HomeMy WebLinkAboutContract 46429 (2)C`ID( SEC'RTA L� (,Q
CONTRACT NO.
Fo TWoRT, H
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
THIS COPY FOR:
CONTRACTOR
i CONTRACTOR'S BONDING CO.
CITY SECRETARY
,..�_ onY MANAGED OFFICