBU system to the traffic signal cabinet fi•om
the BBU System inverter.
Manual Bypass
1) Manual switch that allows user to bypass BBU power to service system
equipment. Manual bypass switch switches utility line power directly to
cabinet.
Signal Operation Mode
1) A signalized intersection generating a 700W load when running in normal
operation.
Signal Flash Mode
1) A signalized intersection generating a 300W load when running in the flash
mode of operation.
CITY OF FORT WORTH [Insert Project NameJ
STANDARD CONSTI2UCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10- 12
TRAFFIC SIGNALS
Page I 2 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
n. Utility Line Voltage
1) The 120V AC power supplied to the BBU system
C. Reference Standards
7
8.
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Standard Testing Materials (ASTM)
a. ASTM B85-57T —"Standard Specification for Aluminum-Alloy Die Castings"
b. ASTM B26-57T —"Standard Specification for Aluminum-Alloy Sand
Castings"
c. ASTM B-209-57T —"Standard Specification for Aluminum and Aluminum-
Alloy Sheet and Plate"
d. ASTM D-1535 —"Standard Practice for Specifying Color by the Munsell
System"
e. ASTM B-033 —"Standard Specification for Tinned Soft or Annealed Copper
Wire for Electrical Purposes"
f. ASTM B-8 —"Standard Specification for Concentric-Lay-Stranded Copper
Conductors, Hard, Medium-Hard, or Soft"
g. ASTM A3250-N —"High Strength Galvanized Steel Bolts"
h. ASTM A490-N —"High Strength Galvanized Steel Bolts"
i. ASTM A 123 —"Standard Specification for Zinc (Hot-Dip Galvanized)
Coatings on Iron and Steel Products"
j. ASTM A 153 —"Standard Specification for Zinc Coating (Hot-Dip) on Iron and
Steel Hardware"
3. Texas Manual on Uniform Control Devices (TMUTCD)
a. Part IV — Traffic Signals
4. Manual on Uniform Traffic Control Devices, 2009 Edition
a. Digits
5. Federal Aviation Administration (FAA)
a. FAA L-802-B
6. Institute of Transportation Engineers (ITE):
a. Vehicle Traffic Control Signal Head — Light Emitting Diode (LED) Circular
Signal Supplemental (VTCSH), adopted June 2005.
b. Vehicle Ti�affic Control Signal Head Part 3: Light Emitting Diode (LED) Arrow
Traffic Signal Modules.
c. Equipment and Mate�•ials Standar�ds, Vehicle Traffic Contr•ol Signal Heads
(VTCSH) Part 2: LED Vehicle Signal Modzrles.
d. PTCSI LED Signal Modules Draft Version of February 2009
1) Luminous intensity, uniformity and viewing angles
2) Chromaticity
Underwriter's Laboratory Incorporate (UL)
a. Standard UL-651 —"Schedule 40 and 80 Rigid PVC Conduit and Fittings"
b. Standard UL-514B —"Conduit, Tubing, and Cable Fittings
American Standards Institute (ANSI)/Institute of Electrical and Electronics
Engineers (IEEE)
a. Section 6.1.2 ANSI/IEEE C62.41.2 — 2002, 3KV, 2 S2
b. Section 6.1.1 ANSUIEEE C62.41.2 — 2002, 6KV, 30SZ
CITY OF PORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENT'S
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 41 10 - 13
TRAFFIC S[GNALS
Page 13 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27 1.4
c. Transient suppression
9. MIL-STD-883
a. Test Method 2007
b. Mechanical vibration
10. MIL-STD-810F
a. Procedure 1, Rain & Blowing Rain
b. Moisture resistance
11. National Electrical Manufacturer's Association (NEMA)
a. Section 2.1.6 NEMA TS 2-2003
b. Section 2.1.8 NEMA TS 2-2003
c. Transient voltage protection
d. Controller compatibility
12. Federal Communications Commission (FCC)
a. Title 47 Sec 15 Sub. B
b. Electronic noise
13. International Municipal Signal Association (IMSA)
a. IMSA 5-1
b. IMSA 7-1
c. IMSA 20-1
14. National Fire Protection Association (NFPA) / National Electric Code (NEC)
a. NFPA 70
b. Wiring
15. International Electrotechnical Commission (IEC)
a. Section 8.2 IEC 1000-4-5
b. Section 8.0 IEC 1000-4-12
c. Transient suppression
ADMINISTRATIVE REQUIREMENTS
28 A. Coordination
29 1. City must approve any deviation from Specification.
30 B. Preinstallation Meetings
31 1. 48 hours Notice of Intention to establish final location of any foundations, bases,
32 conduit, and detectors.
33 2. 48 hours notice to D[G TESS, City of Fort Wor•th Water and Sewer (817-871-
34 8275), and City of Fort Worth Traffic Signals, Street Lights, and Storm Drains
35 (817-392-8100).
36 C. Scheduling
37 1. 48 hours advanced approval for existing tcaffic signal turn off of flash operation.
38 2. 48 hours advanced notice of placing traffic signal into operation.
39 3. 3 Working Days notice for City pi•ovided equipment pick-up.
40 1.5 SUBMITTALS
41 A. Submittals shall be in accordance with Section Ol 33 00.
42 B. All submittals shall be approved by the City prior to delivery and/or fabrication foi•
43 specials.
CITY OF FORT WORTH [Insert Project Name]
S7'ANDARD CONSTRUCT[ON SPECIFICA"I'[ON DOCUMENTS [[nsert Project Number]
Revised December 20, 2012
34 41 10 - 14
TRAFFIC SIGNALS
Page 14 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
�
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data Sheets are required for:
l. Traffc signal housing, back plates, visors, louvers, LED lamps, and mounting
hardware
2. Pedestrian signal housing, LED lamps, and mounting hardware
3. Pedestrian push button assemblies
4. Conduit
5. Battery back-up systems
6. Multi-conductor cable
7. Power lead-in cable
8. Ground boxes
9. Grounding conductor
10. Grounding rod
11. Concrete
a. Refer to Section 03 30 00.
12. Vibration dampers
13. Miscellaneous items supplied
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
20 1.9 QUALITY ASSURANCE [NOT USED]
21 1.10 DELIVERY, STORAGE, AND HANDLING
22 A. Storage and Handling Requirements
23 1. Parts shall be properly protected so that no damage or deterioration occurs during a
24 prolonged delay from the time of shipment until installation.
25 2. Exposed anchor bolts shall be protected until pole shaft is installed.
26 3. Finished iron or steel surfaces not painted shall be properly protected to prevent rust
27 and corrosion.
28 4. Pt•event plastic and similar brittle items from being exposed to direct sunlight and
29 extremes in temperature.
30 5. The Contractor shall secure and maintain a location to store the material in
31 accordance with Section O1 50 00.
32 B. Delivery and Acceptance
33 1. Contractor shall pick up all City furnished materiais and deliver them to the Site.
34 l.11 FIELD [SITE] CONDITIONS [NOT USED]
35 1.12 WARRANTY
36 A. Manufacturer Warranty
3'7 1. Manufacturer's warranty shall be in accordance with Division 1.
38 2. A 2 year warrantv shall be required on all equipment furnished by the Contractor.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUC7'ION SPEC[FICATION DOCUMENTS [Insert Project Number]
Revised December 2Q 2012
34 41 10 - 15
TRAPFIC SIGNALS
Page 15 of 51
1
2
3
B. Extended Correction Period
1. Contractor responsible for correcting any substandard workmanship and/or
materials for 24 months from the date the signal is accepted by the City.
4 PART2- PRODUCT5
5 2.1 PRODUCTS TO BE PURCHAS�D FROM THE CITY
6
7
8
9
10
11
12
13
14
15
16
17 2.2
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Refer to Drawings and Contract Documents to determine if any Items are to be
purchased from the City and installed by the Contractor.
B. Items eligible for purchase fi�om the City include:
1. Radar Detection Systems
2. VIVDS
3. Emergency Vehicle Preemption Systems
4. Pedestal Pole Assemblies
5. Signal poles
6. Mast arms
7. Controller and Cabinet Assemblies
8. Battery back up systems
ASSEMBLIES, EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed in the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O 1 25 00.
3. If more than 1 unit of a given bid item is required, then the Contractor shall ensut•e
that all units are the product of 1 manufacturer, unless otherwise directed by the
Traffc Services Manager or designee.
B. Description
1. Regulator•y Requirements
a. Traffic signal shall meet o�• exceed standards set forth by the Texas Manual on
Uniform Traffic Control Devices (TMUTCD), National Electric Code (NEC),
Institute of Transportation Engineet•s (ITE), American Society for Testing and
Materials (ASTM), American Standards Institute (ANSI), and National
Electrical Manufacturer's Association (NEMA).
C. Traffic Signal Materials
1. It is the Contractor's responsibility to furnish all materials necessary to complete
each traffic signal installation, whether the item is specifically mentioned or not.
All unspecified materials (i.e., electrical tape, bolts, and nuts, etc.) shall meet the
requirements of the National Electrical Code.
2. All materials supplied by the Contractor shall be of new, un-depreciated stock.
3. Traffic signal head assemblies
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONS"iRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 2Q 2012
34 41 10 - 16
TRAFFIC SIGNALS
Page 16 of 51
i a. Traffic signal heads
2 1) The housing and doors of the signal head shall be made of die cast
3 aluminum alloy in accordance with ASTM Specification B85-57T.
4 2) Sandcast aluminum alloy shall be used for other parts of the signal head if
5 in accordance with ASTM Specification B26-57T.
6 3) The visors shall be fabricated from aluminum sheet conforming to the
7 ASTM Specification B-209-57T.
8 4) All miscellaneous parts such as hinge pins, lens clips, locking devices, etc.
9 shall be made of a non-corrosive material.
] 0 5) The housing of the signal heads shall be constructed of interchangeable
11 sections.
12 6) All exterior mating surfaces shall be flat to assure waterproof and dust-
13 proof assembly of sections.
14 7) The top and bottom of the sections will have an opening approximately 2
15 inches in diameter to permit the entrance of 1'h inch pipe nipples.
16 8) Each section shall have serrated openings or equivalent, for providing a
17 positive and locked positioning of signal sections when used with serrated
18 mast arm or span wire mounting brackets.
19 9) The door and lens housing shall be equipped with a watertight and dust-
20 tight molded neoprene gasket.
21 a) The door of each signal section shall be attached to the housing in a
22 watertight and dust-proof manner.
23 b) Non-corrosive hinge pins and 2 wing screws will be furnished on each
24 door for opening and closing without the use of special tools.
25 (1) These hinges and screws shall be of such design as to allow even
26 gasket pressure.
27 10) Each signal head section shall be furnished with a detachable tunnel type
28 visor unless otherwise specified.
29 11) Visors shall be a minimum of 10 inches in length (depth) for 12 inch
30 signals, or a minimum of 7 inches in length (depth) for 8 inch signal heads
31 where specifically called for in the Drawings.
32 a) Visors shall be attached to the door assemblies in a manner that
33 facilitates field removal and installation.
34 b) Visors shali be fabricated from aluminum and shall not form a
35 complete circle and shall have the bottom open, unless louvers are
36 required.
37 12) Traffc signal housing shall be furnished with LED inserts that comply with
38 this Specification and shall be in the standard red, amber and green
39 configuration as specified by the most current version of the TMUTCD.
40 13) A screw down type terminal block shall be provided with each signal head
41 for facilitating field wiring.
42 14) The pigtail leads from the lamp receptacles shall be connected to a common
43 terminal block within the head assembly.
44 15) Each terminal block will be at least a 6 position, 12 terminal strip securely
45 fastened at both ends to the signal housing.
46 16) All traffic signal heads shall conform to the requirements of the most
47 current version of the TMUTCD in color and arrangement.
48 17) The housing and outside surface of the visors shall be traffic yellow (RAL
49 1023) in color.
50 a) The inside surface of visors shall be a"Dull" or "Flat-black" color.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 l0 - 17
TRAFFIC SIGNALS
Page 17 of 51
1 b) The outside surface shall have a minimum of 2 coats of baked chrome
2 yellow enamel (TT-C-595E 1310), Munsell notation O.YP 47/ I S/3, per
3 FAA Specification L-802-B and ASTM D 1535.
4 b. LED traffic signal lamp unit
5 1) This Specification describes the minimum acceptable design and
6 performance requirements for a 12 inch (300mm) or 8 inch (200 mm) light
7 emitting diode (LED) traffic signal lamp unit.
8 2) The equipment shall conform to the applicable requirements of: the
9 Underwriter's Laboratoty Incorporate (UL), the American Society for
10 Testing and Materials (ASTM), the American Standards Institute (ANSI),
11 the National Electrical Manufacturer's Association (NEMA), and other
12 applicable standards and specifications.
13 3) The LED traffic signal lamp unit shall comply at a minimum with the
14 Institute of Transportation Engineers (ITE) specification for Vehicle Tr•affrc
15 Control Signal Head — Light Emitting Diode (LED) Circular Signal
16 Supplement (VTCSH); adopted June 2005, for circular indications and
17 Vehicle Traffic Control Signal Head Part 3: Light Ernitting Diode (LED)
18 Ar•r•ow Tr•affic Signal Modules for arrow indications.
19 4) The LED shall have an "incandescenY' look, using the minimum number of
20 LED's that comply with the ITE specification.
21 5) If proper orientation of the LED unit is required for• optimum performance,
22 a clear, durable and unmistakable marking shall be provided on each lens as
23 to its proper orientation (top or bottom).
24 6) The manufacturer's name, serial number and other necessary identification
25 shall be permanently marked on the backside of the LED traffic signal lamp
26 unit. A label shall be placed on the unit certifying compliance to ITE
27 standards.
28 7) Documentation Requirements
29 a) Each LED traffic signal lamp unit shall be provided with the following
30 documentation:
31 (1) Complete and accurate installation wiring guide
32 (2) Contact name, address, and telephone number for the
33 rept•esentative, manufactui•er, ot• distributor for warranty repair.
34 (3) A copy of a test report certified by an independent laboratory that
35 the LED traffic signal lamp model submitted meets all the
36 requit•ements of these Specifications in accordance with ITE
37 VTSCH Part 2.
38 (4) Schematic diagram for each unit, along with any necessary
39 installation instructions
40 (5) For each unit submitted, the manufactut•et• name, brand and model
41 number of LEDs used shall be provided, along with the LED
42 manufacturer's recommended drive current and degradation cuives.
43 (6) Wat�rant information from manufacturer
44 (7) Quality assurance testing documentation
45 c. Signal head louvers
46 1) Louvers shall be provided for those signal sections indicated in the
47 Drawings.
48 2) All louvers shall be of such design as to provide visibility of the lens for the
49 intended lane of traffic as indicated by the Drawings and block visibility to
50 all other lanes.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 18
TRAFFIC SIGNALS
Page 18 of 51
1 d. Mounting hardware
2 1) Mast Arm Mount Signal Bracket, 1-Way Cable Mount
3 a) The product bid shall be the mast arm mount signal bracket, 1-way
4 cable mount, for 3 to 5 section head with 84 inches cable and 74 inches
5 long gusseted tube manufactured by Pelco, part no. AB-0125, or
6 approved, equal.
7 2) Mast Arm Mount Signal Bracket, 1-Way Cable Mount, Clamp Assembly
8 a) The product bid shall be the mast arm clamp assembly with 84 inches
9 cable manufactured by Pelco, part no. AB-3009, or approved equal.
10 3) Mast Arm Mount Signal Bracket, 2-Way Cable Mount
I 1 a) The product bid shall be the mast arm mount signal bracket, cluster
12 cable mount, for 5 section signal head with 84 inches cable
13 manufactured by Pelco, part no. AB-0138, or approved equal. General
14 Specifications are below.
IS 4) General Specifications for Traffic Signal Head Mounting Hardware
16 a) The bracket shall be completely adjustable such that it is capable of
17 rotational adjustment about the bracket axis, vertical adjustment,
18 rotational adjustment about the mast arm and rotational adjustment
19 right & left from the vertical plane.
20 b) The bracket shall be provided with aircraft type stranded cable for
21 fastening the bracket to the supporting arm or structure. The bracket
22 shall be easily adjustable to fit all sizes of round, octagonal, elliptical or
23 other shaped structure without special tools or equipment.
24 c) The bracket shall attach to the signal in a clamping manner holding the
25 signal both top and bottom in order to assure maximum rigidity. For
26 the 1-way cable mount, a standard bracket shall accommodate all major
27 signal manufacturers' signals from a 3 section 1-way 8 inches and 12
28 inches signal through a 5 section 1-way 12 inches signal and any
29 combination thereof including 3M and ICC configurations. For the 2-
30 way cable mount, a standard bracket shall accommodate all major
31 signal manufacturers' signals from a 3 section 2-way 8 inches signal
32 through a three (3) section 2-way 12 inches signal and any combination
33 thereof including 3M and ICC configurations.
34 d) Upper & Lower Arms
35 (1) Shall be cast from 319 aluminum or equivalent
36 (2) The lower bracket arm shall be internally threaded to accommodate
37 the threaded vei�tical support tube.
38 (3) The lower arm shall be furnished with ABS plastic covers, which
39 will slide and snap into position without the use of fasteners or
40 tools.
41 (4) All upper and lower arms shall have 72 tooth serrations cast into
42 the arm to assure a positive lock with signal housing and shall be
43 secured about their rotational axis with setscrews.
44 (5) Both upper and lower arms shall have a tri-bolt arrangement for
45 attachment to the signal housing.
46 (6) Opening in the lower arms shall accommodate a minimum of 3, 12
47 conductor 14 gauge cables.
48 e) Vertical Support Tube
49 (1) Shall be a double gusseted tube extruded from 6063-T6 aluminum
50 alloy or equivalent and have a cross section.
CITY OF FORT WORTH [[nsert Project Name]
STANDARD CONSTRUCT[ON SPGCIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 19
TRAFFIC SIGNALS
Page 19 of 51
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
�
g)
h)
i)
(2) Each tube shall be complete with a vinyl closure strip and be
threaded on 1 end to accommodate the lower arm assembly.
Mast Arm Clamp Assembly
(1) Both male and female halves shall be cast from 713 aluminum
alloy or equivalent.
(2) The male clamp half shall be secured within the female half,
utilizing a spring steel retainer ring.
(3) Such assembly shall provide an unobst�ucted center of 2 3/8 inches
minimum diameter, allowing for 360 degree rotation of the clamp
assembly.
(4) There shall be no internal cross bracing assembly obstructing the
center opening.
Airci•aft Type Stranded Cable
(1) Shall be fabricated in 1 piece with a minimum diameter of 3/16
inches either galvanized or stainless steel
(2) The cable shall be complete with 7/16 inch stainless steel clamp
screw permanently attached to each end. Each clamp screw shall
be fitted with a stainless steel hex nut, SAE flatwasher and an
aluminum-bearing washer.
(3) The clamp sct•ew shall be flattened on 2 opposite sides for wrench
accommodation. The stranded cable shall be of sufficient length to
fasten the clamp assembly to a minimum pole diameter of 8.6
inches.
Each bracket shall be complete with all necessary bolts, washers,
gaskets, etc. to allow assembly of the signal to the bt•acket and the
bracket to the mast arm.
All aluminum parts shall have an Alodine (or equivalent) finish. All
steel parts shall have a traffic yellow (RAL 1023) zinc di-chromate
finish.
4. LED Countdown Pedestrian Signal Head Assemblies
a. Housing unit
1) Housing units shall be new and unweathered.
2) The housing shall be fitted with an LED module that has an incandescent
look.
3) The housing shall be a 1-piece corrosion resistant aluminum alloy die-
casting with integrally cast top, bottom and sides that are weather proof and
dust-tight.
4) The housing shall be right and left drilled for clamshell attachment and
shall have top and bottom ports that are opened and capped and will
accommodate standard 1 YZ inches pipe.
5) The approximate size of housing (including body, door, and ears) shall be
16.0 inches H x 18.75 inches W x 8 inches D.
6) The door frame shall be a 1-piece corrosion resistant aluminum die-casting.
7) The housing shall be traffic yellow (RAL 1023).
8) The housing shall have a standard 3-position terminal block, pre-wired to
receptacles to pet•mit easy field installation of a power supply.
9) All necessary hardwai•e shall be provided with housing. Rivets shall be
aluminum and bolts, lock washet•s, screws, eyebolt assembly and pins shall
be stainless steel.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FICA'P[ON DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 41 10-20
TRAFFIC SIGNALS
Page 20 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
0
c.
LED countdown pedestrian unit
1) LED countdown pedestrian signal units shall be new and unweathered.
2) The manufacturer's name, serial number and other necessary identification
shall be permanently marked on the backside of the LED pedestrian signal
unit.
3) The LED pedestrian signal lamp unit shall fully conform to Institute of
Transportation Engineers (ITE) PTCSI Dr•aft Version of February 2009.
4) The LED pedestrian signal lamp unit shall fully conform to Chapter 4E,
Pedestrian Control Features, of the Manual on Uniform Traffic Control
Devices (MUTCD), 2009 version.
5) Each LED pedestrian signal unit shall be provided with the following
documentation:
a) Complete and accurate instailation guide.
b) Contact name, address, and telephone number for the representative
manufacturer, or distributor for warrant repair.
6) A copy of a test report certified by an independent laboratory that the LED
traffic signal lamp model submitted meets all the requirements of these
specifications in accordance with ITE PTCSI Draft Version of February
2009.
Mounting hardware
1) Mounting hardware shall be the clamshell mount type equivalent to or
better than the clamshell #4805 manufactured by McCain.
2) Mounting hardware shall be a 2-piece, cast aluminum alloy assembly. The
2 separate castings shall be joined in the final assembly by the use of
stainless steel spring pins.
3) The pole half of the assembly shall be designed to adapt to a wide range of
pole configurations (4 inch minimum diameter).
4) Unit construction shall allow band-it type mounting. Band-it type
mounting shall be permitted by 2 recessed slots near the top and bottom of
the pole half of the assembly.
5) The pedestrian assembly shall be capable of being mounted on the pole by
lining up the mounting pins of the pole half with the mounting ears of the
pedestrian assembly and lowering it into position.
6) 3 sets of screw terminal pairs shall be located on a terminal block in the
upper third of the head half of the clamshell assembly.
7) A closed cell neoprene sponge gasket shall be provided on the mating
surfaces of the 2 halves of the assembly to compete the rain-tight
construction.
5. Pedestrian Push Button Assemblies
a. The product bid shall be the Bulldog pushbutton BDLM2-Y with Bulldog Pole
Mount BDPM-X manufactured by Polara, or approved equal, and shall meet
the following specifications:
1) Button must be highly vandal resistant and pressure activated with
essentially no moving parts.
2) Button must be able to withstand an impact from a baseball bat or hammer.
3) Button housing must be cast aluminum powder coated traffic yellow (RAL
1023).
4) Button cap must be made of 316 stainless steel.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 41 10 - 21
TRAFFIC SIGNALS
Page 21 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
5) Switch must be solid state electronic Piezo switch rated for 100 million
cycles with no moving plunger or moving electrical contacts.
6) Button must have LED to give indication of button being pushed.
7) Button must give a 2 toned beep indication of button being pushed (1 tone
for push, 1 tone for release).
8) Button must have built in surge protection.
9) Button must be able to hold the call for a minimum of 5 seconds.
10) Button must operate immediately after being completely immersed in water
for 5 minutes.
11) Button must not be able to allow ice to form such that it would impede
function of button or button cap.
12) All switch electronics must be sealed within the cast aluminum housing.
13) Button must have raised ridges to protect the button from side impacts.
14) The button shall come complete with an aluminum round housing to be
mounted to the signal pole. The housing shall be cast aluminum powder
coated traffic yellow (RAL 1023).
15) R10-3e push button signs
16) All necessary pole mounting hardware shall be supplied.
6. Luminaires
a. A separate fusetron link shall be provided in the signal pole access
compartment. The conductors from the pole base to the luminaire shall be #8
XHHW wire. Luminaires shall have multi-tap (120 / 240 volt) ballast.
b. The luminaire head shall be a`cobra' type with drop lens. Each unit shall come
with a photo cell switch mounted on the top. Each luminaire shall contain a 200
watt high pressure sodium bulb.
7. Radar Detection System
a. General
1) All equipment required to interface with a traffic signal controller will be
subsidiary to this pay item.
2) The unit shall detect the continuous presence of every type of vehicle.
3) The horizontal range for detection shall be from a minimum of 1 foot (300
mm) to a maximum of 80 feet (24,400 mm) at a mounting height of 20 feet.
4) The sensor shall be able to hold the detection until the zone is cleared. The
sensor shall be able to tune-out stationary targets that remain within the
detection zone for a minimum programmable time with 1 minute resolution
from 1 to 30 minutes.
5) The sensor shall self-tune to its detection zone with no external adjustments
other than physical alignment after the initial set-up. There will be no
tuning controls of any kind which will require an operator once the unit has
been properly installed with the set-up software.
6) The detector output must be directly compatible with the controller cabinet
detector input.
7) The detector shall be capable of continuous operation over a temperature
range of— 35 degrees Fahrenheit to + 165 degrees Fahrenheit (-31 degrees
Celsius to 78 degrees Celsius).
b. Functional Requirements
CITY OF FORT WORTH
S'I'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 41 10-22
TRAFFIC SIGNALS
Page 22 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
c.
Q
e
1) The microwave unit must have Federal Communications Commission
(FCC) certification. The FCGID number must be displayed on an external
label. The detector will operate at a frequency, as allowed under the FCC
Rules, Part 15.
2) Cabinet power utilized by a detector power supply will range from 90 to
135 VAC. The detector will be self-contained. The power supply shall be
an integral part of the unit. External power supplies shall not be allowed.
3) The unit will have an electro-mechanical SPDT relay to send a signal to the
controller.
4) No component shall be of such design, fabrication, nomenclature or other
identification as to preclude the purchase of said component from any
wholesale electronic distributor.
5) The unit must employ a circuit for power failure to put the relay to a fail-
safe position (recall) during a power failure.
6) The detector must have a monitoring circuit for the transceiver that will
change the output relay to the fail-safe position in the event of a component
failure.
7) The detector shall work either as a side of the pole mounted detector or as
an overhead mounted detector at a height range of 12 feet to 24 feet (3650
mm to 7300 mm).
8) All set-up and diagnostic software shall be provided to run on a Windows
based operating system.
Mechanical Requirements
1) Each sensor shall be enclosed in a finished fabricated plastic and aluminum
chassis with a minimum 4 inches (100 mm) wide by 5 inches (130 mm)
high front plastic panel. The front plastic panel shall be constructed of a
high impact plastic that covers the opening in fi•ont of the antenna.
2) Each detector chassis will be water resistant without the use of silicone gels
or any other material that will deteriorate under prolonged exposure to
ultraviolet rays.
3) The printed circuit board shall be coated with a solder mask material that
resists moisture and fungus. The solder mask shall have a silk screen to
provide a label for each component on the printed circuit board.
4) The sensor shall be furnished with a bracket designed to mount directly to a
pole or overhead mast-arm structure.
5) The sensor shall interface with the set-up software via a RS-232 port with a
baud rate of 1200.
6) The maximum size of the detector shall be:
a) Height: 8.00 inches (200 mm) w/ mounting bracket
b) Width : 4.25 inches (108 mm)
c) Depth : 10.50 inches (270 mm)
Functional Tests
1) The manufacturer will test all microwave units to insure compliance to all
FCC and department specifications.
Software
1) The set-up software shall be menu driven and shall utilize a Windows type
format for operating the software.
2) An on-line help shall be provided as an integral part of the system software.
3) The operator shall be able to perform the following functions through the
set-up software:
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 23
TRAFFIC SIGNALS
Page 23 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
4)
5)
a) View a detection output from the unit.
b) View a low microwave signal from the unit.
c) Program the average intersection cycle time in the set-up software.
d) Program the presence time-out in 1 minute intervals from 1 to 30
minutes.
e) Program a delay time from 0 to 25 seconds in 1 second intervals.
(1) 0 = off.
fl Program a delay inhibit time from 0 to 25 seconds in 1 second
intervals.
(1) 0 = off.
g) Provide a quick re-tune feature for re-tuning in an expedited fashion
under ideal background conditions.
The operator shall be able to perform the following advanced program
functions through the set-up software:
a) Select and program a new sensor I.D. for each sensor.
b) Program a response time for the sensor.
c) Program a hysteresis value from a selection of:
(1) Low
(2) Medium
(3) High
d) Program a profile value for each sensor.
e) The operator shall be able to view the signature of the microwave and
the deviation parameters of the microwave for each sensor through the
set-up software.
Documents
a) The Manufacturer shall supply a hardware installation guide and a
software set up and user manual.
8. Video Imaging Vehicle Detection System (VIVDS)
a. The VNDS shall detect the presence of vehicles on all approaches of the
intersection and be operationally compatible with controllers and conflict
monitors currently used by the City of Fort Worth.
b. The video detection component of this system is generally composed of 4
camera/processor combination units and associated hardware.
c. The VIVDS shall be Autoscope Solo Pro or equivalent and capable of
performing the following functions:
1) The Video Processor System (VPS) shall be capable of providing up to 16
detector outputs to a Type 170 traffic controller from up to 8 camera/video
processor units (GVPU).
2) Each C/VPU field of view shall provide a minimum of 32 virtual detection
zones for vehicle detection.
3) The specific number of GVPUs to be provided is shown on the Drawings.
4) A Video Processor Unit (VPU) shall reside in each camera housing.
5) The video output from the CNPU shall be in color with active detection
zones overlaid on full motion video.
6) Connection fi•om the controller cabinet to the camera/processor must be
twisted wire pairs only.
a) No coaxial cable shall be used from the controller cabinet to the
cameras.
CITY OF FORT WOR1'H
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 41 10 - 24
TRAFFIC SIGNALS
Page 24 of 51
1 7) The C/VPU shall be able to simultaneously perform vehicle presence
2 detection while computing and storing traffic data parameters for user
3 selected intervals of 10, 20, or 30 seconds or l, 5, 10, 15, 30, or 60 minutes.
4 a) These parameters must include vehicle counts, flow rate, classification,
5 occupancy,and speeds.
6 b) The C/VPU shall be capable of operating in an IP-addressable multi-
7 drop communications network that allows the traffic data parameters to
8 be polled down to 10 second intervals.
9 c) It shall be possible to verify and download the stored data at any time
10 without disturbing the data currently stored in memory.
11 d) The C/VPU shall be provided with occlusion compensation software on
12 a per detection zone per lane basis in order to minimize over counting
13 due to large vehicles.
14 8) Phase Red and Green load switch outputs from up to sixteen (16) phases of
15 a Type 170 traffic controller shall be provided as inputs to the C/VPU for
16 inhibiting detector Extend/Delay timing functions.
17 9) The C/VPU software shall provide Boolean logic gates (AND, OR, NAND,
18 and N of M) that allow the detector outputs to be daisy chained/linked
19 together for customized operation.
20 10) In addition, the C/VPU shall be able to condition the detector outputs based
21 on the state of the associated phase number and color.
22 11) The following detector types shall be available:
23
Detector Output Type Function Phase 5tate
� Send a call for every vehicle Not applicable
presence detected
1 Extend a call Green
Delay a call Not Green
2 Delay a call Green
Extend a call Not Green
3 Lock a call Not Green
4 Extend and/or lock a call Not Green
Extend and/or lock a call
5 (with an automatic reset Not Green
� timer)
6 Lock a call Red
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCT[ON SPECIPICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 25
TRAFFIC SIGNALS
Page 25 of 51
Reserved for future output
7 type (Defaults to Type 0
output)
Calculate dilemma zone and
automatically extend a call Green
g Send a call for every vehicle
resence detected Not Green
Delay and/or lock a call Red
9 Send a call for moving Not Red
vehicles only
i
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
12) The serial communication port on the VPS shall be a DB-9 RS-232
connector.
a) The Vendor shall supply a software package that will operate with
W indows.
(1) In the direct connect mode, the software resident in the VPS and in
the personal computer shal l be capable of transmitting and
receiving all information needed for detection zone set-up,
monitoring vehicle detection by viewing flashing detection zone
overlays, and uploading/downloading and interrogating all stored
data within the VPS.
(2) Future remote communications with the VPS shall be possible with
the addition of external communication devices (modem, codec,
etc.) using the RS-232 and video output ports on the VPS.
13) The VPS shall be provided with front panel switches and LED indicators
that allow an operator to manually select and verify the VPS operating
mode, monitor camera Sync and Data operation, and monitor a minimum of
16 outputs and 8 inputs of the VPS without the use of an external device
such as a personal computer.
14) The C/VPU shall be capable of detecting vehicles for a minimum of 8lanes
plus 2 shoulders on a per camera basis.
a) The C/VPU shall also be able to simultaneously detect both
approaching and departing vehicles for each camera field of view.
15) The C/VPU operational software shall be stored internally in Flash
Memory and be capable of being updated without the removal and
replacement of inemoiy devices.
16) The C/VPU shall be provided with count, presence, directional presence,
speed, stopped vehicles, and queue types of detection zones.
a) An adjustable cycle timer shall be available for dealing with stopped
vehicles.
b) The Windows software shall be able to display the traffic parameters on
the screen of an SVGA monitor on a per vehicle basis for each
detection station by lane.
c) It shall also be possible to view and sort the stored data for selected
time intervals.
17) A Clock/Calendar shall be resident in the C/VPU softwat•e for turning
on/off certain parameters used to enhance detection performance, and shall
include Daylight Savings compensation.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
3441 (0-26
TRAFF(C SIGNALS
Page 26 of 51
1 18) The Contractor shall provide a 0.125 inches thick aluminum Camera
2 Interface Panel mounted to the wall of the traffic controller cabinet for
3 protecting the C/VPU video, data, and power.
4 a) The panel shall contain as a minimum; 1 Edco CX06 coax protector per
5 camera (if video is output on coaxial cable), an Edco ACP-340 for
6 protecting the CNPU power, a 10 amp circuit breaker, and a terminal
7 strip with a minimum of 6 8-32 binder head screws for input/output
8 power.
9 19) The VPS shall be IS09002 registered prior to bid opening. The VPS shall
10 also be a UL recognized component that complies with the requirements of
11 EN6095D.
12 20) The VPS at each intersection shall be able to be networked using a 2-TWP
13 interconnect back to the Master Cabinet for future communication to the
14 Traffic Management Center.
15 a) This communication must be full-duplex RS-485 and be capable of
16 being daisy-chained at each VPS location.
17 d. Video Detection System Components
18 1) Description
19 a) Camet•a/Processor Combination
20 b) 5%2 Pair 18-Gauge Cable
21 c) Communications Interface Panel (4-Camera)
22 d) Mini-Hub Detector Card
23 e) Camera Mounting Bracket, Pelco Model AB-0166-5-84, or approved
24 equal
25 fl Interface Cable Assemblies
26 g) Users Guide
27 h) Field Setup Monitor
28 i) Installation Assistance and / or User Training (Days)
29 e. If any lcomponent fails, it should be easily identifiable by visual inspection and
30 replaced or repaired per the warranty.
31 f. Each component shall be provided with the following documentation:
32 1) Complete and accurate installation, set-up and users guide.
33 2) Contact name, address, and telephone number for the representative,
34 manufacturer, and/or distributor for warranty repair.
35
36
37
38
39
40
41
42
43
44
45
9. Emergency Vehicle Preemption System
a. Must be compatible with existing City owned emergency vehicle preemption
systems.
b. Provide new, corrosion resistant materials.
c. Emergency Preemption Phase Selector
1) Shall be a plug-in two channel, dual priority, encoded signal device.
2) Shall have the capability to be installed directly into the input file of Type
170 traffic controllers equipped with priority phase selection software.
3) Shall recognize and discriminate among three distint emitter frequency
rates via Emeigency Preemption Detectors: Command Priority, Advantage
Priority and probe vehicles.
CITY OF FORT WORTH [Insert Project Name]
S'TANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 27
TRAFFIC SIGNALS
Page 27 of 51
1 4) When Emergency Preemption Detector signals are recognized as a valid
2 call, the Emergency Preemption Phase Selector shall cause the signal
3 controller to advance to and/or hold the desired traffic signal display. This
4 is accomplished by utilizing Emergency Preemption Phase Selector
5 circuitry in conjunction with normal internal controller functions.
6 5) The Emergency Preemption Phase Selector shall be capable of assigning
7 priority traffic movement to one of two channels on a first come, first serve
8 basis. Each channel shall be connected to select a particular traffic
9 movement from those normally available within the controller.
10 6) Once a call is recognized, "commit to green" circuitry in the Emergency
11 Preemption Phase Selector shall function so that the desired green
12 indication will be obtained even if optical communication is lost. After
13 serving a priority traffic demand, the Emergency Preemption Phase
14 Selector shall release the controller to follow normal sequence operation.
15 7) The phase selector shall not change the timing of the following intervals for
16 any normal controller phase: minimum green, walk, pedestrian clearance,
17 yellow change, or red clearance.
18 8) Emergency Preemption Phase Selector shall also have the following
19 features: two auxiliary detectors per channel, compatible with encoded
20 signal and non-encoded emitters, computer-based interface (RS232
21 communications front port, and rear backplane, customizable ID code
22 validation), crystal controlled circuitry, optically isolated outputs, front
23 panel switches and diagnostic indicators for testing, and multi-function test
24 switch.
25 9) Phase selector shall be powered from AC mains and shall provide 24-volt
26 DC output for its associated detectors.
27 10) Emergency Preemption Phase Selector shall utilize solid state and relay
28 circuitry to interface between the Emergency Preemption Detector and the
29 traffc signal controller.
30 11) Emergency Preemption Phase Selector shall supply power to and receive
31 electrical signals from the Emergency Preemption Detector.
32 12) Emergency Preemption Phase Selector shall be tested to NEMA electrical
33 test specifications.
34 13) Emergency Preemption Phase Selector shall operate at a voltage range of
35 89 to 135 VAC +10% and 60Hz + 3Hz.
36 14) Provide equipment that is not affected by the transient voltages, surges and
37 sags normally experienced on commercial power lines. It is the Contractor's
38 responsibility to check the local power service to determine if any special
39 design is needed for the equipment. Any extra cost, if required, is
40 subsidiary to this Item.
41 15) Install appropriate surge protectors in the cabinet for the Emergency
42 Preemption Phase Selector and Emergency Preemption Detector.
43 16) Provide equipment that meets the requirements of Sec. 2.1.6, "Transients,
44 Power Service" of the NEMA Standard TS2-1992, and/or the latest
45 revision.
46 17) Provide all wiring to the requirements of the NEC. Cut all wires to proper
47 length. Provide cable slacks to facilitate removal and replacement of
48 assemblies, panels, and modules. Do not double back any wires to take up
49 slack. Neatly lace wires into cable with nylon lacing or plastic straps.
50 Secure cables with clamps.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 28
TRAFFIC SIGNALS
Page 28 of 51
1 18) Provide diodes or other protective devices across the coils of all DC relays,
2 solenoids, and holding coils for transient suppression.
3 19) Furnish equipment with readily accessible, manually re-settable or
4 replaceable circuit protection devices (such as circuit breakers or fuses) for
5 equipment and power source protection.
6 20) Design the equipment such that the failures of the equipment shall not
7 cause the failure of any other unit of equipment.
8 21) Equipment furnished shall be modular in design to allow major portions to
9 be readily replaced in the field.
10 22) Emergency Preemption Phase Selector shall have mechanically key
11 modules of unlike functions to prevent insertion into the wrong socket or
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
2'7
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Q
connector.
23) Clearly identify all modules and assemblies with name, model number,
serial number, and any other pertinent information required to facilitate
equipment maintenance.
24) A card rack shall be supplied with every Emergency Preemption Phase
Selector.
a) Shall be a metallic enclosure with a dedicated card slot for one phase
selector with either two or four channel units.
b) The front panel of the card rack shall include a terminal strip for
connecting the detectors, as well as a 9-pin circular connector and
harness to connect the phase selector's inputs and outputs.
c) The card rack shall be subsidiary to the Emergency Preemption Phase
Selector.
Emergency Preemption Detector
1) Furnish Emergency Pc•eemption Detector that shall seamlessly operate with
the vehicle emittei•s used in the project area.
2) Detector shall transform the optical energy detected from an approaching,
vehicle mounted emitter to an electrical signal. The electrical signal shall be
transmitted along an Emergency Preemption Detector Cable to the
Emergency Preemption Phase Selector for pc•ocessing.
3) Detectors shall permit a direct, unobstructed line-of-sight to vehicle
approaches.
4) Detector shall have a cone of detection of not more than 13 degrees. The
Emergency Preemption Detectol• and/or Eme�gency Preemption Phase
Selector shall not sense a pre-emption signal from an emitter outside this
cone.
5) Detector shall have solid state circuitry and advanced electrical transient
immunity.
6) Detectors shall have a range of 200 feet and is adjustable up to 2,500 feet.
7) Detector shall operate at an electrical voltage of 24 to 28 VDC, 50 MA
minimum.
8) Shall operate at a temperature range of -30 degrees F to 165 degrees F.
9) Detector shall include mounting hardware, as specified, for mast arm
mounting, span wire mounting, pole-side mounting, mounting on top of a
signal head, or mounting on top of a pipe or pedestal.
10) Detector shall have an adjustable turret configuration to accommodate
skewed approaches.
11) Detector housing shall be of light weight, durable, high-impact
polycarbonate mater•ial having stainless steel and brass fttings.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
saa> >o-z9
TRAFFIC SIGNALS
Page 29 of 51
1
Z
3
4
5
6
7
8
9
10
11
12
13
14
15
16
1'7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
12) Detector shall operate at a humidity of 5% to 95% relative.
e. Emergency Preemption Detector Cable
1) Shall be compatible with all other equipment used in this specification.
2) Cable shall be individually tinned copper strand three-conductor cable with
yellow, orange, and blue conductor wires. It shall also have a bare shield
drain wire.
3) Cable shall be AWG #20 (7x28), stranded with conductor insulation of 600
volt, 75°C (167°F).
4) Cable shall have a DC resistance not to exceed 11.0 ohms per 1000 ft.
5) The capacitance from one conductor to other 2 conductors and shield shall
not exceed 48 pfJft.
6) Cable jacket shall be rated for 600 volts, 80 degrees C(176 degrees F), and
minimum average wall thickness of 0.045 in.
7) Finished O.D. of 0.3 in. maximum.
10. Battery back-up system
a. The BBU system shall operate using 1 or more of the following methods:
1) Buck and Boost Method
a) When the buck and boost functions are enabled they shall set the upper
and lower control limit allowable for the utility line voltage.
b) If the utility line voltage fluctuates above or below the buck and boost
values, the BBll system shall raise or lower the voltage by
approximately 10-15 percent of the utility line voltage in an attempt to
bring the voltage back into the upper and lower control limits.
c) Buck and boost shall have preset manufacturer defaults. If the utility
line voltage falls above or below the functional capabilities of buck and
boost, then the BBU system will transfer power from the utility Iine
voltage to the inverter line voltage.
2) Stand-by Method
a) The stand-by method shall set upper and lower control limits for the
utility line power.
b) If the utility line voltage falls above or below the upper or lower control
limits, then the BBU system will transfer power from the utility line
voltage to the inverter line voltage.
b. System capabilities
1) The BBU system shall be capable of providing 1400VA, 1000W peak load,
with a minimum of 80 percent inverter efficiency, for at least 10 seconds.
2) The BBU system shall be capable of providing an "LED only" 700W signal
operation load for a minimum of 4 hours, and then switching to and
providing 300W signal flash load for an additional2 hours minimum under
ambient temperatures of 25 degrees Celsius, when batteries are fully
charged.
3) When the BBU system is running on battery power, the inverter/charger
shall be capable of allowing the transition from normal operating mode, to
flash mode, via relay contacts and connection points, based on "timed
output", "on battery" or "low battery" condition.
4) The transfer time allowed, from disruption of normal utility line voltage to
stabilized inverter line voltage from batteries, shall be from 5-20
milliseconds. The same allowable transfer time shall also apply when
switching from inverter line voltage to utility line voltage.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project NameJ
[Insert Project Number]
3441 ]0-30
TRAFFIC SIGNALS
Page 30 of 51
1 5) The BBU system shall bypass utility line voltage whenever the utility line
2 voltage is outside of the manufacturer's default, or a user-programmed
3 voltage range, f2VAC.
4 6) When the utility line power has been restored to a normal operating voltage
5 for more than a user defined setting (default 30 seconds), the BBU system
6 shall transfer from inverter line voltage to utility line voltage. The BBU
7 system shall be equipped to prevent a malfunction feedback to the cabinet
8 or from feeding back to the utility service.
9 7) The BBU system shall be compatible with TS1, TS2 and Model 170/2070
10 controllers and cabinet components for full run-time operation.
11 8) The BBU system shall be fully self contained in an externally mounted
12 cabinet, compatible with Model 170/2070 332 cabinets. Relay contact
13 wiring for each set of NO/NC relay contact closure terminals shall be no
14 less than 6 feet long and #18 AWG wire. Use manufacturer
15 recommendations for size of wire for any cables lengths gr•eater than 10
16 feet.
17 9) The BBU system shall have lightning surge protection compliant with
18 IEEE/ANSI C.62.41 latest edition and meeting all current UL1449
19 standards. Lightning surge protection shall be provided to the utility line
20 voltage coming into the inverter/charger.
21 10) The BBU system, including batteries and hardware, shall be easily
22 replaceable and shall not requit•e any special tools for installation.
23 11) The BBU system shall operate in automatic "fail-safe" mode. Should the
24 inverter/charger fail, the system will automatically operate fi�om utility line
25 power and bypass the BBU system.
26 12) As stated above, in addition to the inverter/charger, the BBU shall be
27 provided with both an external manual bypass switch and either an external
28 automatic transfer switch or external automatic bypass switch.
29 13) The BBU system with communications software shall be capable of
30 logging a minimum of 100 events. Events shall be date- and time-stamp
31 faults with utility line voltage and battery voltages. At the minimum, the
32 BBU system shall log an event when:
33 a) The utility line voltage falls above or below the uppe►• or lower control
34 limits,
35 b) The BBU system automatically switches to battery power, and
36 c) When self-monitoring BBU system components fail
37 14) All components of the BBU system shall be rated to operate under
38 temperature extremes of -34 degrees Celsius to +74 degrees Celsius.
39 c. Displays, Controls, Diagnostics and Maintenance
40 1) The BBU system shall include a front panel display.
41 2) The BBU system software shall be programmable via RS232, or 10/100
42 LAN connection, by means of a laptop direct connection, or via Ethernet/IP
43 addressable interface.
44 3) A 10/100 Ethernet port shall be provided.
45 4) A RS232 port shall be provided on the invet�ter/charger.
46 5) The BBU system software shall be provided for the operational needs of the
47 BBU system. The user/operator shall be able to access all system software
48 via the Ethernet and RS232 ports. The user shall be able to read logged
49 events and change programmable parameters via laptop or local area
50 network via the Ethernet port.
CITY OF FORT WORTH [Insert Project NameJ
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 31
TRAFFIC SIGNALS
Page 31 of S i
1 6) System software shall be upgradeable via the RS232 port, or local area
2 network via the Ethernet port.
3 d. Inverter/Charger
4 1) The inverter/charger is the unit that provides the voltage regulation; power
5 conditioning of utility line power; convert the DC voltage input into 120
6 VAC output for the traffic signal cabinet to operate; provides emergency
7 backup power upon loss of utility power and provides for temperature
8 compensated battery charging.
9 2) As a minimum the inverter/charger shall be rated for 1400 VA / 1000 watts.
] 0 Provide a minimum of 3 sets of normally open (NO) and normally closed
11 (NC) single-pole double-throw dry contact relay closures on the front face
12 of the inverter/charger and labeled so as to identify each contact.
13 3) The relay closures shall consist a set of NOMC contact closures that shall
14 be energized whenever the unit switches to battery power (contact shall be
15 labeled or marked as "On Battery" or equivalent) and a second set of
16 NO/NC contact closures shail be energized whenever the battery
17 approaches approximately 40 percent remaining capacity (contact shall be
18 labeled or marked as "Low battery" or equivalent"), which will determine
19 when the unit will switch from normal operation to flash.
20 4) A third set of NO/NC contact closures shall be energized after a user
21 settable time after the unit switches to battery power. The contact may be
22 labeled "Timer. The remaining relays shall be user definable.
23 5) Operating temperature range for both the inverter/charger and power
24 transfer relay shall be -34 degrees Celsius to +'74 degrees Celsius.
25 6) When battery power is used, the BBU system output voltage shall be
26 between 110VAC and 125VAC, pure sine wave output, < 3 percent THD,
2� 60Hz � 3Hz
28 e. Manual Bypass Switch
29 1) The manual bypass switch shall be provided as a separate unit external to
30 the inverter/charger unit.
31 2) The manual bypass switch shall consist of housing, 2 position switch, all
32 components shall be rated at a minimum of 240VAC / 30 amp.
33 3) The manual bypass switch shall be 2 positions and allow the user to switch
34 utility line power directly to the cabinet service panel.
35 4) The switch positions will provide the following functions.
36 5) In the "Bypass" position the inverter is bypassed, utility power is removed
37 from the BBU and passed directly to the signal power panel.
38 6) In the "UPS" position the inverter / switch is powered and the signal
39 circuits are supplied by the output of the inverter.
40 '7) When the manual bypass switch is in the "Bypass" position the user may
41 replace the automatic bypass switch (or transfer switch) and the
42 inverter/charger without interrupting power to the intersection.
43 8) Provide the manual bypass switch with over current protection (20 Amp
44 circuit breaker).
45 £ Automatic Bypass Switch / Relay
46 1) These requirements are for BBU systems provided with an automatic
47 bypass switch.
CITY OF FORT WORTH [►nsert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 32
TRAFF[C SIGNALS
Page 32 of 51
1 2)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
The automatic bypass relay will operate such that the invertet•/charger input
is supplied with power from the utility line and the cabinet power panel is
supplied with power from the output of the inverter/charger. In the event of
inverter/charger failure, battery failure, complete battery dischat•ge, or other
loss of power from the output of the inverter/charger, the automatic bypass
relay shall revert to the NC (de-energized) state, where utility line power is
connected to the cabinet service panel.
g. Batteries
1) Provide batteries from the same manufacturer/vendor of the BBU system.
2) Individual batteries shall be 24VDC type, and shall be easily replaceable
and commonly available for purchase.
3) Batteries shall be sized and rated to operate a 700W load for 4 hours
(normal operation) followed by a 300W load foi• 2 hours (flash operation)
for a total of 6 hours.
4) Battery configuration shall consist of a quantity of 6 24V batteries arranged
in a parallel configuration. Individual batteries shall not weigh more than
26 pounds.
5) Batteries shall be deep-discharge, sealed prismatic lead-calcium based,
valve-regulated lead-acid AGM (Absorbed Glass Mat).
6) Batteries shall operate over a temperature range of -34 degrees Celsius to
+74 degrees Celsius.
7) Battei•ies shall indicate maximum recharge data and t•echarging cycles, and
manufacturer defaults on the inve��ter/charger shall not allow the recharging
process to exceed the batteries maximum values.
8) Battely interconnect wiring shall connect to the inverter unit via modular
harness with red and black cabling that terminates into heavy duty SOA
rated "keyed" finger safe "Andetson" type connectors.
a) Harness shall allow batteries to be quickly and easily connected in any
ot•der and shall be keyed to ensure proper polarity and circuit
configuration.
b) A fuse, sized accordingly with system requirements and to protect
against currents exceeding each battery current rating shall be provided
within 3 inches of the negative and positive leads of each battety.
9) Insulated covers shall be provided at the connection points (post) as to
prevent accidental shot�ting.
10) Batteries shall sit upright inside of the cabinet.
h. Battery Monitoring System
1) The BBU system shall use a temperature-compensated battery charging
system.
2) The intet•nal temperature sensor shall be used to monitor the temperature
and regulate the charge rate of the batteries.
3) Should the temperature sensor fail, the inverter/charger shall not allow the
BBU system to overcharge the batteries. The BBU system shall provide an
alarm should the temperature sensor fail.
4) Recharge time for the batteries to obtain 80 pei•cent or more of full battery
charge capacity shall not exceed 20 hours at 21 degrees Celsius (70 degrees
Fahrenheit).
5) Batteries shall not be charged when battery temperature exceeds 50 degrees
Celsius �3 degrees.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS [[nsert Project Number]
Revised December 2Q 2012
34 41 10 - 33
TRAFFIC SIGNALS
Page 33 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
6) The BBU system shall monitor the batteries within the system and set a
fault indicator if battery voltage falls below normal operating voltage.
i. System Housing
1) Stand-alone BBU/Battery Cabinet. When required for installation by the
Drawings a stand-alone cabinet in accordance with the following shall be
provided. The stand-alone cabinet shall be designed to attach to a concrete
pad.
2) The external cabinet shall be NEMA type 3R all-aluminum with stainless-
steel hardware, or approved equivalent. The batteries, inverter, transfer
switches, manual bypass and all associated hardware shall be housed in the
external cabinet.
3) The external cabinet shall be equipped with proper ventilation, electric fan,
and air filter in accordance with TS2 standards.
4) External cabinets will be equipped with a door opening to the entire
cabinet. The door shall be provided with the same lock mechanism as
required for standard traffic signal cabinet. In addition, a padlock clasp will
be provided. Cabinet dimensions shall not exceed 46 inches H x 20 inches
W x 10 inches D.
j. LED Indicator
1) A blue LED indicator shall be installed either on top of the battery backup
cabinet or in a location easily visible from the street to indicate if the
battery backup system is running off of battery power.
11. Detector cable
a. Detector Loop Wire
1) All detector loop wire shall be #14 AWG, or better if required on the traffic
signal layout sheet, stranded, type XHHW 1 conductor cable.
b. Detector Lead-In Cable
1) Loop detector lead-in cable shall be a single 4 conductor No. 18 AWGS
shielded cable.
2) 1 cable shall service each loop where practicai.
31 12. Multi-conductor cable
32 a. All cable shall be multi-conductor capable of operating at 600 volts maximum,
33 and suitable for use at conductor temperatures not exceeding 75 degrees C(167
34 degrees F).
35 b. Multi-conductor cable shall be either stranded IMSA 20-1, #14 AWG, stranded
36 copper wire.
37 a The copper wire (before insulating) shall meet the requirements of the latest
38 American Society for Testing and Materials (ASTM) standards for uncoated wire.
39 13. Power lead-in cable
40 a: Power lead-in cable shall be stranded RHW copper wire and suitable for A/C
41 electric service.
42 b. The cable shall be capable of operating at 600 volts maximum and suitable for use
43 at conductor temperatures not exceeding 167 degrees Fahrenheit (75 degrees
44 Celsius). .
45 c. Material and construction shall be in accordance with the applicable requirements
46 of IMSA and NEC standards.
47 d. Conductors shall be stranded, anneal coated copper.
48 e. Copper wire before insulating or stranding, shall meet the requirements of the
49 latest edition of ASTM B-033 (for coated wire).
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 34
TRAFFIC SIGNALS
Page 34 of 51
1 f.
2 g
3
Stranding shall be class B, in accordance with the latest edition of ASTM B-8.
Insulation shall consist of cross-linked thermosetting polyethylene, meeting the
requirements of IMSA and listed by UL as type USE RHW-75C.
4 14. Grounding conductor
5 a. The grounding conductor shall be a#8 AWG solid copper wire. The conductor
6 shall be bonded to all ground rods.
7 15
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
Ground rod
a. Ground rod electrodes shall be copper-bonded steel being at least 5/8 inch (16
mm) in diameter. All gr•ound rods shall be a minimum of 8 feet (2.4 M).
Ground Boxes
a. The top surface of the ground box cover shall have a minimum co-efficient of
friction of 0.5.
b. Boxes shall be stackable for extra height.
c. Boxes shall be manufactured from Reinforced Polymer Concrete (RPM)
composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate.
Side walls may be reinforced polymer.
d. Enclosures and covers shall be rated for a minimum of 5000 pounds strength over
a 10 inches (250 mm) x 10 inches (250 mm) area. All components shall be
designed and tested to withstand temperatures as low as -20 degcees Fahrenheit (-4
degrees Celsius).
e. The size and dimensions of the required ground boxes shall be shown in the
Drawings.
Traffic Signal Structures
a. Unless specifcally required in the Drawings, all h•affic signal mast arm poles
shall be purchased fi•om the City.
b. If the Drawings call for traffic signal structui•es to be supplied by the
Contractor, then the strict compliance with the designs, dimension, strength,
and material quality specified in the City's Standard Details and the Drawings
shall be exet•cised to assure structural consistency of all components.
c. All pole shafts and mast arms for this Project shall be marked with the
identification numbers from the Drawings to facilitate assembly of these items in
the field. For Projects with multiple intersections, the pole shafts and mast arms
shall be identified by intersection.
d. All steel mast arms ranging above 36 feet (1 1.0 M) to 60 feet (17.8 M) in length
shall be provided with aluminum vibration dampers.
e. The traffic signal poles and mast arms shall be galvanized in accordance to ASTM
A 123. Each component must be completely coated in a single dip. No double
dipping will be allowed. All miscellaneous hardware shall be galvanized per
ASTM A 153.
£ Powder Coating Option
1) After galvanizing, the steel and aluminum products shall be blasted to an
SSPC-SP7 commercial blast.
2) All galvanized parts shall be pre-baked to ensure all gasses are released
from the coating surface prior to powder coating.
3) Finish with 1 coat of UMC super TGIC thermosetting powder coating 3-5
mils (D.F.T.) and baked in accordance with powder manufacturer's
recommendations.
4) Top coating is electrostatically applied and oven baked at 400 degrees
Fahrenheit and cured for a minimum of 10 minutes.
�
17
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 35
TRAFFIC SIGNALS
Page 35 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
g�
h.
J
k.
m.
5) Top coat color shall be black unless otherwise selected by the City.
High strength galvanized steel bolts
1) The allowable working stresses for A325 bolts shall be given in the
AASHTO Streetscape Structure Specifications for Structural Joints using
ASTM A3250-N or A490-N bolts.
Mast arm pole shaft
1) Each traffic signal mast arm pole shall be fabricated from a 1 piece high
strength steel sheet, and shall have no more than 2 longitudinal full length
high frequency resistance welded joints and no horizontal welded joints
except at the base of the pole.
2) Welds shall have a srnooth and consistent external surface appearance.
3) All welds shall be performed by an American certified structural steel
welder.
4) Traffic signal poles shall have a uniform taper.
5) Poles shall have a minimum of 50,000 PSI yield strength.
6) Cold working the steel to attain the 50,000 PSI required yield strength is
not acceptable.
7) The certifications from the vendor on the steel must indicate a minimum of
50,000 PSI yield strength after fabrication.
Mast arm
1) Each traffic signal mast arm shall be constructed from a 1 piece high
strength, steel sheet with guaranteed minimum yield strength of 50,000 PSI.
2) Arms over 40 feet (12.2 M) may be 2 piece but shall arrive at the Site and
City yard as welded 1 piece.
3) The certifications from the vendor on the steel must indicate a minimum of
50,000 PSI yield strength after fabrication.
4) Cold working the steel to attain the 50,000 PSI required yield strength is
not acceptable.
5) Mast arms shall have no more than 2longitudinal full length high
frequency resistance welded joints.
6) Welds shall have a smooth and consistent external surface appearance.
7) All mast arms shall have a uniform taper.
Luminaire Arm
1) Luminaire arms shall be fabricated in accordance with the Drawings.
Pedestal Structures
1) Pedestal structures for mounting pedestrian signals or median-mount traffc
signals shall be furnished with a transformer base, pole cap, and all
necessary hardware for proper installation. Height of pole shall be set in
the Drawings, but shall not exceed 15 feet (4.6 M).
All other hardware necessary for complete installation of traffic signal
structures, i.e., simplex plates, pole caps, transformer bases, anchor bolts, etc.
shall be hot dipped galvanized and conform to the design, dimension, and
strength requirements of said items as indicated on the Drawings.
All hardware shall be packed on a per pole basis.
18. Foundations
a. All foundations shall be built in accordance with Section 03 30 00 and the
requirements stated in the Drawings.
19. Hardware paint
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 41 10 - 36
TRAFF[C SIGNALS
Page 36 of 51
1 a. Primer coating shall be Kwal Paint #5810 G-Prime Premium Acrylic Universal
2 Primer or approved equal. This is a 100 percent aciylic primer for all types of
3 surfaces, including galvanized finishes.
4 b. Finish coating
5 1) The flat finish coat shall be Kwal paint #6300 Accupro 100 percent Acrylic
6 Exterior Flat Finish or appt•oved equal. This is a 100 percent acrylic finish
7 that is durable and chalk resistant.
8 2) The semi-gloss finish coat shall be Kwal paint #3910 Accupro 100 percent
9 Acrylic Exterior Semi-Gloss Finish or equal. This is a 100 percent acrylic
10 finish that is durable and chalk resistant.
11 c. Finish coat colors that are permissible within the City include:
12 1) Semi-gloss black
13 2) Flat black
14 3) Pure aluminum
15 4) Peve green
16 5) Rizgah yellow
17 6) Duronic dark bronze
18 7) Brick red
19 8) Bridge green
20 9) Arch brown
21
22
23
24
25
26
27
28 2.3
20. Advanced Warning Flasher Assemblies
a. Provide flasher control assembly in accordance with DMS 11160, "Flasher
Control Assembly."
b. Provide pedestal pole bases in accordance with DMS-11140, "Pedestal Pole
Base."
c. When shown on Drawings, pi•ovide solar powered flasher controller assemblies
in accordance with DMS 11150, "Solar Power Flasher Controller Assembly."
ACCES50RIES [NOT USED]
29 2.4 SOURCE QUALITY CONTROL
30 A. Battery back-up system
31 1. The City reserves the right to do testing on BBU systems to ensure Quality
32 Assui•ance on unit before installation and random sampling of units being provided
33 to the City. BBU systems that fail will be taken off the City's Qualified Products
34 List.
35
36
37
38
39
40
41
42
43
44
45
46
2. The City testing procedures will check compliance with all the criteria of this
Specification Section including the following:
a. Event logging for fault/alarm conditions
b. Demonstrated use of 1 or more of the operating methods described in this
Specification.
c. Testing of ability to power a 700W load for 4 hours, transfer to flash mode and
power a 300W load for 2 additional hours, at an ambient temperature of+25
degrees Celsius.
d. Testing of all components in environmental chamber (temperature ranges from
-30 degrees Celsius to +74 degrees Celsius) following NEMA TS2 2003
standards, section 2 and Advanced Transportation Controller (ATC) Standard,
Version 5.2b, Section 9.
CITY OF FORT WORTH [[nsert Project Name]
STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 37
TRAFFIC SIGNALS
Page 37 of 51
PART 3 - EXECUTION
2 3.1 EXAMINATION
3 A. Verification of Conditions
4 1. The Contractor shall verify by exploratory excavation, if needed, that existing
5 underground utilities are not in conflict with proposed foundations and conduit
6 bores.
7 a. All exploratory excavations shall be in accordance with Section 33 OS 30.
8 3.2 PREPARATION
9 A. Protection of In-Place Conditions
10
11
12
13
14
15
16
17
18
1. The Contractor shall assume full responsibility for the preservation of existing
landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private
property at the Site during the installation of the traffic signal. Damaged
landscaping, sprinkler systems, and/or other private property shall be replaced
within a reasonable time, by the Contractor at his own expense, to the satisfaction
of the Inspector.
2. No trees or shrubbery shall be cut except upon the specific authority of the Inspector.
3. Removal of mail boxes in the way of construction requires 48 hours advance notice to
the post office.
19 3.3 INSTALLATION
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
A. Special Techniques
1. Electrical Service
a. Shall be in accordance to Section 26 OS 00.
2. Cable
a. Cables shall be installed in conduit unless indicated as an 'bverhead" cable run.
1) All conduit must be in accordance with Section 26 OS 33.
2) Conduit must be continuous, reasonably dry, completely free of debris, and
without sharp projections, edges, or short bends.
b. If required by the Inspector, the Contractor shall demonstrate that the conduit is
dry and free of debris by pulling a swab and/or mandrel through the conduit.
The conductors shall be instailed in a manner so as to ensure against harmful
stretching of the conductors or damage to the insulation.
c. Installation methods shall conform to the recommendations of the cable
manufacturer.
d. The Contractor shall furnish, at the request of the Traffic Services Manager or
designee a copy of the manufacturer's recommendations, which shall include
methods of attaching pull cable, pulling tension per conductor size and per
radius of conduit bend, and the type of lubricant to be used.
e. All cables in a given conduit run shall be pulied at the same time and the
conductors shall be assembled to form 1 loop in such a manner that the pulling
tension is equally distributed to all the cables.
f. Long, hard pulls will necessitate the use of pulling eyes.
g. For short runs, the cables may be gripped directly by the conductors by forming
them into a loop to which the pull wire or rope can be attached.
h. The insulation on each conductor shall be removed before the loop is formed.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 38
TRAFFIC SIGNALS
Page 38 of 51
1 i. The method used will depend on the anticipated maximum pulling tension in
2 each case.
3 j. In existing conduit where new cables are to replace existing cables, the exit
4 cables may be used to pull in the new cables.
5 k. At locations where new cables are to be added to existing cable runs, the
6 existing cables shall first be pulled out, the new cables are to be added to the
7 existing cables to form 1 cable pull.
8 1. Installation and removal shall be done in such a way as to prevent damage to
9 the existing and/or new cables.
10 m. In the event of damage, the Contractor shall bear the responsibility of providing
11 the material and labor for replacement of defective cables at no extra cost to the
12 City.
13 n. All conduit runs shall be measured accurately and precisely for determining
14 cable lengths to be installed.
I S o. A conduit run measurements shall take place in the presence of the Inspector.
16 p. The Inspector shall record all cable measurements and include the distances on
17 an as-built drawing.
18 q. In locations where new cables are to replace existing cables, the Contractor may
19 use the removed cables as a measuring device to determine the lengths of the
20 new cables to be installed.
21 r. However, this does not relieve the Contractor of his responsibility to record
22 accurate measut•ements of all cable lengths.
23 s. The manufacturer's recommended maximum pulling tensions shall not be
24 exceeded under any circumstances.
25 t. If so required by the Inspector, the Contractor shall insert a dynamometer in the
26 pull wire as the cables are being pulled into the conduit to demonstrate that the
27 maximum tensions are not being exceeded.
28 u. The cable shall be fed freely off the reel into the conduit without making a
29 reverse curve.
30 v. At the pulling end, the pull wire and cables shall be drawn fi�om the conduit in
31 direct line with the conduit.
32 w. Sheaves or other suitable devices shall be used as required to reduce any
33 hazards to the cable during installation.
34 x. The cables shall be adequately lubt•icated to reduce friction and further
35 minimize possible damage.
36 1) Such lubricants shall not be the grease or oil type used on lead sheathed
37 cables, but shall be 1 of several commercially available wire pulling
38 compounds that are suitable for PVC sheathed cables.
39 2) They shall consist of soap, talc, mica, or similar materials and shall be
40 designed to have no deleterious effect on the cables being used.
41 y. Cables shall be neatly trained to their destinations.
42 z. The Contractor shall adhere to the cable manufacturer's recommended values
43 for the minimum bending radii to which cables may be bent for permanent
44 training during installation.
45 1) These limits do not apply to conduit bends, sheaves, or other curved
46 surfaces around which these cables may be pulled under tension while
4'7 being installed.
48 2) Larger radius bends are required for such conditions.
49 aa. Wire and Cable
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS [Insert Project Number)
Revised December 20, 2012
34 41 10 - 39
TRAFFIC SIGNALS
Page 39 of 51
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
3'7
38
39
40
41
42
43
44
45
46
47
48
1) All wire and cable shall conform to the requirements shown in the
Drawings, except wire and cable specifically covered by other Items of this
Contract.
bb. Controller Cabinet Wiring
1) Wiring for the controller cabinet shall consist of connecting (1) signal
wires, (2) loop detector wires, (3) power wires, (4) ground wires, and (5)
pedestrian push button wires to their respective terminals in the cabinet.
2) ln the controller cabinet, stranded signal conductors from the field shall be
stripped back and a solderless terminal connector (spade lug) shall be
attached by means of a crimping tool.
3) These terminal Connectors shall be inserted under the binder head screw
and tightened securely.
4) Other wiring for the controller shall be completed as shown on the wiring
diagrams and in the instructions furnished with the controller by the
manufacturer.
5) All field wiring in cabinets shall be neatly installed. Incoming cables shall
be trained to their destination and neatly laced together.
a) All spare wires shall be trimmed and neatly coiled with the ends taped.
b) Detector lead-in cables shall have their insulation jackets removed from
their terminal strip connection to the bottom of the cabinet.
6) Pedestrian push buttons shall have a ground wire that is completely isolated
and independent from all other ground wires.
a) This wire shall be connected to the designated terminal in the controller
cabinet.
b) A pedestrian isolation board shall be in place.
cc. Signal Head Wiring
1) Conductors shall run as follows:
a) An unbroken 20-conductor cable and 1 bare #8 shall run from the
controller cabinet to each pole pier.
b) An unbroken 7 conductor, #16 AWG (or larger) cable shall run from
the signal pole base to each 5-section, 4-section signal head, or the 3-
section head located at the end of mast arm; and an unbroken 5
conductor, #16 AWG cable to each other 3-section or pedestrian signal
head. 2 signal conductors, #16 AWG (or larger) shall run to each
pedestrian push button.
c) Each cable shall be identified as referenced on the pole wiring detail
sheet provided in the Drawings with permanent marking labels (panduit
type PLM standard single marker tie, Thomas and Betts type 548M or
equivalent) at each ground box, pole base and controller.
dd. Luminaire Wiring
1) 2#8 cables shall run from service disconnect in parallel around the
intersection as on the Drawings.
2) Luminaire wiring connection may be made in the nearest ground box to the
traffic signal pole; such connection shall be placed in a water tight seal.
a) If more than 3 wires are splice together in the traffic signal cabinet then
a Kearney connector (or approved equal) shall be used as required.
3) Run 2# 12 cables from terminal panel in signal pole to luminaire.
ee. Terminals
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project Name)
[Insert Project Number]
34 41 10 - 40
TRAFFIC SIGNALS
Page 40 of 51
1 1�
2
3
The ends of all stranded wires from the controller cabinet and from the
signal heads shall be twisted at least 3 turns and wire nut applied in the base
of the signal structure.
4 ff. Splices
5 1) Splices are strictly prohibited inside conduit runs.
6 a) Detector cables shall not be spliced at any point except where
7 transitioning from #14 XHHW loop detector cable to lead-in cable.
8 b) Signal cables are to be spliced only at locations that are specified in the
9 Drawings.
10 c) Splicing signal cable in pull boxes shall not be permitted.
11 2) Splicing methods shall be in accordance with good electrical practice and
12 the cable manufacturer's recommendations.
13 a) All mates•ials used shall be of high quality and specifically intended for
14 this purpose.
15 3) Cables shall be trained to their final position and cut to proper lengths.
16 4) The cable's jacket and insulation shall be removed as r•equired.
17 5) Use proper care to insure against nicking the conductors.
18 6) The connection shall be installed tightly and all burrs, rough edges, etc.
19 shall be removed.
20 7) If wire nuts are used to secure the connection, then only "Scotchlock" brand
21 connectors shall be utilized.
22 8) No more than 4 wires shall be spliced together using "Scotchlock"
23 connectors and the wire shall be twisted.
24 a) If more than 4 wires are connected, then a Kearney connector or
25 mechanical clamp shall be used.
26 b) All splices imolvin�grounding conductors shall be made by twisting
27 the cables together, a�plying solder then wrapping the connection with
28 green electrical tape.
29 9) Heatin� the connection with a direct flame will not be permitted for cable
30 �auge less than # 14.
31 10) Care shall be used to protect the insulation when soldering.
32 a) The entire surface shall be cleaned taking special care in cleaning the
33 outside jacket in order to remove the wax finish.
34 b) Then approved thermo-setting materials shall be used to provide a
35 water tight seal.
36 11) The Inspector shall select at random at least 5 splices to be thoroughly
37 inspected.
38 a) The Contractot• shall, in the presence of the Inspector, sectionalize each
39 selected splice to expose the various layers of materials and the
40 connector.
41 b) These splices shall be thoroughly checked for compliance to these
42 special provisions.
43 c) Each splice shall then be remade by the Contractor. This Work shall
44 not require extra payment, but is considered subsidiary to other items in
45 the Contract.
46 d) All of the splices selected for this inspection shall conform to the
47 requirements of these special provisions.
48 e) If any splices fail to meet these requirements, then 10 more splices shall
49 be selected at random by the Inspector for examination.
50 gg. Identification of Signal Wires and Cables
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 41
TRAFFIC SIGNALS
Page 41 of 51
1 1) IMSA color coded signal cable shall be used for all signal systems.
2 a) Colors shall be continuous from the point of origin to the point of
3 termination.
4 2) Each signal cable, detector lead-in cable and communication cable shall be
5 designated with permanent marking labels or (panduit type PLM, Thomas
6 and Betta type 548M standard single marker type or equivalent) and color
7 coded tape at each pull box and in the controller cabinet.
8 3. Grounding
9 a. Properly install and connect a ground rod for each controller cabinet, power
10 drop and signal pole pier to reduce any extraneous voltage to a safe level.
11 b. The ground rod shall be located so as to minimize the length of the grounding-
12 conductor run.
13 c. For pole mounted cabinets a grounding rod and grounding conductor shall be
14 installed at the nearest foundation or ground box.
15 d. All grounding circuits shall be substantial and permanent and shall be
16 electrically continuous with an ohms-to-ground resistance not to exceed 10
17 ohms when tested by volt-ohm-meter.
18 e. UFER grounding shall be used for illumination poles.
19 f. Grounding Connectors and Electrodes
20 1) When the location precludes driving a single ground rod to a depth of 8 feet
21 (2.4 m), or when a multiple ground rod matrix is used to obtain the required
22 resistance to ground, ground rods shall be spaced at least 6 feet apart and
23 bonded by a minimum No. 6 AWG copper wire.
24 2) Connection of grounding circuits to grounding electrodes shall be by devices
25 which will ensure a positive, fail-safe grip between the conductor and the
26 electrode (such as lugs or pressure connectors).
27 a) No splice joint will be permitted in the grounding conductor.
28 3) Each grounding rod shall be driven into the ground to a depth sufficient to
29 provide the required resistance (10 ohms) between electrodes and ground.
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
4'7
48
4. Vehicle detector loop
a. Detector lead-in cables shall be identified as shown on the Drawings (phase 1,
etc.) with permanent marking labels (panduit type PLM, Thomas and Betts type
548M standard single marker tie or equivalent) at each ground box, pole base,
and controller.
b. Complete all Work related to the installation of a particular detector loop, with the
exception of the layout task, in the same Work Day. Install loops during off-peak
traffic hours. Loop installation shall not be made during any type of precipitation.
c. Installation of detector loops shall be in accordance with the Drawings. Lead-in
saw cuts from the street to the pull box shall maintain a maximum separation from
other loops of 12 inches (500 mm) and a minimum separation of 6 inches (150
mm) from other lead-in saw cuts. The saw cut depth, as specified in the Drawings
shall be consistent, including the entry point into the curb. The maximum number
of wires placed in a single saw slot shall be 4 wires. Each lead-in shall enter the
curb through a separate hole.
d. 3M Loop sealant or approved equal shall be used to seal all loop wire within the
roadway.
e. Detector lead-in cables shall be run continuously without splices from the curbside
ground box to the controller.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 4l 10 - 42
TRAFF[C SIGNALS
Page 42 of 51
1 f. If splices must be made, they shall be solder connected and the splice connection
2 shall be insulated and waterproofed with 3M DBR-6 Direct Bury Splice Kits or
3 approved equal.
4 g. Splices at the curbside pull boxes shall be made in the same manner (see Part
5 33.6).
6 h. Splices in detector cables must be pre-approved by the Inspector in writing.
7 i. In all cases where detector loop lead-ins pass from pavement through a curb to an
8 existing ground box for a splice point, conduit shall be installed from the curb
9 entry point up into the ground box.
10 j. A minimum 1 inch diameter conduit shall be provided fi•om the curb entry point to
11 the ground box for each loop.
12 k. All loop wire from the loop in the sh•eet to the ground box shall be tightly twisted
13 a minimum of 5 times per foot (16 times per meter) as it is placed in the lead-in
14 saw cut.
I S 5. Concrete foundations for traffic signal structures
16 a. All foundations shall be staked by the Contractor and approved by the Inspector
17 prior to excavation.
18 1) While staking the pole locations, the Contractor, along with the Inspector,
19 shall be cognizant of pedestrian needs by verifying the location of the push
20 buttons and the pedestrian heads.
21 b. Concrete foundations for signal structures shall be located so that the closest
22 face is a minimum of 3 feet (900 mm) fi•om the face of the nearest vertical curb.
23 1) Before excavating foundations probe to determine the location of utilities
24 and structures.
25 2) Foundations shall be paid for once, regardless of extra work caused by
26 obstructions.
27 3) Furnish all supplementary items necessary for proper foundation
28 installation.
29 c. Excavation for all foundations shall be done in accordance with lines and
30 depths indicated on the Drawings.
31 1) All loose material shall be removed from the excavation before concrete is
32 placed.
33 2) Any water shall be removed by pumping or bailing.
34 3) The use of explosives will not be permitted.
35 d. Foundations shall be constructed to the dimensions shown on the Drawings.
36 1) The Contt•actor is required to make certain that the top of the ftnished
37 foundation is level and formed.
38 2) Anchor bolts and conduits shall be held rigidly in place by a template until
39 the concrete is set.
40 e. A mechanical vibrator shall be used for compacting and working the concrete.
41 After the concrete has been placed and the top struck off, it shall be covered
42 with wet cotton or burlap mats or other appropriate form of curing, fo�• not less
43 than 96 hours.
44 £ All bracing and templates for anchor bolts shall remain in place for 96 hours
45 after the concrete is poured.
46 1) During that time, the anchor bolts and conduit shall not be subjected to any
47 applied strain.
48 g. Backfill shall be tamped with mechanical tamps in 6 inches (150 mm) layers to
49 the density of the surrounding ground.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUC't[ON SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 43
TRAFFIC SIGNALS
Page 43 of 51
1
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
16
1'7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
1) Where excavation is made in the roadway shoulder, the shouider shall be
replaced with material equal to the original composition.
h. All excavated material, not required for backfiil, shall be promptly removed and
disposed of by the Contractor, outside the limits of the Project.
1) The Work Site shall be kept clean and neat at all times.
i. No concrete shall be placed when the atmospheric temperature drops below 40
degrees Fahrenheit (4.4 degrees Celsius) (temperature reading taken in the
shade away from artificial heat) unless permission to do so is given by the
Inspector.
1) Refer to Section 03 30 00.
j. The City shall supply to the Contractor the controller cabinet anchor bolts and
specific cabinet templates.
1) The cabinet door shall generally open away from the intersection.
k. Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb
that the pole is intended to serve.
1. Tubing used to form pole foundations shall not be visible and all exposed
concrete shall be finished with vinyl concrete patch mix to provide a smooth
quality finish with all voids filled and no aggregate exposed.
m. The cost of the Work shall be included in the unit bid price for this item.
6. Traffic signal structures
a. The Contractor shall install all traffic signal structures in accordance with the
Drawings.
1) Deviation from the Drawings because of physical obstructions, such as
overhead utilities or in appropriate mast arm length to fit a relocated
foundation, shall be worked out with the Inspector and approved prior to
installation.
b. Poles shall have nuts on top and bottom of the pole base plate.
1) Anchor bolts for mast arm signal poles shall be set so that 2 are in tension
and 2 are in compression.
c. The traffic signal pole heights and mast arm lengths shown on the Drawings
and in the material summary are to be used for bidding purposes only.
d. Prior to fabrication, the Contractor, in cooperation with the Inspector, shall
make field measurements to determine the actual pole height necessary to
ensure a vertical clearance of 17 feet (5.2M) minimum, and 19 feet (5.8M)
maximum from the roadway surface to the bottom of the lowest point on the
signal head assembly or mast arm and to determine the mast arm lengths
i•equired to mount the traffic signal heads over the traffic lanes.
1) The masts arms shall be straight and level in the area where the signal
heads are attached.
2) These fieid measurements and evaluations shall be determined from the
actual field location of the pole foundations, considering all above and
below ground utilities and the existing roadway elevations and lane widths.
e. Transformer bases for pedestal poles shall be leveled and tightly secured to the
foundation before the structure is placed on the base.
1) If shims are required for leveling, total shim height shall not exceed 1/2
inches (127 mm).
2) Foundation anchor bolts shall extend a minimum of 1 inch (25.4 mm)
through each nut in the base.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
[Insert Project Namej
[Insert Project Number]
34 41 10 - 44
TRAFFIC SIGNALS
Page 44 of 51
1 f. Except as modified herein, erection of traffic signal structures shall be in
2 accordance with the applicable Specifications and standards of the AISC
3 Manual of Steel Construction.
4 1) Erecting equipment shall be suitable for the Work and shall be in proper
5 working condition.
6 2) Where parts cannot be assembled or fitted propet•ly as a result of errors in
7 fabrication or deformation due to handling or transportation shall be
8 reported immediately to the Inspector.
9 3) Straightening of plates and angles or other shapes shall be done by approval
10 of the manufacturer.
11 4) No corrections will be allowed that will void the manufacturer's warranty.
12 5) A letter from the manufacturer approving the corrections shall be required
13 or the material may be rejected by the Inspector.
14 g. The steel structure frame shall be lifted as shown in the manufacturer's
15 specifications and all match marking shall be followed.
I6 1) Temporary bracing shall be used wherever necessaty to support all loads to
17 which the structure may be subjected, including equipment, operation, and
18 material loading.
19 2) Such bracing shall be left in place as long as may be required for safety.
20 3) The various members, after being assembled, shall be aligned and adjusted
21 accurately before being fastened.
22 4) Fastening of splices on compression members shall be done after the
23 abutting surfaces have been brought completely into contact.
24 5) No welding or bolting shall be done until the structures have been properly
25 aligned.
26 h. Bearing surfaces and surfaces which will be in permanent contact with each
27 other shall be cleaned before the members are assembled.
28 1) Bearing plates shall be set in exact position and shall have a full and even
29 bearing upon the concrete.
30 2) As erection progresses, the Work shall be bolted to take care of all dead
31 load, wind and erection stresses.
32 3) All erection bolts used in welded construction may be tightened securely
33 and left in place.
34 4) If removed, the holes shall be filled with plug welds.
35 i. Field bolting shall be in accordance with the requirements specified for shop
36 fabrication.
37 1) Untrue holes shall be corrected by reaming.
38 2) Where the surface of a bolted part has a slope of more than 1:20, a beveled
39 washer shall be used to compensate for the lack of parallelism.
40 3) Bolt heads and nuts shall be drawn tight against the Work with a suitable
41 wrench not less than 15 inches long.
42 4) Bolt heads shall be tapped with a hammer while the nut is being tightened.
43 j. Field Painting of Structures .
44 1) Surfaces where the shop coat of paint has been damaged shall be retouched
45 after installation.
46 a) The cleaning, pretreatment, and priming of welds and the areas
47 adjacent thereto shall be done promptly after the acceptance of the
48 weld.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number)
Revised December 20, 2012
34 41 10 - 45
TRAFFIC SIGNALS
Page 45 of 51
1 b) Care shall be taken to properly mask signals heads, signs, pedestrian
2 pushbuttons and their mounting hardware to keep paint from splashing
3 onto these components.
4 c) Masking shall be removed after completion of the painting process.
5 d) A sufficient number of paint coatings shall be applied to each structure
6 to result in a uniform finish once completed.
7 e) All structures shall be air blasted using high pressure air to remove
8 peeled paint and dust prior to application of new paint.
9 k. Bolted parts shall fit solidly together when assembled and shall not be separated
10 by gaskets or any other interposed compressible material.
11 1) When assembled, all joint surfaces, including those adjacent to the bolt
12 heads, nuts, or washers, shall be free of scale, except tight mill scale, and
13 shall also be free of burrs, dirt, and other foreign material that would
14 prevent solid seating of the parts.
15 2) Each fastener shall be tightened to at least the minimum bolt tension as
16 recommended by the pole manufacturer using ASTM A325 or A490 bolts
17 for the size of fastener used.
18 3) Threaded bolts shall be tightened with properly calibrated wrenches or by
19 the "turn-of-nut" method.
20 4) Bolts may be installed without hardened washers when tightening takes
21 place by the "turn-of-bolt" method. Any bolt tightened by the calibrated
22 wrench method (or by torque control) shall have a hardened washer under
23 the element (nut or bolt head) turned in to a point not closer than 7/8 of the
24 bolt diameter from the center of the washer.
25 1. Grouting
26 1) The Contractor shall perform all Work required to complete the grout work
27 associated with installing the signal structure and furnish all supplementary
28 items necessary for its proper installation.
29 m. Where signal poles and/or mast arms exist on raised foundations that are to be
30 removed and installed on new foundations, the Contractor shall store these
31 poles, mast arms, street lights, and wiring until they can be installed on their
32 new foundations.
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
7. Signal heads, countdown pedestrian heads and pedestrian push buttons
a. Assemble all signal head units as specified in the Drawings or as directed by the
L�
c.
Q
Inspector.
1) Signal and pedestrian heads shall be securely tightened immediately after
signal head assembly has been installed.
2) If any signal head assembly is found to be loose or asymmetrical in any
manner, the Contractor shall be required to remove and rebuild the signal
head assembly to the satisfaction of the Inspector.
The Contractor shall mount signal heads level and plumb.
1) The Contractor shall position and secure the signal heads so they are visible
as stipulated, in Section 4E.05 of the 2009 MUTCD.
The Contractor shall connect the wiring from the pole base up the terminal
block in the mounting hardware and likewise connect the appropriate wire fi�om
the signal head to the terminal block.
1) All connection screws shall be tight and snug.
All signal heads or parts of heads not in operation shall be covered with burlap or
fabric material until placed into operation.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 46
TRAFF[C SIGNALS
Page 46 of 51
1 1) When the signal heads become operational, all existing heads no longer
2 required shall be removed immediately.
3 e. Pedestrian head assemblies installed such that the wiring to each head shall pass
4 from the mast arm through the signal head bracing or attachment hardware to the
5 signal head.
6 1) No exposed cable or wiring will be permitted.
7 8. Controller cabinet preparation
8 a. Each controller cabinet shall be modified for use at a specific intersection in
9 accordance with the instructions included in the Drawings.
10 1) Each cabinet shall be prepared and tested for on-the-street use by the
ll Traffic Services Division of Transpo��tation and Public Works Department
12 prior to field installation of the cabinet.
13 b. Connect all field wiring to the controller-cabinet assembly.
14 1) The City will assist in determining how the detector loop lead-in cables are
15 to be connected in the cabinet.
16 2) The City will program the controller, the conflict monitor, detector units,
17 and other equipment in the controller cabinet and turn on the traffic signals.
18 c. All wiring modifications made in conjunction with preparing the cabinet for use
19 at a specific intersection shall be documented on the cabinet prints for that
20 intersection.
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
0
�
Radar detection system
a. Radar detector units shall be installed as shown on the Drawings.
b. The Contractor shall provide a technician to assist with adjusting and aiming the
detector unit at the time of traffic signal turn-on, in order to comply with
Engineer's desired detection areas as shown on the Drawings.
Video imaging vehicle detection system (VIVDS)
a. Install the video cameras in accordance with the manufacturer's
recommendations in order to achieve the detection areas as shown on the
Drawings.
b. The camera mounts shall be neat and plumb.
c. The detector unit outputs shall be programmed by a manufacturer
representative at the time of signal turn-on in accordance with the detector table
shown on the Drawings.
d. Video detection camera cables shall be installed in the conduit system at the same
time as the other signal cables.
11. Emergency vehicle preemption system
a. Emergency vehicle preemption system equipment required in the Drawings will
be supplied by the City.
b. Where practical, emei•gency vehicle preemption receiver units shall be mounted
to a rigid metal arm supplied by the City and banded to the mast arm pole
upright on the intersection corner designated on the Drawings.
c. The Inspector shall determine if the roadway sight line permits this type of
emergency vehicle preemption installation.
d. The emergency vehicle preemption receiver units shall be mounted on the mast
arms for the inteisection approaches as designated on the Drawings.
e. Use stainless steel for all external screws, nuts, and locking washers; do not use
any self-tapping screws unless approved by the Engineer or City.
f. All equipment shall be installed and wired in a neat and orderly manner in
conformance with the manufacturers' instructions.
CITY OF FORT WORTH [[nsert Project Name]
S7'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 47
TRAFFIC SIGNALS
Page 47 of 51
1 g. Emergency Preemption Detector Cables shall be installed continuous with no
2 splices between the Emergency Preemption Detector and the cabinet.
3 h. All connections from the Emergency Preemption Phase Selector to the cabinet
4 wiring shall be made at the termination panel. The termination panel shall have
5 AC+ Lights, AC-, and a switched logic ground. The switched logic ground
6 feeds all the pre-empt inputs to the Emergency Preemption Phase Selector.
7 When switched off by the pre-emption disconnect switch, the traffic controller
8 shall not be affected by pre-empt calls from the optical pre-emption system. A
9 minimum of two test buttons shall be provided. If there are more than two pre-
10 empt runs, a button for each shall be installed. A chart or print out, indicating
11 the program steps and settings shall be provided along with the revised cabinet
12 wiring diagrams.
13 i.
14 12. Mast arm and pole mounted signs
15 a. The Contractor shall furnish, install and relocate existing signs as shown in the
16 Drawings.
17 b. Mast-arm signs shall be mounted with astro-sign brac or signfix aluminum
18 channel or equal as approved by the Engineer.
19 c. Metro street name signs shall be mounted level with the ground as shown on
20 the City's Standard Details.
21 13. Vibration dampers
22 a. Dampers shall be installed using Astro Sign Brac or Signfix Aluminum
23 Channel or equal.
24 14. Hardware Paint
25 a. Requirements for poles and railings
26 1) Cleaning
27 a) The entire surface shall be cleaned free of dirt, grime and oils before
28 applying the primer coat.
29 b) Use vinegar wash applied with a sponge or cloth over the entire
30 surface.
31 2) Sanding
32 a) Spot sanding may be required in order to remove flaking paint and to
33 provide a smooth surface.
34 3) Priming
35 a) Primer coat shall be applied with a brush or roller.
36 b) The entire surface shall be covered, even over existing painted or
37 galvanized surfaces.
38 c) Spraying is not permissible.
39 4) Finish coat
40 a) Finish coat shall be applied with a brush or roller.
41 b) The entire surface shall be covered, even over existing painted or
42 galvanized surfaces.
43 c) Spraying is not permissible.
44 5) Parking meter housings, luminaire heads, signal heads, photo control eyes,
45 pedestrian push buttons and sign faces shall be protected for paint splash.
46 6) Controller cabinets and circuit boxes mounted to poles shall be painted to
47 match the color of the pole.
48 7) The ambient temperature shall be 40 degrees Fahrenheit and rising and diy
49 conditions.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 48
TRAFFIC S[GNALS
Page 48 of 51
1
2
3
4
5
6
7
8
9
10
11
b. Requirements for traffic signal heads
1) Traffic signal heads shall be brush painted.
2) Traffic signal heads should be cleaned by wiping it with a damp sponge or
rag to remove all the dust and dirt.
3) Lens and back plate should be masked off.
4) The outside of the traffic signal head should be painted traffic yellow (RAL
1023) and the inside of the lens visors should be painted flat black.
5) The outside of pedestrian signal head should be painted traffic yellow
(RAL 1023).
6) The ambient temperature shall be 40 degrees Fahrenheit and rising and dry
conditions.
12 15. Advanced Warning Flasher Assemblies
13 a. Install in locations as shown in Drawings.
14 b. Stake the pole location for approval by City or Engineer.
15 c. Install pole, breakaway base, connectors, wiring, signal beacons, sign and
16 foundation as shown on the Drawings or as directed.
17 d. Install the flasher control assembly on the electrical service pole.
18 e. Install watertight breakaway electrical fuse holders in all line and neutral
19 conductors at breakaway base.
20 f. Use established industiy and utility safety practices to erect assemblies near
21 overhead or undet•ground utilities.
22 g. Consult with the appropriate utility company prior to beginning such work.
23 16. Temporary Traffic Signals
24 a. Maintain and operate the temporary traffic signals for the duration of the
25 contract,
26 b. Set signal timing as shown on the Drawings or as directed.
27 c. Designate in writing a sufficiently skilled individual responsible for
28 maintenance and operation of the temporary traffic signals who is available
29 within a reasonable time, 24 hr. each day, unless otherwise shown in the
30 Drawings.
31 d. Provide back up power, when shown on the Drawings, for each location at all
32 times.
33 3.4 FI�LD QUALITY CONTROL
34
35
36
37
38
39
40
41
42
43
44
45
46
47
A. Field Tests and Inspections
1. Initial testing of all matei•ials, construction items, or products incorporated in the
Work will be performed at the direction of the City.
a. Embankment construction shall conform to 31 24 00.
b. All backfill of structures shall confot•m to 33 OS 10.
c. Excavation shall conform to 31 23 16.
2. The failure to require tests of materials by the Inspector shall in no way relieves the
Contractor of his responsibility of furnishing materials conforming to these
Specifications.
3. Tests, unless otherwise specified, shall be made in accordance with the latest methods
of the ASTM or other approved test methods.
a. The Contractor shall provide such facilities, as the Inspector may require, for
the collecting and forwarding of samples and shall not use the matet•ials
represented by the samples until tests have been made.
C[TY OF FORT WORTH (InseR Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 49
TRAFFIC SIGNALS
Page 49 of 51
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
3'7
38
39
40
41
42
43
44
45
46
G
�
b. The Contractor shall furnish adequate samples without charge.
4. Vehicle detector loops
a. Prior to termination of the loop lead-in in the controller cabinet an installation
test shall be made by applying not less than 500 volts DC to the completed
detector loop.
1) A minimum resistance of 1 megohm shall be obtained by use of a meter.
b. After the above tests are completed and the lead-in cable has been terminated in
the cabinet, the Contractor shall assist the Inspector in determining the loop
inductance of each loop detector.
1) A detector loop analyzer shall be used to determine the total inductance of
the loop in the pavement and its associated lead-in cable as well as to
determine the percentage shift in loop inductance for various size vehicles
that actuate the detector.
Signal cables
a. The Traffic Services Manager or designee may require that all cables shall be
checked for insulation resistance upon installation and prior to termination.
The tests shall be made with a test set operating at a minimum of 500 volts DC
applied to the conductors.
b. Each conductor in the multi-conductor signal cables shall be tested for insulation
resistance relative to each other and to the outer covering of the cable. The
minimum acceptance value for insulation resistance shall be 1 megohm.
Controller cabinets
a. If the controller cabinet is to be supplied by the Contractor for this Project, the
cabinet shall be tested at a facility located within the Dallas/Fort Worth area.
b. The Contractor shall notify the Inspector or his representative a minimum of 3
Working Days prior to beginning the test period of his intent to test a cabinet or
group of cabinets.
c. At this point, the City may schedule an inspection team and notify the Contractor
of the earliest date and time the team can visit.
d. Each cabinet shall be tested with a controller unit for a minimum of 24 continuous
hours.
1) The cabinet test will include conflict monitor functions, detector unit
function and load switch operation for conformance with cabinet hardware
specifications, etc.
2) The cabinet must successfully pass all items otherwise the test is restarted
for another 24 hour period.
B. Non-Conforming Work
1. In the event that a material, construction item, product incorporated in the Work,
embankment, backfill, excavation or any other item tested, fails to satisfy the
minimum requir•ements of the initial test described above, appropriate prove-out tests
shall be made as directed by the Inspector to determine the extent of the failure and to
verify that corrective measures have brought the Item up to Specification
requirements.
a. The cost of all testing necessary to determine the extent of the failure and the
adequacy of the corrective measures shall be the responsibility of the
Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS
Revised December 20, 2012
[Insert Project Name]
[Insert Project Number]
34 41 10 - 50
TRAFFIC SIGNALS
Page 50 of 51
2
3
4
5
6
7
8
9
10
3.5 5YSTCM STARTUP
A. The Contractor shall coordinate with the Inspector to have a qualified technician on the
Site when the traffic signal is placed into operation.
B. During the 30 day test period, the City shall be the first respond to any trouble calls. If the
City determines that the repairs are the result of poor workmanship, the Contractor shall
complete the repairs.
C. The Contractor shall provide a local telephone number (not subject to frequent changes)
where trouble calls are to be received on a 24-hour basis.
D. The Contractor's response time to reported calls shall be within a reasonable travel time,
but not more than 2 hours maximum.
11 E. Appropriate repairs shall be made within 24 hours.
12 1. If, after further diagnosing the problem, the qualified technician determines the
13 problem is in the equipment supplied by others, the Contractor shall notify the
14 Inspector.
15 F. No extra compensation will be allowed for fulfilling the requirements stated above.
16 3.6 ADJUSTING (NOT USED]
17 3.7 CLOSEOUT ACTIVITIES
18
19
20
21
22
23
24
25
26
27
28
29
30
A. Prior to final acceptance by the City, the Contractor is responsible for removal,
replacement and reinstallation of any damaged material at the Contractor's expense.
B. Whenever the Work provided for and contemplated under the Contract has been found by
the Inspector to be completed to his / her satisfaction on any individual signalized
intersection, or interconnected system of signalized intet•sections, as shown in the
Drawings, final cleaning up of said signalized intersection has been performed and the
traffic signal equipment supplied by the or has operated continuously for a minimum of 30
days in a satisfactoiy manner, the Contractor will be released from further maintenance on
that particular intersection.
1. Such partial acceptance will be made in writing and shall in no way void or alter
any teims of the Contract.
2. If equipment fails, a new 30-day test period will stat�t when the equipment has been
repaired or replaced.
31 3.8 PROTECTION
32
33
34
35
36
A. Prevent any property damage to property owner's poles, fences, landscaping, mailboxes,
etc., and repair any damages.
B. Provide access to all driveways during construction.
C. Protect all underground and oveifiead utilities, including sprinkler systems, and repair any
damages.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 41 10 - 51
TRAFFIC SIGNALS
Page 51 of 51
3.9 MAINTENANCE
2 A. While performing Work under this Contract, the Contractor bears the sole risk of loss
3 for damages to or destruction of any traffic signal equipment or appurtenances, on
4 equipment that was not to be replaced or installed under this Contract, but which was
5 damaged or destroyed through the fault or negligent acts of the Contractor.
6 B. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to
7 the City, regardless of whether or not the damaged or destroyed equipment, etc., was a
8 part of this Contract or any warranties under this Contract.
9 C. The Contractor's responsibility shall cease under this paragraph upon written acceptance
10 of an intersection by the City.
11 D. The Contractor's responsibility for full operation and maintenance of all traffic signal
12 equipment shall begin when he starts any type of Work which effects active intersection
13 control at the first intersection and shall extend through the period of final Project
14 acceptance of each intersection.
15 E. This maintenance responsibility includes existing controllers/masters, existing interconnect
16 and cabling systems, existing signal indications, existing vehicle detectors, new
17 controllers/masters, new signal hardware, new cabling systems, and other hardware
18 elements which are considered part of either the existing or the new traffic signal system.
19 F. It is recognized that the City may continue to make a first response to any trouble call.
20 Action on such response will, however, be limited to placing the intersection on flash,
21 replacing load switches or detector amplifiers, erecting temporary control devices,
22 requesting immediate traffic control by uniformed police officer, or other such action
23 deemed necessary to provide a safe operation.
24 I. Such action will in no way relieve the Contractor of his operation and maintenance
25 responsibility.
26 G. The Contractor shall be required to notify the Inspector or Traffic Services Division at least
27 24 hours in advance of any planned controlled change-outs or any other operational
28 procedures.
29
30
31
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
32
CITY OF FORT WORTH [Insert Project Name)
STANDARD CONSTRUCTION SPECI['ICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
34 71 13 - t
TRAFFIC CONTROL
Page 1 of 5
�
3 PARTl- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
;�
7
8
9
10
11
12
13
SECTION 34 71 13
TRAFFIC CONTROL
1. Installation of Traffic Control Devices and preparation of Traffic Control Plans
B. Deviations fi•om this City of Fort Worth Standard Specification
1. Contractor� shall coordinate with fr�anchise utility construction and generally follow
the traffic detoz�r plans as provided in plan set, sheets 139-145. Contractor is to
follow Ciry of Fort Worth ordinance for construction hours. Detailed traffic control
plans and str•eet closur•es shall be provided by the Contractor� and approved by
TPW at the pr•e-constr•uction meeting »�ith the City ofFort Worth and Fort Wor•th
South Inc.
14 2. Contr�actor to provide pedestrian access to all businesses that front South Main
15 Str•eet, and provide temporary signage for existing bais stops when access is blocked
16 during each phase of construction. Contractor shall provide temporat y way finding
17 signs to barsinesses whose access is blocked dur�ing each phase of construction on
18 South Main Str•eet.
19 3. Contractor• shall coor•dinate vehicular and pedestrian access with all existing
20 businesses within and adjacent to pr•oject limits.
21 4. Items 1-3 listed above shall be subsidiary to the tr•a�c control bid item for every
22 section/phase of the entire project and no additional pay will be given.
23 C. Related Specification Sections include, but are not necessarily limited to:
24 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
25 2. Division 1— General Requirements
26 1.2 PRICE AND PAYMENT PROCEDURES
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
Installation of Traffic Control Devices
a. Measurement
1) Measurement for Traffic Control Devices shall be per month for the Project
duration.
a) A month is defined as 30 calendar days.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid for "Trafftc Control".
c. The price bid shall include:
1) Traffic Control implementation
2) Installation
3) Maintenance
4) Adjustments
CITY OF FORT WOR"I'H South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 021 13
Revised July l, 2011
3471 13-2
TRAFFIC CONTROL
Page 2 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
5) Replacements
6) Removal
2. Portable Message Signs
a. Measurement
1) Measurement far this Item shall be per week for the duration of use.
b. Payment
1) The work performed and materials furnished in accordance to this Item and
measured as provided under "Measurement" shall be paid for at the unit
price bid per week for "Portable Message Sign" rental.
c. The price bid shall include:
1) Delivery of Portable Message Sign to Site
2) Message updating
3) Sign movement throughout construction
4) Return of the Portable Message Sign post-construction
3. Preparation of Traffic Control Plan Details
a. Measurement
1) Measurement for this Item be per each Traffic Control Detail prepared.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Traffic Control Detail"
prepared.
c. The price bid shall include:
1) Preparing the Traffic Control Plan Details
2) Adherence to City and Texas Manual on llniform Traffic Control Devices
(TMUTCD)
3) Obtaining the signature and seal of a licensed Texas Professional Engineer
4) Incorporation of CiTy comments
28 1.3 REFERENCES
29 A. Reference Standards
30
31
32
33
34
35
36
1. Reference standards cited in this Speciftcation refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of
Transportation, Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges.
37 1.4 ADMINISTRATIVE REQUIREMENTS
38
39
40
A. Coordination
1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to
implementing Traffic Control within 500 feet of a traffic signal.
41 B. Sequencing
42 1. Any deviations to the Traffic Control Plan included in the Drawings must be first
43 approved by the City and design Engineer before implementation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS
Revised July l, 2011
South Main Street
City Project No. 02ll 3
347113-3
TRAFFIC CONTROL
Page 3 of 5
1 1.5 SUBMITTALS
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
A. Provide the City with a current list of qualified flaggers before beginning flagging
activities. Use only flaggers on the qualified list.
B. Obtain a Street Use Permit from the Street Management Section of the Traffic
Engineering Division, 311 W. 10`h Street. The Traffic Control Plan (TCP) for the
Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set.
A copy of this Traffic Control Plan shall be submitted with the Street Use Permit.
C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional
Engineer.
D. Contractor shall prepare Traffic Control Plans if required by the Drawings or
Specifications. The Contractor will be responsible for having a licensed Texas
Professional Engineer sign and seal the Traffic Control Plan sheets.
E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal
changes to the Traffic Control Plan(s) developed by the Design Engineer.
F. Design Engineer will furnish standard details for Traffic Control.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS (NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.9 QUALITY ASSURANCE [NOT USED]
20 1.10 DELNERY, STORAG�, AND HANDLING [NOT USED]
21 1.11 FIELD [SITE] CONDITIONS [NOT USED]
22 1.12 WARRANTY [NOT USED]
23
24
25
26
27
28
29
30
31
32
33
34
35
36
PART2- PRODUCTS
2.1 OWNER-FURNISHED [ox) OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 ASSEMBLIES AND MATERIALS
A. Description
1. Regulatory Requirements
a. Provide Traffic Control Devices that conform to details shown on the
Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control
Device List (CWZTCDL).
2. Materials
a. Traffic Control Devices must meet all reflectivity requirements included in the
TMUTCD and TxDOT Specifications — Item 502 at all times during
construction.
b. Electronic message boards shall be provided in accordance with the TMUTCD.
2.3 ACCESSORIES [NOT USED)
CI1'Y OF FORT WORTH South Main Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Revised July I, 2011
34 71 13 - 4
TRAFFIC CON'IROL
Page 4 of 5
1 2.4 SOURCE QUALITY CONTROL [NOT USED]
2 PART 3 - EXECUTION
3 3.1 EXAMINATION [NOT USED]
4 3.2 PREPARATION
5 A. Protection of In-Place Conditions
6 1. Protect existing traffic signal equipment.
7 3.3 INSTALLATION
8 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on
9 the Drawings and as directed.
10 B. Install Traffic Control Devices straight and plumb.
11 C. Do not make changes to the location of any device or implement any other changes to
12 the Traffic Control Plan without the approval of the Engineer.
13 1. Minor adjustments to meet field constructability and visibility are allowed.
14 D. Maintain Traffic Control Devices by taking corrective action as soon as possible.
15 I. Corrective action includes but is not limited to cleaning, replacing, straightening,
16 covering, or removing Devices.
17 2. Maintain the Devices such that they are properly positioned, spaced, and legible,
18 and that retroreflective characteristics meet requirements during darkness and rain.
19 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal
20 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades,
21 lights, signs, or other precautionary measures for the protection of persons or property), the
22 Inspector may order such additional precautionary measures be taken to protect persons
23 and property.
24 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by
25 or in conflict with the proposed method of handling traffic or utility adjustments, can be
26 constructed during any phase.
27 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight
28 distance of drivers entering the highway from driveways or side streets.
29 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may
30 be erected and mounted on portable supports.
31 1. The support design is subject to the approval of the Engineer.
32 I. Lane closures shall be in accordance with the approved Traffic Control Plans.
33 J. If at any time the existing traffic signals become inoperable as a result of construction
34 operations, the Contractor shall provide portable stop signs with 2 orange flags, as
35 approved by the Engineer, to be used for Traffic Control.
36 K. Flaggers
CITY OF FORT WORTH South Main Street
STANDARD CONS7'RUCTION SPECIFICATION DOCUMENTS City Project No. 02113
Revised July 1, 2011
347113-5
TRAFFIC CONTROL
Page 5 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
IS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
1. Provide a Contractor representative who has been certified as a flagging instructor
through courses offered by the Texas Engineering Extension Service, the American
Traffic Safety Services Association, the National Safety Council, or other approved
organizations.
a. Provide the certificate indicating course completion when requested.
b. This representative is responsible for training and assuring that all flaggers are
qualified to perform flagging duties.
2. A qualified flagger must be independently certified by 1 of the organizations listed
above or trained by the Contractor's certifed flagging instructor.
3. Flaggers must be courteous and able to effectively communicate with the public.
4. When directing traffic, flaggers must use standard attire, flags, signs, and signals
and follow the flagging procedures set forth in the TMUTCD.
5. Provide and maintain flaggers at such points and for such periods of time as may be
required to provide for the safety and convenience of public travel and Contractor's
personnel, and as shown on the Drawings or as directed by the Engineer.
a. These flaggers shall be located at each end of the lane closure.
L. Removal
1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights
and other Traffic Control Devices used for work-zone traffic handling in a timely
manner, unless otherwise shown on the Drawings.
3.4 REPAIR / RESTORATION [NOT USED]
3.5 RE-INSTALLATION [NOT USED]
3.6 FIELD [oRJ SITE QUALITY CONTROL [NOT USED]
3.7 SYSTEM STARTUP [NOT USED]
3.8 ADJUSTING [NOT USED]
3.9 CLEANING [NOT USED]
3.10 CLOSEOUT ACTIVITIES [NOT USED)
3.11 PROTECTION [NOT USED]
3.12 MAINT�NANCE [NOT USED]
3.13 ATTACHMENTS (NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
32
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
South Main Street
City Project No. 02113
AP�ENDIX
rn���� � �.���i�y-e€-����
GG4.02 Subsurf�ce and Physical Canditions
GC-4.04 Undergroui�cl �acilities
f E-4:9 ��e
GG6.O6.D Minoi•ity and Women Owneci Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscritnination
GR-01 GO 00 Product Requirements
Cl7'Y OF PORT 1VORTH South Main Slreet
STANDARn CONS'CI�UCTION SPECIFiCA'f10N ppCUMENTS Yroject No. 02113
Rcvised 7ttly 1, 201 I
GC-4.02 Subsurface �nd Physical Conditions
; . .. ,' _: � ; � ► � � = ._ 'i:�,/=�►�':�
Cl"I'Y OF FORT �VOlt7'H South Mnin Slrect
STANDARD CONSTRUC 170N SPECIFICATION llOCUMF.NTS }'roject No. 02113
Re��ised Iuly i, 2011
ALPHA Report No. G 131008
''
�
Recommendations provided in this report were developed from information obtained in test
borings depicting subsurface conditions only at the specifc boring locations and at the particular
time designated on the logs. Subsurface conditions at other locations may differ from those
observed at the boring locations, and subsurface conditions at boring locations may vary at
different times of the year. The scope of work may not fully define the variability of subsurface
materials and conditions that are present on the site.
The nature and extent of variations between borings may not become evident until construction.
If significant variations then appear evident, our office should be contacted to re-evaluate our
recommendations after performing on-site observations and possibly other tests.
FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling a total of nine (9) test borings to a
depth of about 10 ft each in general accordance with ASTM D 420 using standard rotary drilling
equipment. The approximate location of each test boring is shown on the Boring Location Plan,
Figure 1. Details of drilling and sampling operations are briefly summarized in Methods of
Field Exploration, Section A-1 of the Appendix.
Subsurface types encountered during the field exploration are presented on the Log of Boring
sheets included in the Appendix of this report. The boring logs contain our Field Technician's
and Engineer's interpretation of conditions believed to exist between actual samples retrieved.
Therefore, the boring logs contain both factual and interpretive information. Lines delineating
subsurface strata on the boring logs are approximate and the actual transition between strata may
be gradual.
LABORATORY TESTS
Selected samples of the subsurface materials were tested in the laboratory to evaluate their
engineering properties as a basis in providing recommendations for pavement sections design
and earthwork construction. The following laboratory tests were performed to facilitate
pavement section recommendations:
• Moisture Content (ASTM D 2216)
• Atterberg-Limits (ASTM D 4318)
• Sulfate Content (TX-145-E Part II)
Individual test results are presented on the attached Logs of Boring or enclosed summary sheets.
GENERAL SUBSURFACE CONDITIONS
The upper approximately 1%Z ft of materials encountered in the borings generally consisted of a
pavement section with about 3 inches of asphalt underlain by about 12 inches of brick underlain
by about 6 inches of concrete. Subgrade soils present below the existing pavement section in
Borings 5 and 7 generally consisted of clayey gravel to a depth of about 6 ft underlain by clay
soils to the 10 ft termination depth of the borings. Subgrade soils present below the existing
l�
ALPHA Report No. G 131008
''
�
pavement section in the remaining borings generally consisted of clay and/or gravely clay
extending to the 10 ft termination depth of the borings.. More detailed stratigraphic information
is presented on the attached Log of Boring sheets.
The clayey gravel encountered in Borings 5 and 7 is considered relatively permeable and is
anticipated having a rapid response to water movement. However, the clay soils encountered in
the borings are considered relatively impermeable and are anticipated to have a slow response to
water movement. Therefore, several days of observation would be required to evaluate actual
groundwater levels within the depths explored. Also, the groundwater level at the site is
anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather
conditions and subsurface drainage characteristics.
Groundwater was encountered on drilling tools during drilling at a depth of about 4 ft below the
ground surface in Boring 1 and at a depth of about 9 ft in the open borehole immediately upon
completion of drilling. No free groundwater was encountered in the remaining borings.
However, it is common to encounter seasonal groundwater in fill material and granular materials
(clayey gravel) and from natural fractures in the clayey matrix, particularly during or after
periods of precipitation. If more detailed groundwater information is required, monitoring wells
or piezometers can be installed.
Further details concerning subsurface materials and conditions encountered can be obtained
from the boring logs provided in the Appendix of this report.
ENGINEERING ANALYSIS AND RECOMMENDATIONS
Calculations used to determine the required pavement thickness are based only on the physical
and engineering properties of the materials and conventional thickness determination
procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-
sectional configurations, surface elevations, joint design and environmental factors will
significantly affect the service life and must be included in preparation of the construction
drawings and specifications, but were not included in the scope of this study. Normal periodic
maintenance will be required for all pavement to achieve the design life of the pavement system.
Pavement Subgrade Preparation
We understand the bricks present below the asphalt in the existing pavement section will be
salvaged for repurposing. In addition, due to current and anticipated development in the area
over the next 5 years, we understand a temporary asphalt pavement section will be constructed
to enable easier access to utilities situated below the pavement. Therefore, we recommend the
entire existing pavement section be completely removed including the asphalt, brick and
underlying concrete.
Grading information was not provided for this study. For the purpose of our analysis, we have
assumed the new pavement surface elevation will be similar to that of the existing pavement
section. After removal of the entire existing pavement section, it is likely imported fill material
will be required to raise the pavement subgrade elevation.
3
l�
ALPHA Report No. G 131008
''
�
In general, lime stabilization of clay subgrades is required per the Fort Worth Pavement Design
Manual (July 2012 draft). However, it is not practical to import clay soils to raise the pavement
subgrade elevation and then stabilize those soils with lime. Also, lime stabilization could be
complicated due to spatial constraints at the project site.
Therefore, we recommend the pavement subgrade consist of a minimum 8 inches of flexible
base material. Any fill required to raise the grade should also consist of flexible base material.
Flexible base should consist of material meeting the requirements of TxDOT Standard
Specifications Item 247, Type A, Grade 1 or 2. The flexible base should be compacted to at
least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range
of 2 percentage points below to 2 percentage points above the material's optimum moisture
content.
Prior to placement of flexible base material, the exposed subgrade should be scarified to a depth
of at least 6 inches and compacted to at least 95 percent of standard Proctor maximum dry
density (ASTM D 698) and within the range of 0 to 4 percentage points above the material's
optimum moisture content.
The flexible base layer will not prevent normal seasonal movement of the underlying untreated
materials. Pavement and other flat work constructed within 2 ft of existing grade could
experience soil-related potential seasonal movements of about 1 to 4 inches. The actual potential
seasonal movements are a function of soil properties to a depth of up to about 15 ft. Deeper
borings would be required to further evaluate potential seasonal movements at this site.
A California Bearing Ratio (CBR) test was not performed for this specific project. However,
based on our experience with similar conditions, we estimate the CBR value of subgrade soils
with a minimum 8 inches of flexible base material will be at least 20.
Portland Cement Concrete (PCC) Pavement Section
Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed
by American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
Compressive strength of concrete
Modulus of Elasticity
Modulus of Rupture
Modulus of Subgrade Reaction*
Load Transfer Co-efficient
Drainage Coefficient
Initial PSI
Terminal PSI
Standard Deviation
Reliability
3,600 psi at 28 days
4,000,000 psi
620 psi
230 pci
3.0
1.0
4.5
2.25
0.39
90 percent
*Subgrade prepared with flexible base material discussed above.
�
i�i
ALPHA Report No. G131008
''
�
Using the Street Classification of "Collector" as described in the referenced Fort Worth
Pavement Design Guide it is estimated annual traffic volume will be about 100,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 25 year design life with 1.5 percent annual
traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the
pavement to be about 3,000,000.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re-evaluate our
recommendations.
Based on the subgrade preparations recommended above, the projected traffic volume and
classification of the proposed road, a minimum 8 inch section of Portland cement concrete
(PCC) is required for this project. PCC should have a minimum 3,600 psi compressive strength
at 28 days. The concrete section should be placed over a properly prepared subgrade as
discussed above. Concrete should be designed with 5+ 1 percent entrained air. Reinforcing
steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement
Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four
of the referenced Pavement Design Manual.
Asphalt Pavement Section
As discussed, we understand the subject street section may be reconstructed with asphalt for a
temporary five (5) year period. The asphalt pavement sections presented in this report were
calculated using the 1993 AASHTO pavement design procedures (WinPAS computer program
distributed by American Concrete Pavement Association). Based on the referenced City of Fort
Worth Pavement Design Manual, the following design parameters were used in analyses of the
asphalt concrete pavement section.
Reliability 85 percent
Standard Deviation 0.45
Soil Resilient Modulus 15,100 (psi), CBR=20
Initial PSI 4.2
Terminal PSI 2.25
Using the Street Classification of "Collector" as described in the referenced Fort Worth
Pavement Design Guide it is estimated annual traffic volume will be about 100,000 Equivalent
Single Axle Loads (ESALs) in one direction over a 5 year design life with 1.5 percent annual
traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the
pavement to be about 515,000.
If the actual expected traffic volume is different than used for our analysis herein, our office
should be provided with the actual expected traffic volume so that we can re-evaluate our
recommendations.
Based on the above design criteria for the subject street segment, the required structural number
(SN) for the flexible pavement section is 2.26 for a temporary 5-year design period. According
to the referenced pavement design manual, a structural coefficient of 0.44 can be used for
5
lJ�
ALPHA Report No. G131008
''
�
Type D asphalt surface course asphalt (TxDOT Standard Specification Item 340) and 0.41 for
Type B asphalt base course (TxDOT Standard Specification Item 340). Table A below contains
the recommended flexible pavement section for the temporary 5-year design period.
Table A: Minimum Pavement Section for Temporary 5-Year Design
Period Constructed above Pro erl Pre ared Sub rade as Discussed Herein
Layer Material Minimum Layer Structural Layer Structural
Thickness (in) Coefficient Number
Type D Asphalt 2 0.44 0.88
Surface Course
Type B Asphalt 3.5 0.41 1.44
Base Course
Flexible Base g N/A N/A
(TxDOT Item 247)
Cumulative Structural Number 2.31
Minimum Required Structural Number 2.26
Draina�e and Maintenance
Routine maintenance, including sealing of cracks and joints should be performed over the life of
the pavement. Adequate drainage should be provided to reduce seasonal variations in the
moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of
the pavement is essential.
Soluble Sulfates
A total of three (3) samples obtained from the borings were tested for soluble sulfate
concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are
tabulated below.
Table B: Soluble Sulfates
Soluble
Boring No. Depth, ft Material Type Sulfate, mg/Kg
m
2 2-4 Grayish Brown CLAY 1,030
7 6-8 Brown CLAY 134
9 2-4 Dark Brown CLAY 1,956
Based on the results of laboratory testing, the soluble sulfate content measured in the samples
tested is considered relatively low (<2,000 ppm). It should be noted that concentrations of
soluble sulfates in soil are typically very localized and concentrations in other areas of the site
could vary significantly. Hence, it is recommended sulfate sampling/testing be performed during
construction in accordance with the City of Fort Worth Pavement Design Manual. During
construction experienced geotechnical personnel should make close observations for possible
sulfate reactions.
i�ti
ALPHA Report No. G 131008
GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS
''
�
Variations in subsurface conditions could be encountered during construction. To permit
correlation between test boring data and actual subsurface conditions encountered during
construction, it is recommended a registered Professional Engineering firm be retained to
observe construction procedures and materials.
Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated
until the course of construction. The recommendations offered in the following paragraphs are
intended not to limit or preclude other conceivable solutions, but rather to provide our
observations based on our experience and understanding of the project characteristics and
subsurface conditions encountered in the borings.
Site Preparation and Gradin�
All areas supporting the pavement and areas to receive new fill should be properly prepared.
After completion of the necessary stripping, clearing, and excavating and prior to placing any
required fill, the exposed soil subgrade should be carefully evaluated by probing and testing.
Any undesirable material (organic material, wet, soft, or loose soil) still in place should be
removed.
The exposed soil subgrade should be further evaluated by proof-rolling with a heavy pneumatic
tired roller, loaded dump truck or similar equipment weighing approximately 20 tons to check
for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof-
rolling procedures should be observed routinely by a Professional Engineer or his designated
representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed
during the proof-roll should be removed and replaced with well-compacted material as outlined
in the fill compaction section below. Prior to placement of any fill, the exposed soil subgrade
should be scarified to a minimum depth of 6 inches and re-compacted as outlined in Section 7.3.
If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one
vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to
provide a minimum bench width of five (5) feet. This should provide a good contact between
the existing soils and new fill materials, reduce potential sliding planes and allow relatively
horizontal lift placements.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any ex�avation slopes, tPmporary shPPting or
shoring. Design of these structures should include any imposed surface surcharges.
Construction site safety is the sole responsibility of the contractor, who shall also be solely
responsible for the means, methods and sequencing of construction operations. The contractor
should also be aware that slope height, slope inclination or excavation depths (including utility
trench excavations) should in no case exceed those specified in local, state and/or federal safety
regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or
, successor regulations. Stockpiles should be placed well away from the edge of the excavation
ALPHA Report No. G131008
''
�
and their heights should be controlled so they do not surcharge the sides of the excavation.
Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or
into the excavations. Construction slopes should be closely observed for signs of mass
movement, including tension cracks near the crest or bulging at the toe. If potential stability
problems are observed, a geotechnical engineer should be contacted immediately. Shoring,
bracing or underpinning required for the project (if any) should be designed by a professional
engineer registered in the State of Texas.
�
Due to the nature of the clay soils found near the surface at the borings, traffic of heavy
equipment (including heavy compaction equipment) may create pumping and general
deterioration of shallow soils. Therefore, some construction difficulties should be anticipated
during periods when these soils are saturated.
Fill Compaction
The following compaction recommendations pertain to general filling and site grading. The
pavement subgrade should be prepared as discussed above in the "Pavement Subgrade
Preparation" section of this report.
Clay materials with a plasticity index equal to or greater than 25 should be compacted to a dry
density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698).
The compacted moisture content of the clays during placement should be within the range of 1
to 5 percentage points above optimum.
Clay, gravelly clay and clayey gravel materials with a plasticity index below 25 should be
compacted to a dry density of at least 95 percent of standard Proctor maximum dry density
(ASTM D 698) and within a moisture content range of 1 percentage point below to 3 percentage
points above the material's optimum moisture content.
Clayey materials used as fill should be processed such that the largest particle or clod is less
than 6 inches prior to compaction.
Flexible base material should consist of material meeting the requirements of TxDOT Standard
Specifications Item 247, Type A, Grade 1 or 2. The flexible base should be compacted to at
least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range
of 2 percentage points below to 2 percentage points above the material's optimum moisture
content.
In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below
10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density
(ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The
portion of the fill/backfill shallower than 10 ft should be compacted as outlined above.
�
ALPHA Report No. G 131008
''
�
Compaction should be accomplished by placing fll in about 8-inch thick loose lifts and
compacting each lift to at least the specified minimum dry density. Field density and moisture
content tests should be performed on each lift. As a guide, one test per 5,000 sq ft per lift is
recommended in the pavement areas. Utility trench backfill should be tested at a rate of one test
per lift per each 300 lineal feet of trench.
Groundwater
Groundwater seepage was encountered at a depth of about 4 ft below the ground surface in
Boring 1. Groundwater seepage was not encountered in the remaining borings. However, from
our experience with similar soils and conditions, groundwater seepage could be encountered in
shallow excavations for pavement, utility conduits and other general excavations. The risk of
seepage increases with depth of excavation and during or after periods of precipitation.
Standard sump pits and pumping may be adequate to control seepage on a local basis.
In any areas where cuts are made to establish final grades, attention should be given to possible
seasonal water seepage that could occur through natural cracks and fissures in the newly
exposed stratigraphy. In these areas, subsurface drains may be required to intercept seasonal
groundwater seepage. The need for these or other de-watering devices should be carefully
addressed during construction. Our office could be contacted to visually observe the final
grades to evaluate the need for such drains.
LIMITATIONS
Professional services provided in this geotechnical exploration were performed, findings
obtained, and recommendations prepared in accordance with generally accepted geotechnical
engineering principles and practices. The scope of services provided herein does not include an
environmental assessment of the site or investigation for the presence or absence of hazardous
materials in the soil, surface water or groundwater. ALPHA, upon written request, can be
retained to provide same.
ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations
made by others based on this data. Information contained in this report is intended for the
exclusive use of the Client (and their designated design representatives), and is related solely to
design of the specific structures outlined in Section 2.0. No party other than the Client (and
their designated design representatives) shall use or rely upon this report in any manner
whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended
use. Any such third party using this report after obtaining ALPHA's written acceptance shall be
bound by the limitations and limitations of liability contained herein, including ALPHA's
liability being limited to the fee paid to it for this report. Recommendations presented in this
report should not be used for design of any other structures except those specifically described
in this report. In all areas of this report in which ALPHA may provide additional services if
requested to do so in writing, it is presumed that such requests have not been made if not
evidenced by a written document accepted by ALPHA. Further, subsurface conditions can
change with passage of time. Recommendations contained herein are not considered applicable
for an extended period of time after the completion date of this report. It is recommended our
office be contacted for a review of the contents of this report for construction commencing more
E
.J�
ALPHA Report I�to. G131008
�
�
,
than one (1) year after completion of this report, Non-compliance with any of these
requirements by the Client or anyone elsc shall releasc ALPHA from any liability resulting from
thc use of, ot• reliance upon, this report.
Recommendations provided in this repoi�t are based on our understanding of information
�rovided by the Client about characteristics of the project. If the Client notes any deviation
from the facts aborit project characte�7stics, our officc should be contacted immediately since
this may materially alter ille recommendations. Further, ALPHA TESTTNG, INC. is not
responsible for damages resulting from workmanship of designers or conh•actors and it is
rccommendcd tlie Owner rctain qualified personnel, such as a Gcotechnical Engineering firm, to
�erify constructian is performed in accordance with plans and specifications.
ALPHA TESTING, INC. appreciates the opportunity tc� be of scrvice on this project. If we can
be of further assistance, please contact oui• office.
Sincerely,
.T.�P�� � r�:r9 ��t
__ �
�g,�''•'••• .`�' ��
�* t � � **,�l
..............•�cKAY �!
j MARK L ...........�
.........Si067 � � �
. . �
til��k� �i���ySEQ'���,,'
(���� �``.+� ���'�
BJH/MLM/bjh
ALPHA TESTING, INC.
.
Brian oyt, E.I.T.
Project Manager
.�
Mark L. McKay ,
Scnior Geotechni
Attaclunents: Boring Location Plan - Figure 1
Logs of Boring (Borings 1 through 9)
Key to Soil Symbols and Classifications
Copies: (1) Client
l0
1_�
�„-�---.���-��-�- z�. .�_r:�,� i , ���--,-
� , �, :� , � �,�,�-,' -
--. _. �� , , � �
� � l�+r . - . '� -+
.r..n�.��� f ;.."r �� �..., � -.. , . i � 81, ',,,�" — ' ' �= ' ' `�,1 � � �
,��lfi� i , " . � , },` I` �� � .� -
; �. ? ���r, . � ..: ` � �_ ..�1�.: _�._ '! � � "�
� ��� e � �-�� � � -
� �� � ,;� +B_1 �: ,�E VICKERYBLVD ��i
, �-, � a � r ""''�'�
(M _ l� � � . ' - - : I I S� 1 . �'t � i'� � f...� _�1
. --^� {-, Lp � �
i �i i�,r—`. 1 �. t' 1 � t-� � � ��:' . r
_ �r �. t-i � '�
I'� � •�!� ����� f�,r °� I i,� i��1
� � � ��� �. ��'" —. � ��.� i��, '1 ,w .'�
� , ' � �' r " � '�I `� B-2 , � #,�` r i ,�' �
'y � � L� � �r �
� � .',
� , e � ' , + �`,'��* , , —��1' � II� ��JI�1 �
� � � t , i k 4 � ,.�. � B-3 � ; ���; � � �
� I� -� "�'s-� � � ,�r, � � ;�,� '~�
6 F �-
� ' � .��S�Y����, • � t 1 � . ._ - . h +_
� ! r . 9 • ' , { ' { � � �+ . ��..�1�� I M
_ �� ' i i.
'..i � � ��1 . w i'��, .i �.
' � i : � ��`a �� B-4 .i: " _ , : : -
r.� .� r' r.t r.s � 7.�'
� � t. � ����� +' ��` � �j I �,�
�� ' ;
� � . . ., � . . � _ ��' � ._ �
�I �'�. r [ -� - T � ,
6.� � ��^.� ��� N .. . ' t _ ;I . , .
M �'I 1 i�. � � - ,� — ; 71 y�' � �' �,�' � � r
+.'!F ,�'!; B-5 � � � :
� �'r, ' � � � � � ..� i , ;rv� � ,�� - ..� . +
'�? ��.. � rl ��� � � ' ' "I ' �' : 7� � ... f . r
� �
� � y
i � � r�
�. �: �� � ' � ' I , �' }�.�� �I . � ��s 4� •
..: � B-6 . � i `�
''` _ _i'� * � �' ' � � � " �� � ' ��j i I • t' � � '' .._ ��
a r�1� �'•
� ' ti � 1� � r � � �"' �
!� '�'*"� � ; � � _ + � � � � � ;, - - �
a � , L ._ �, �; + � ' '1, �rj,i
�' " i'j Ar,,+-� —,' � t�' 1 f �4 r y �/
� � . �._t, B-7 � _.e . . ! - � �+... �./� °��
.� � `I �a • .�. ..�'. t
—� ry �.'c+A. � � . � �._, .. _I � � ��"`.� � .! 4 � '. `�� i ;^•�' �
j � --.�,, �,." , , ��,�. � �i�
"��i r i
��yy , L,1 -�Y
�.yy �1 f � � - �� , L- . � Ir
���I I �-�1� + 1 1 �� � ' ��T�' B-O�Ir � � ' ' I � ' t��'T � � �,.�-. ��� �
_ �' � � � � ' � � � ' I �'r1
��' 4'i� �-� ��"' - -m - � ,I F � �� � - ,�
� �T�', � ' ,�` � �, �y ' 1�
� i'.- �;? - t�- �`B-9� '�'~Y � k�
�.,; �, � . � �T ` � � �' f� -1, J� . � :�
,,' �;�, .�j , r=- � , _ ,� , t I t-
, �.
� r`.�� 'ti" r �,J ; ,' f� �, � �
�� �, , , � - �. - � . MAGNOLIA AV , �`' �
,- , �-r, ; p 1 , � I� - t �'� - i � { ��
;�a�5 _�:v�l � � , �: �y,_ �'—� ���� �� ►. �="'�.-. �
� Approximate Boring Locations
Geotechnical Exploration
Pavement Reconstruction
S. Main St. between
Vickery Blvd. and W. Magnolia Ave.
Fort Worth, Texas
Alpha Project No. G131008
N
A L P H A/� T E S T I N G I Boring Location Plan
WHERE IT ALL BEGINS Figure 1
1�
A L P H A/� T E S T I H G 2209 6Visconsin Sh•eet
su;te roo LOG OF BORING NO.: 1
� Dullus, Te.rus Sheet 1 oi 1
75229
W H E R E I T A L L B E G I N S Pha�e: 972-620-891/ PROJECT NO.: G131008
Far: 972-620-1302
i vivw. nlphate,sting. con�
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION SurFace Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS
� a
� � � y E d r � x
m � Q �n Rods (ft): 4 T e u� � � U � o'.°>-' .� « �E � c
�
r " 1 After Drilling (ft): 9 � > C�1 � o c"i � � m @ o � � o � � �'
L .
a �. d O a' C� p � C G a O � O- (� �� !q V
a 1° � After Hours (ft): � a U `� °" �, o °.' a `� � v „ � � .�
c9 � � �a a?� Z j � � a a
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
' °' b�' CONCRETE
q.: •., ro.
e :a'!.A ;
1.5
Brown CLAY with gravel - FILL
3.0
Brown CLAY with sand 1.5 0.9 99 22 47 18 29
Q
5 2.0 31
3.25 30
Z 4.0 26
10 10.0
TEST BORING TERMINATED AT 10 FT
�
2209 YVisconsin Sh•eet
A L P H A/�, T E S T I N G St«t�,°° LOG OF BORING NO.: 2
Dullus, Texus Sheet 1 of 1
75229
W H E R E I T A L L B E G I N S f'hone: 971-620-8911 P R O J E C T N O.: G 1 3 1 0 0 8
Far. 972-620-1302
ivtivw. nlphatesti�ig. coni
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION SurFace Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS
� � a.c m � � t � x
� U � �n Rods (ft): NONE � � 0 3 Y� �= N'� a� Y E J c
r t 1 After Drilling (ft): DRY °' >� � o u E c m � o Z, a o � o �'
n a n c°� � o� d� w � a �t p'_' CJ 'S in �
0 1° � After Hours (ft): � � �' � �0
U� - (/J � � N G U (n � Z C � J � �
a
a ? � � a
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
�' °'•°' CONCRETE
. q.:�:..n.
y': a 'c':
: '�a'. 1.5
Grayish Brown CLAY
3.75 18
5
3.0 28
6.0
Tan CLAY with calcareous deposits
4.0 21 38 15 23
3.5 25
10 10.0
TEST BORING TERMINATED AT 10 FT
��
A L P H A/� T E S T I N G 2209 6Yisconsrn Sh�eet
s�,;re ioo LOG OF BORING NO.: 3
� Dullus, Texus Sheet 1 of 1
75229
W H E R E I T A L L 8 E G 1 N S P��one: 972-620-89/1 PROJECT NO.: G131008
Far: 972-620-1302
�v�vw. nlphatesting. com
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION Surface Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS
�' a
� -o c � � � ,L � x
o `�- o� > rn - r a�
� ° � �n Rods (ft): NONE T `� N �, � � �' °J 'a� � �E � D
V I--' Z`� O N.-. �td (/J ��,` C J J
a Q 1 After Drilling (ft): DRY Q a� c—�° o o c m � o Z` a �j ° " 'c�i
o � � After Hours (ft): �� ��" a � �� a N � v � a
�N � � C � O �' a O � J (0
Hd a � Z � � Q.
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
�`�4'-d�' CONCRETE
t9p4:p .
1.5
Reddish Brown CLAY
3.75 1.4 105 17 41 16 25
5 4.5+ 26
4.5+ 24
4.5+ 22
10 10.0
TEST BORING TERMINATED AT 10 FT
��
A L P H A/� T E S T I H G 2209 Gi'isconsin Sh�eet
s�„re ioo LOG OF BORING NO.: 4
� Du(lus, TL'XUS Sheet 1 of 1
75229
W H E R E I T A L L B E G I N S Phone: 972-610-8911 PROJECT NO.: G131008
Far: 972-620-1302
tivtvw. nlphatestii�g. coni
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION Surtace Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS
� a
� � � � E m t � x
� � Q On Rods (ft): NONE � Z, o y �� U�' �'� � m E J c
U
� r 1 After Drilling (ft): DRY a a d � o o E � m � oo Z, n o a � �'
a a V� p � a o w G a N p� U V
o � � After Hours (ft): � � � � �' � ° 'N
U - m � � � � o•.. � o � m � p, m
� a a j� z� � a
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
�`4'-d� CONCRETE
9.�. a.
b:�6,�.•n':
1.5
Brown GRAVELLY CLAY - FILL
4.5+ 23
4.0
Tan CLAY with calcareous deposits
5 4.5+ 23 48 1 S 30
4.5+ 22
4.5+ 14
10 10.0
TEST BORING TERMINATED AT 10 FT
.L
2209 6Visconsin Sh•eet
A L P N A� T E S T I N G S«ire �°° LOG OF BORING NO.: 5
Dullus, T�,�us Sheet 1 of 1
75229
W H E R E I T A L L B E G I N S pj�one: 972-620-89!/ PROJECT NO.: G131008
Fa�: 972-620-1302
wtivw, nlphatesting. com
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION Surface Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS
� a
-o c � � � ,� � x
� � � �n Rods (ft): NONE a � � N � U" �'.°�-' '� m E � �
(„) ~ � ❑ � 3 y N "O .0 N � � � C J J
r 1 Aftef Dfllling (ft): DRY °' > c7 � o � E ��, m g Z. a a -o � �'
r
p `� � After HoUfs (ft): E �� �� a° �°�' a N p� U •a '� �
� _ m � � � � o.. o o • :: � 4, m
� a a ?� z � � a
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
'`4 �� CONCRETE
ti9.p'!'.p;.
1.5
Tan CLAYEY GRAVEL - FILL
5
6.0
Brown CLAY
3.5 26 59 24 35
8.0
TanCLAY
2.5 16
10 10.0
TEST BORING TERMINATED AT 10 FT
�
2209 6Visco�isin Si�•eet
A L P H A/� T E S T I N G s«ite roo LOG OF BORING NO.: 6
Dullus, Te,ras Sheet 1 of 1
75229
W H E R E I T A L L B E G 1 N S P>>a�te: 972-620-89/1 P R O J E C T N O.: G 1 3 1 0 0 8
Fax: 972-620-1302
tiv�vw. nlpHate,sti�lg. com
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION Surface Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs I in):
GROUND WATER OBSERVATIONS
� a
� B � � E m L � x
rn o ' -- o c� � o� - a�
� � � �n Rods (ft): NONE � Z, o N � � U � °'� '� � �E � c
a n 1 Aftef Dfllling (ft): DRY Q o C7 � o o E � m o g �. Q � o � �'
U R O a a a �- � a- fy �" (� f?
o `0 � After Hours (ft): � � � �, o �' e ,- �, � � �N
c� � � �a a j� Z? � J a a
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
"� 4 °� CONCRETE
9..;�: %.
ti;..p.:p�;
�: ' e': 1.5
Brown CLAY
2.5 1.8 103 13 56 22 34
4.0
Tan CLAY with calcareous deposits
5 2.75 20
3.75 19
4.0 16
10 10.0
TEST BORING TERMINATED AT 10 FT
A L P H A/� T E S T 1 N G 2209 Wisconsin Sh•eet
s�,;re ioo LOG OF BORING NO.: 7
� Dullus, Te,rus Sheet 1 of 1
75229
W H E R E I T A L L B E G I N S f'hone: 972-620-8911 PROJECT NO.: G131008
Fax: 972-620-1302
ivivw. nlp{ratesting. cam
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION Surtace Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
� GROUND WATER OBSERVATIONS � � � Y E � L o x
c d
� � � On Rods (ft): NONE T � � N � U° �. c.°�-� "a�i � �� � �
n Q 1 After Drilling (ft): DRY Q o CT � o a� � m @ oo Z, Q o � � �`
2� 1] O C a U 'J (/) V
o `0 � After Hours (ft): E � �" a � _�, N o� Q � �N
� � � � a c c�i (%] ' Z 'c � J a, m
a ? � � d
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
Rqi°i<� CONCRETE
tija'; p :
1.5
Tan CLAYEY GRAVEL with asphalt fragments - FILL
5
6.0
Brown to Tan CLAY
3.5 24 49 20 29
2.5 17
10 10.0
TEST BORING TERMINATED AT 10 FT
A L P H A/� T E S T I N G 2209 GVisconsin Sh•eet
s�,tr� ioo LOG OF BORING NO.: 8
� Dullus, Te.cus Sheet 1 of 1
75229
W H E R E I T A L L B E G I N S %'��are: 972-620-8911 PROJECT NO.: G131008
Fax: 972-620-1302
ivtvw. nlphatesting. cont
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION SurFace Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs / in):
GROUND WATER OBSERVATIONS
c a
� �° .� v E a� t ' x
� ° Q �n Rods (ft): NONE T� �� u� c°� " c.°�-� 'a�i � 'E E c
H Z `o '� a� •-
� � 1 After Drilling (ft): DRY °� >� � o cYi E a�i m� o � c�i o � u Z`
a � n �� a� o o ,S� c aN Z'a U •� '� �
o � � After Hours (ft): �� �� a � o�' o o � v �, � a ��
a a �� Z � � a
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
°=�4'¢' CONCRETE
9... :, a.
ti;:p:�.:p:.
;. :: a`: 1.5
Dark Brown to Brown CLAY
2.0 1.5 88 32 59 24 35
5 2.0 24
6.0
Light Brown to Tan CLAY
3.0 28
2.25 16
10 10.0
TEST BORING TERMINATED AT 10 FT
A L P H A�� T E S T I H G 2209 6Visconsin Sh•eet
su;re ioo LOG OF BORING NO.: 9
� Dullus, Texas Sheet 1 of 1
75229
W H E R E I T A L L B E G I N S Phone: 97z-62o-89i1 PROJECT NO.: G131008
Far: 972-620-1302
tivtivw. nlphatesting. con�
Client: DUNAWAY ASSOCIATES Location: FORT WORTH, TEXAS
Project: PAVEMENT RECONSTRUCTION Surtace Elevation:
Start Date: 6/11/2013 End Date: 6/11/2013 West:
Drilling Method: CONTINUOUS FLIGHT AUGER North:
Hammer Drop (Ibs I in):
GROUND WATER OBSERVATIONS
� a
�o c � E a� t � x
� ,°� Q �n Rods (ft): NONE T � �� d U N O1 °�' .a�i � � E �
H Z' O N N� � (� � r.�-` C J J C
r � 1 Aftef DfIIGng (ft): DRY °' > C7 � o c"i � �� @ o � o -o o �`
L a U� o� a o c � �o Z`o. U � �
a a
p `0 � After Hours (ft): � � U � o� o N �� � Q � N
� � � �a a ?� Z ? � � a a
MATERIAL DESCRIPTION
3 inches ASPHALT over red BRICK
1.0
' 4 °�` CONCRETE
q :�. ro.
ti .A..p .
'a: 1.5
Dark Brown CLAY
1.5 28
4.0
Tan CLAY with calcareous deposits
5 1.5 29 51 20 31
1.0 18
1.0 22
10 10.0
TEST BORING TERMINATED AT 10 FT
I�
ALPHA/�
�
TESTING
KEY TO SOIL SYMBOLS
AND CLASSIFICATIONS
WHERE IT ALL BEGINS
SOIL & ROCK SYMBOLS
� (CH), High Plasticity CLAY
� (CL), Low Plasticity CLAY
� (SC), CLAYEY SAND
� (SP), Poorly Graded SAND
�.',��.�',�. (SW), Well Graded SAND
C�_ra
� (SM), SILTY SAND
� (ML), SILT
� (MH), Elastic SILT
� LIMESTONE
� SHALE / MARL
� SANDSTONE
o Q (GP), Poorly Graded GRAVEL
�' (GW), Well Graded GRAVEL
� (GC), CLAYEY GRAVEL
� (GM), SILTY GRAVEL
� (OL), ORGANIC SILT
� (OH), ORGANIC CLAY
� FILL
SAMPLING SYMBOLS
■SHELBY TUBE (3" OD except where
noted otherwise)
�SPLIT SPOON (2" OD except where
noted otherwise)
� AUGER SAMPLE
� TEXAS CONE PENETRATION
�ROCK CORE (2" ID except where
noted otherwise)
RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft)
VERY LOOSE 0 TO 4
LOOSE 5 TO 10
MEDIUM 11 TO 30
DENSE 31 TO 50
VERY DENSE OVER 50
SHEAR STRENGTH OF COHESIVE SOILS (tsfl
VERY SOFT
SOFT
FIRM
STIFF
VERY STIFF
HARD
LESS THAN 0.25
0.25 TO 0.50
0.50 TO 1.00
1.00 TO 2.00
2.00 TO 4.00
OVER 4.00
RELATIVE DEGREE OF PLASTICITY (PI)
LOW
MEDIUM
HIGH
VERY HIGH
4 TO 15
16 TO 25
26 TO 35
OVER 35
RELATIVE PROPORTIONS (%)
TRACE
LITfLE
SOME
AND
1 TO 10
11 TO 20
21 TO 35
36 TO 50
PARTICLE SIZE IDENTIFICATION (DIAMETER)
BOULDERS
COBBLES
COARSE GRAVEL
FINE GRAVEL
COURSE SAND
MEDIUM SAND
FINE SAND
SILT
CLAY
S.0" OR LARGER
3.0" TO S.0"
0.75" TO 3.0"
5.0 mm TO 3.0"
2.0 mm TO 5.0 mm
0.4mmT05.Omm
0.07 mm TO 0.4 mm
0.002 mm TO 0.07 mm
LESS THAN 0.002 mm
i�
ALPNA�TESTING
�
WHEFIE IT ALL BEGINS
li�•uli�chniru(
Cuu,�•lrrrcliu�i Afulerialc
Gnviruninen�al
1 BPE Firm ,Vo. 813
5053l3n�sh C'reek/load
For1 1f'ord�, Texas 76/l9
July l0, 2013
Dunaway Associates, L.P.
550 Bailey A�•enue, Suite 400
Fort Worth, Texas 76107
Attention: Mr. Jeffrey Davis, P.E.
Tel: 817-496-5600
Fux: 817-496-5606
iviv�v. alphatesting.conr
Re: Addendum to Geotechnical Report
"Arterial" Street Classification
Pavement Reconstruction
S. Main St. between
Vickery Blvd and W. Magnolia Ave
Fort Worth, Texas
ALPHA Report No. G131008-]
This letter is an addendum to ALPHA Report No. G131008 dated June 21, 2U13. In the
referenced geotechnical report, we provided Portland cement pat•ement (PCC) recommendarions
for the subject street segment classified as a"Collector" street as described in the City of Fort
Worth Paveraent Manual Guide (Dtaft Document July 2012). We understand the subject street
se�nent will now be classified as a minor artc�7a1 which would conespond with the "Arterial"
street classification as described in the Pavement Design Manual (Draft Document July 2012).
Portland Cement Concrete (PCC) Paveme�it Section for "Az�terial" Strect Classification
Using the 1993 AASHTO pavement design procedures (WinPAS computer program dish•ibuted
by American Concrete Pavement Association), the following design parameters were used in
analyses of the PCC pavement section.
Compressive strength of concrete
Modulus of Elasticity
Modulus of Rupture
Modulus of Subgrade Reaction*
Load Transfer Co-efficient
DY•ainage Coefficient
[nitial PSI
Tenninal PSI
Standard Deviation
Rcliability
3,600 psi at 28 days
4,000,000 psi
62U psi
230 pci
3.0
1.0
4.5
2.25
0.39
90 percent
*Subgrade prepared with flexible base material discussed above.
Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement
Design Guide it is estimated annual traff'ic vo]ume will be about 300,000 Equivalent Single Axle
Loads (ESALs) in one direction over a 30 year design life with 2.5 perecnt amival traftic growth,
i:
ALPHA Report No. G131008-1
�1
�t
.
Based on this, we estimate the cumulative ESALs o�-er the design life of the pavement to be
about 13,171,000.
If the actual expected traffic volume is different than used for our analysis herein, our of�ce
should be provided with the actual expected traffic volume so that we can re-evaluate our
recommendations.
Based on the subgrade preparations recommended above, the projected traffic �•olurae and
classification of the proposed road, a minimum 10 inch section of Portland cement concrete
(PCC) is required for this project. PCC should have a minimum 3,600 psi cornpressive strength
at 28 days. The concrete section should be placed over a properly prepared subgrade as
discussed above. Concrete should be designed with 5+ 1 percent entrained air. Reinforcing
steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement
Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of
the referenced Pa��ement Design Manual.
All comments and recommendations contained in the referenced report remain unchanged except
for those specifically modified herein.
ALPHA appreciates the opportunity to be of service on this projeet. If we can be of furtlier
assistance, please contact our office.
��-"�oF r�:
� �Pt.�,......,., yy�
. y .•' � �•• �t i�
' t� :� : �It I
�;;e .......................�r
TNE000a� �� �aw�s� �
•���Y�������� � ������'
,.e.,.,..0�2418 ; ;
�� ��,\�I�(�� F
�� °•� �,..••' �
"�� AL �.<< p,1�`J
q0.ew�.�.a� "� 1
BJH/TAJ/bjh
Copies: (1) Client
Sincerely,
ESTING, C.
. r�
Brian J. H .I.T.
Project Manager ,
Principal
��
A.(Tony)
.E.
ALPNA��
�
_ yF
WHERE IT ALL BEGINS
(irnir�rlinirn(
( i���.�h�uc'lioil J/ul����irrL�
l:'�� ��i�'��lul�r�nrrl!
7'BP/� Fi�vn Nu. 3!3
5115h' Bru.ch C7•rc•k Xuuc(
hnrr li'ur!l7. Trrn.� 7(!l4
July 1 l, 2013
Dw1,��v��,y Associltes, L.P.
S50 13ailcy Avenue, Suite 400
I�ort Wort11, Texas 76107
Altentic�n: Mr. Jeffi-ey Da� is, P.E.
Tel: 817-�9(-SG00
(ir_� �4/7-d9(-5(06
u��� ��r. rrlphalcsliirg. cnn�
Re: Addendum to Geotechnical [teport
"Arterial" Street Cl��ssi�ication
Aspl�alt Pavement Scctic�n
Pavement Reconstruction
S. Main St. bet�veen
Vickeiy Bl��d and �V. Magnolia Ave
Foi�t Woi�th, Te�as
ALPHA Report No. G I 31008-2
This letter is �n addendum to ALPHA Report No. G131008 dated .fune 21, 2013. In the
rctierencecl geotechnical report, wc ��rovided Portland cement concretc pavcment (PCC)
recou��mendations for the subject street scgment classified as a`'Collector" street as described in
the City of Fort Wortli Pavement Manual Guide (Draft Document July 2012). We unclerstand t}ie
subject street se�nnent will no�v be classificd as a minor arterial which would correspond with the
"Arterial" street classiflcation as describecl in the Pavement Design Manual ([�rai�t Document
July 2012). An addendum letter (ALPf-lA Report No. G131008-1 dated July 10, 2013) was issued
���ith recominendations for PCC' pa��cment recommendations for the "�lrterial" street
cl�lssification. The putpose of this addendum letter is to �rovide pavemeut section
recoii�mendations for aspl�alt pavement for "Arterial" street classitication.
Aspl�alt Pavement Section
'l'he asphalt pavement section presented in this report were calculated using the 1993 AASHTO
pavemcnt design pi•ocedures (WinPAS computer pi•ograni distributed by Amct•ican Conct•ete
Pavcinent Association). Based o» thc refe�•enced City of Fort Woi-tl� Pavement Design Manual,
the t��llo�ving design parameters were used in analyses of the asphalt concrete pavement section.
Reliability 90 percent
Standard Deviation 0.45
Soil Resilient Mod��lus 9,400 (psi), CBR=10
1�Iitial PS1 4.2
"rerminal PSI 2.s
Using tlie Street Classification of� "Arlcrial" �s described in tlle referenced �c�rt Worth Pavement
Dc;sigi� Guide it is estimated annual trat'fiic volu�lie will be about 300,000 Fc�iiiv�llent Single Axle
Loads (CSnLs) in one direction over a 30 ye��r �lesign life with 2.5 perce�ll ai�nual trattic gi�owtl�.
Based on this, we estin�ate the cumul�itive ESALs over the design life of' the paveinent to be
ALPHA Report No. G 131008-2
�
'
�
about 13,171,000. lf the actu�il expected traffic volume is diffe�•ent than 11S2(i fOT OUf flll�llyS1S
herein, our ottice should be provided with the actual eYpected traF(ic volume so that wc can re-
evaluate ow� recommendations.
Basecl on the abuve design criteria t��r the subject street segment, the required structural nutnber
(SN) for thc flexible jJc�V�IllCllt section is 4.78. According to thc reierenced pavement design
manual, a Stl'llCiLlCill coefticient of 0.44 can bc; uticd for Type D asphalt surface co�n•se asphalt
(TxDOT Standard Specification 11em 340) and Q.41 for Type B as��h��lt base coursc: ("I'xDOT
Standard S��ecitication Item 340). "I'able A below contains the recommended flexible ��avement
section for the temporaty 5-year design period.
T�ble A: Minimum Pave�nent Section for 30-Year Design Peri��d Consti�ucted above
erly Preparecl Sub�rade �is Described in ALP1 [A Report No. G I 31008 Dated July I 0, 2013
Layer IVlateri�l NYinin�wn L�,yer•
'I'hic{uiess (in)
Type D Asphalt
4.5
Surtace Course
Type Q Asphalt �
Bas� C:ow�se
Flexiblc i3ase �
(TxDOT ltem 247)
Cumulative Stnictural Number
Minimum Rectuired Strtactural Number
Struct�u•�l
Coefficient
0.44
0.4 l
N/A
4.7�
4.�5
Ln,yer Structw•al
Numbcr
1.9�
2.87
N/A
All comments and recommendations contained lierein ai�e considered addition�il aild
recommendations in tlle refereilced report and subsequent addend�ul� letter i•emain unch<inged.
ALPHA ap��reciates the opp�n�t�uiity to be of service on this project. If we can be of fiu-ther
assistancc, E�lcase contact our of�iice.
Sincei�ely,
yL����" .
�,.. �l�U �l''��',
' ���},,°� ,,,oao.,'� .
. , ,� ,• � �,o ,� �,
�r �`• • - ,,,{,�;v°�(
�����au.�.:.,e•,.... °o '
9 '�EppO�F ; . �,a�l1��i ,
9 ... �;
aoesos������2�i E3 ..
a9 ; � s
�4 ����OC� � ° �,
e r.
r
�1` �0�r���•`° ,�
��° �'� �`\�3
�t�,w.n-...,z :^`' �
1�
ALPHA TESTING, INC.
` �i�s�`�`' ,��� `— —
"/
/ •
[3r�an J. H��t, _�..I.'I'.
Project �nager
�%�'�� _--�,
Theodore A. (Tony�,,Lai�i�h, P.E.
Principal
BJH/TAJ/b_j}�
Copies: ( I ) Clicnt
,, -
�
ALPHA /�
�
TESTIHG
WHERE IT ALL BEGINS
Grulr��'h�rirul
(�un>irn�'liu�� dlnr�'i�rrrl.+
F'N Pi��nluN Pl1lU!
7'BP/i !'irm No. 8! �
511i,A' /{�'i�.�l� Cr�'cA llnuil
1'�w'l 11'n��lll. Tc'.ru� 7l1 /'/
No��ember 5, 2013
Dun.�wa,y Associates, L.P.
550 Bailey Avcnue, Suite 40O
Fort Worth, Texas 76107
Attelltion: Mr. Jei�fi•ey Da��is, P.E.
T��l ��1' l 7-d 9h- i6lll)
Fu.t� �Y17-�1)b-S60h
u ii �r.ul/�liule,slin�.cnin
Re; Addendum to Geotechnical Report
"Acterial" Sireet Classilication
Pavement Recoiish•iiction
S. Maii� St. between
Vickery Blvd and �V. Magnolia Ave
[�ort Woi-tll, `1'exas
ALPHA Repori No. G I 3 I 008-3
This lettei� is an addevdum to ALP[-IA Repot�t No. G131008 dated June 21, 2013. I�a tlie
retercnced geotcchnica] report, we providccl Portland cement pavement (PCC) recotnmendations
ior the subject street segment classificd as a"Collector" street as described in the Cit�� of l�ort
Worth Pavement Manual Guide (Dratt Docuineilt Jtily 2012). We now understand the subject
street se�,���ent ���ill be utilirecl in a capacity whicl� would corresp�i�d ��vith a street classit�ieation
bet���een "Collector" street and "Arteri�l" sh�eet as cicscribed in the Pavement Desi�� ��lanual
(Dratt Doc�tmcnt July 2012).
Portland Cement Concrete (PCC) Pavement Section for "Arterial" Street Classi�cation
tlsing the 1993 AASHTO pavement design proce�ures (WinP/�S computer prog�•am distributed
by Aiue1-ican Concrete Pavement Associ��tion), thc following design parameters were used in
��nalyses of�tile PCC pavement section.
COill��l'L'SS1Ve Stl'ell�t}1 Of COI1Cl'eiC
Modulus of Elasticity
Modulus of Ruphn�e
Modulus of Subgrade Reaction''�
Load Tr<�nsfer Co-efficient
Draina�;c Coefficient
Initial PSI
Tenniilal PSI
Standard De��iation
Reliability
3,600 psi at 28 days
4,0OO,OQO psi
620 psi
230 pci
3.0
1.0
4.5
2.25
0.39
90 percc;nt
�Subgracle preparecl �vith flexiblc base material discussed in our
original report.
AI.PI-IA Report No. G 131008-3 '
�
�
Qased on inti�rmation pro�icied by thc C'lient, �ve iu�derstancl the subject strcet segment will have
a t�tal traffic volume of about 6,?3�,000 equivalent 18 kip single axle loads (I;SAL.$) over a 25
year clesi�n period. If the actual �xpectcd traftic volume is different than usccl for our analysis
herein, ow� office should be provi�lecl with the actual expected traffc vc>lumc so that ���e can re-
e��aluate c>�u• recominendations.
Based on tlie subgi•acle p►�e�aratioi�s rccominended in otu• oi-iginal i�eport, the p��ojected traffic
v��lume ��id classification of the pro��osed road, a miuimwn 9 iiich section of' Portland cement
cc�ncrete (PCC) is required for this ��roject. PC'C SIlOLIIC� Y11VE a 11�1I11111U111 3,600 psi compressi��e
strength at 2t� days. The eonerete sectic�n should be placed over a properly ��reparccl sub�rade as
discussed in tlle original i-eport. Concrete shotild be designed with 5-F I��ercent cntrained air.
Rcinf-o�•cing steel for co�lcrete pavement shoulci be in accordance ��ith Table 4.1 of the rcfcrenced
Pavement Design Manual. Joints and sa�v-cutting in conerete shoulcl be in accol�clailce �vith
Section Four of the referenced Pavemei�t Design Manual.
All comments and recommendatio»s contained in the referenced repo�'t remain unchanged except
fi�r those specifically �liodified herein.
ALPI lA appceciates the opportunity to he of service on this project. II� ���e can be of f�n-ther
assist��nce, E�lease coiltact our oftice.
Sincerely,
ALPHA TCSTI , T1�C.
��= ��� �� �
Brian J. Hoyt, E. .T.
Project Manager��
�>>������ /
r ��P.�� OF TF�� O,1
�" ��
� * * PI �� •
� ' I
,
i�• .....................* 0 Ma��k L. McC , P.E.
%�� MARK L, McKAY ,� Seniot� Geotechnical Cngincer
� .............. ,.....¢ i
�j+�'•, �91067� .��c� ��
I3.11-1/MLM/bjh �1� �`F ���ENs�����=
C'opies: ( I ) Client 1��0\ ��a� �� ' /�/�
ALPNA/�
�
TESTING
WHERE IT ALL BEGINS
Geotechnicvd
Coitsiruction Ntnlerirrls
E�i viroiuneilird
TBPE Firm No. 813
5058 Bi�ush Ci�eek Road
Fa�t Worth, Texas 76119
November 18, 2013
Dunaway Associates, L.P.
550 Bailey Avenue, Suite 400
Fort Worth, Texas 76107
Attention: Mr. Jeffrey Davis, P.E.
Te(: 817-496-5600
Fax: 817-496-5606
lvivw. alphatesting. can
Re: Addendum to Geotechnical Report
Subgrade Preparation Alternatives
Pavement Reconstruction
S. Main St. between
Vickery Blvd and W. Magnolia Ave
Fort Worth, Texas
ALPHA Report No. G 131008-4
This letter is an addendum to ALPHA Report No. G131008 dated June 21, 2013. Provided herein
are alternatives to the previous recommendations for subgrade preparation. Lime stabilization is
discussed as one option. Increasing the concrete thickness in lieu of subgrade modification is
discussed as a second option.
Also provided herein are recommendations to verify the constructed pavement subgrade strength
conforms to the recommendations and assumptions of the design pavement subgrade strength
used in our analyses.
Lime Stabilization
As an alternative to constructing a pavement subgrade consisting of 8 inches of flexible base
material, an equivalent pavement subgrade could consist of 8 inches of lime stabilized onsite clay
soils.
Where clay soils are encountered at the final pavement subgrade elevation, the exposed clayey
subgrade soils should be scarified to a depth of 8 inches and mixed with a minimum of 7 percent
hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item
260. Using an in-place dry unit weight of 100 pcf for the pavement subgrade soils, this
percentage of lime equates to about 42 lbs of lime per sq yard of treated area.
Since the initial pavement section tivas designed using flexible base material for the pavement
subgrade, a mechanical lime series test was not performed on a bulk sample of material
collected during the field exploration. Therefore, routine Atterberg-limit tests of the lime
stabilized pavement subgrade soils should be performed during construction to ver� the
resulting plasticity index of the soil-lime mixture is at/or below 15. It is possible that routine
Atterber�-limit tests performed durin� construction could reveal the required percentage of lime
is higher than recommended above.
ALPHA Report No. G131008-4
''
�
We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the
pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of
pavement.
Lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of
the underlying untreated materials. Therefore, good perimeter surface drainage with a minimum
slope of 2 percent away from the pavement is recommended. The use of sand as a leveling
course below pavement supported on expansive clays should be avoided. Normal maintenance
of pavement should be expected over the life of the structures.
Increasin� Portland Cement Concrete (PCC) Thickness — Alternative to Flexible Base or
Lime Stabilized Sub�rade
ALPHA Report No. G131008-3 dated November 5, 2013 (Addendum to ALPHA Report No.
G131008 dated June 21, 2013) recommends a minimum 9 inches of PCC pavement supported on
a pavement subgrade consisting of a minimum 8 inches of flexible base material. As an
alternative, the recommended 9 inches of PCC pavement could be supported on a pavement
subgrade consisting of a minimum 8 inches of lime stabilized on-site clay soils as discussed
above.
As a further alternative, rather than constructing the recommended 9 inch PCC pavement section
on a flexible base or lime stabilized subgrade, the PCC pavement section could be increased to
10 inches and constructed over a recompacted, untreated clay subgrade.
Prior to construction of pavement on untreated clay subgrade soil, the exposed subgrade should
be scarified to a depth of at least 6 inches and compacted to at least 95 percent of standard
Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points
above the material's optimum moisture content.
Verification of Pavement Sub�rade Strength
The recommended pavement sections for this project are predicated on adequate pavement
subgrade strength.
The strength of the flexible base pavement subgrade or the lime stabilized pavement subgrade
should correlate to a California bearing ratio (CBR) value of at least 10 to be considered
adequate for support of the recommended 9 inch pavement section.
The strength of the untreated, recompacted clay subgrade should correlate to a California bearing
ration (CBR) value of at least three (3) to be considered adequate for support of the
recommended 10 inch pavement section.
In order to verify the appropriate pavement subgrade strength has been achieved, prior to pouring
the PCC pavement section, we recommend the pavement subgrade be tested with a hand operated
dynamic cone penetrometer (DCP). Allowing for some minor differences in equipment (i.e.
ALI'HA Report No. G I:i 1 UOY-4
�
'
�
hami»er d��op distance, hammcr weight, cone angle, etc.), DCI' lcsting shoulcl be �erfonned in
general accordance with AS�('M Special Technical Publication Nci. 399. A re�istered Professional
Engineer shauld be retained to perform, verify and re��iew results oi� DCP testing.
DC[' testing is not a substitute for cv<�luating and proof-rolling the pavement subgrade as
clisctissed in the referencecl �eotectinical repoi-t (ALPHl1 Report No. G1310�8 dated Juiu 21,
2013). DCP testing should be pei-fo�7ned aftei• pi•oof�rolliiig.
All comments and rea�mmendatioiis coiitained in the refei•enced report attd subsec�uetit
addendum reports remain unchanged except for those s��ccifically modified her�in.
ALPHA appi•eciates the op�x�rtunity to be of service on tliis project. I1� �ve can be �f ftirtlle►•
assistance, plcase contact o�n� office.
Sincerely,
B.IE-I/MLM/bjh
Co��ies: (1) Client
m ;�� o F rF,��rt�o
� �,�P . �s * o�ae
� * �... .... �`� � �
���� MARK L. McKAY .m
e. .. ...91067 r fu s
�I��.o� ��CENS`��'�\�e
+��seoe�� o;�? ���s i7
l
ALPHA TI�STING
�, _ ��2
<--___
I3rian J. 1-layt, C.I. .
Pr��ject Manager
— � -, ,;
��
I r� ,,
Marlc L. McKa�, P .
Senioi• Geotecfinical E►�gineer
3
1
ALPNA /������'����;
i
{MHERE IT ALL BEGINS
�,��.,�,�,.,;;,;-,
C �uusn �ir�i:,,��:lrnr�-i i�rl��
Llirh�nirm��i�l�d
TBPF. Fir��� Na Sl3
SOSb' Bru.eh C7�erlt Roud
Furl hYorllt, Te.ra.s 7( / l J
October C, 2014
Dunawa,y Associates, L.P.
550 Bailey Avenue, Suite 400
Fort Woi-th, Texas 76107
Attention: N[r. Jeffi�ey Da�°is, P.E.
T��l: �1'17-9I6-5600
Fn.r: �i l 7-496-5608
u iru.ulphnles(r�1�.con�
Re: Addendum to Geotech�lical Report
Reclaimed Asphalt Compaction and
South Extension Overlay
Pavement Reconstruction
S. Main St. between
Vickery Blvd and W. Magnolia A��e
Fort Wo��tli, Texas
ALPHA Re��o�-t No. G 131008-5
This letter is an addendum to ALPHA Report No. G 131008 dated June 2 I, 2013. Provided herein
are recommendations for con�paction of reclaimed asphalt used for � temporai}� parking area
surface located at tlie northeast cot-nei- of Galveston Avenue and West Daggett A��enue. Also
provided are ovei•lay i•ecommendations foi- d�e southerninost pol-tion of the South Main Streei
extension between West Rosedale Sh�eet and East Oleander Street,
Recl�imed Asnhllt Compaction for Temnorary Parlcing Surface
We undei•stand tlie existing as�halt pavement demolished fi-om the Soutli Main Street
reconstruction will be reclaimed to construct a temporary parking su�-face at the vacant lot located
on tlie noi-tlieast corner of Galveston Avenue and West Daggett Avenue.
The existing subgrade soils at the vacant lot should be processed to provide uniform support for
compacted reclaimed asphalt. In general, prior to placement of compacted reclaimed asphalt, the
exposed sub��ade should be scarified to a deptl� of at least 6 inches and co�npacted to at least 95
pei•cent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4
percentage poiiits above the material's o��timum inoisture content. ALPHA did not obtain
sub�-ade soil samples from the proposed parking area. Therefore, if these general compaction
recoinmendations are not sufficient for the material encountei-ed at the subgrade sui-face, oui•
office should be contacted for further evaluation.
The reclainied asphalt should be processed to a maximuni nominal pal�ticle diameter of 1 inch
and compacted to at least 95 percent of standard Proctor maximum dry density. The compacted
moistLn-e content of the processed reclaimed asphalt is not considered crucial to proper
��erfoi7nance. Howevei-, if the iliatei-ial's tnoisture content dw•ing placemeiit is within 3
percentage points of optimum, t}ie compactive effort required to acliieve the minin�um
compaction c��itei•ia inay be minimized. The processed i•eclaimed asphalt should inco�porate
sufficient fines to prevent the presence of voids around larger diameter rock ��ieces. A gradation
of at least 40 per•cent passirig a standard No. 4 sieve is recommended.
ALPHA Report No. G 13100�-5
�
�
�
f=-v : �
Consideration could be given to sealing the surface with a surface treatn�ent in accordance with
TxDOT Standard Specificatioi� Item 316 or 318.
These recom�neiidations sei-ve as a reasonable appi•oaeh to constructin�; a tempora�y weatlier-
resistant surface for light automobile parking. No estimated or expected design life is implied
v��ith these recommendations. Routine and re�ular n�aintenance associated with potholing,
rutting and general deterioration of tempora�y pavement surfaces should be expected.
Asph�It Overlav of Soutl�ern Po►�tion of Soutl� n�ain Street Reconstruction
We understand it is proposed to mill the asphalt down to the existing br-ick layer and place a 3
inch asphalt overlay at the South Main Sti•eet reconstr-uction located befi��een West Rosedale and
East Oleander Street.
After �nilling the existing stu�face, the exposed bricic surface should be thoroughly cleaned and a
pi•oof-roll should be performed. Any loose bi�icks and/or rolli►ig subgrade exposed fro�u tiiilling,
cleaning or proof-rolling should be repaired. After the bricl< surf'ace has been cleaned and
p��epared, a bihuninous underseal should be applied in accordance with TxDOT Standard
Specification Itei�� 310.
Asphalt placed for the 3 inch o��erlay should confoi7il to TxDOT Standarcl Specification Item
340, Type D Surface Course.
These recommendations se�ve as a reasonable approach to constructing the proposed 3 inch
asphalt overlay. No esti�nated or expected design life is implied with these ��ecommendations.
Routinc and t•egular maintenance associated with the proposed asplialt overlay should be
expected to occur at ea�•]ier and more fr�equent intelvals than those associated with a full deptl�
design section.
All cominents and recommcndations contairied in the i•efel•enced report and subsequent
addendum reports remain unchanged except for those specifically modified her•ein.
ALPHA appi-eciates t11e opportunity to be of se�vice on this project. If we can be of furthei-
assistance, please contact oui• office.
Sincei•ely,
ALPHA TESTING, INC.
��,----1 �� ..r�..�..�.._ _ _ _
Brian J. Hayt, P.E.
Geotechnical Dep�rhne�it M
BJH/TAJ/bjli
Copies: (1-PDF) Client
� �P��' OF rF-��0
%5 . � ' •. qs,9*ei
*� 1
�• �
..........................................::.....
THEODORE A. JANISH
............................... �e
�o ��� 82418 .� � �
���
@�o�.c�'•. � �CE N 5��. •''���
, a, °4� °a�� 1 co � �`�
t
/�
� �-�-�'� _
�_, -
Theodore A. (Tony) Ja 'sh,, .E.
Principal
--- �----
�C-6.06.I) l�/Ixnority and �Vome� Ovvned �u�iness �
Enierprise Compli�nce
T�IS PAGE L�F`I' INTENTI�IO�ALL� BLAI�I�
CfPY OP PORT \�'ORTH Soulh bfaiu Street
STANDAItD CONSTRUCTION SPEC1FfCAT10N DOCUMF.NTS Projecl T�o. 02113
Revised July I, 201 l
GC-6.07 VVa�e lZates
' , � , ;� , �
CITY OP FOR'i' 1VORTH South Mnin Strect
S'i'ANDARD COVSTRUCTI0�1 SPF,CIFICAI'ION llOCUMENTS ['roject No. 02! 13
Re��ised July l, 20 t 1
2013 PREVAILING WAGE RATES
(Heavy and Highway Cans#ruction Projects)
CLASSlFICATION DESCRlPT10N
Asphalt Distributor Operator
Asphait Paving Machine Operator
Asphalt Raker
E3room or Sweeper Operator
Concrete Finlsher, Paving and Structures
Concrete Pavetnent Finfshing Machine Operator
Concrete Saw Operator
Crane OperaYor, Hydrau(fc 80 tons or less
Crane Operator, Lettice Room 80 Tons or Less
Crane Operator, Lattice Boom Over 80 Tons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or less
Excavator Operator, Over 50,000 pounds
Flagger
Form Bu(Ider/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
foundation Drill Operator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front [nd Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/6ackhoe Operator
Mechanic
Milling Machine Operator
Motor Grader Qperator, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Roiler Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Smail Slipform Machine Operator
Spreader Box Operator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
'I'ruck Driver, Single Axle
Truck briver, Single or Tandem Axle bump Truck
Truck briver, Tandem Axle Tractor with Semi Trailer
Welder
Work zone Barrlcade Servicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
S
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
16.05
14.48
1$.12
17.27
20.52
14.07
19.80
17.19
16.99
10.06
13.8G
13.16
17.99
2�.,Q7
13,69
14.72
10.72
12,32
15.18
17.68
14.32
17.19
16.Q2
12.25
13.63
13.24
1�.0�
16.18
13.08
11.51
12.96
14.58
15.96
14.73
16, 24
14,14
12.31
12.62
12.86
14.$4
11.68
The Davis-Bacon Act prevailing wage rates shawn for Heavy and Highway construction projects were determined by
the United 5tates Department of t.abor and current as of September 2013, The titles and descrfptions for the
classificatlons flsted are detailed in the A6C of Texas' Standard !ob Classi(ications and Descriptions ior Higttway,
Heavy, Utilities, and Industrial Construction in Texes.
Page 1 of 1
GCm6.09 Permi�s and I.Ttz�itiies
'�`I3IS P.��� I.,E�+'I` I�'I`�NTIC�NAI,I�Y �I1.�1�1I�
CtTY OI� PORT 1VORTH
STANDARD CONSTRUCTfON SF'L'CIPICAT[ON DOCUirfENTS
Rcviscd July 1, 2011
South t�4ain Street
Projccl No. 02113
GC-6.24 I�"ondiscrilnin ation
'I'�IIS 1'AGE I�E�"I' INTEI�'I'IC��t.A_�LY I�I,AI\iK
Gl1'Y OF PORT 1VORTH
STAIQDARD CONSTRUCTION SYLCIFICA'1'ION llOCU�1LN'1'S
Rcviscd July I, 2011
Soutlt htain Street
Yroject No. 02113
GIZ-01 6O 00 l�roduct l�equirements
'I`IFIIS Pt��E I.�F'I' II�TTEI�TIOl�A.I.,I�Y Bi,.A,NI�
CITY Ol� rORT \VORTH Souli� Mnin Street
S'CANDARD CO�ISTRUC'PlON SPECIFICATfOM DOCU�4LhlTS Project No. 02113
Revised Juty l, 20t 1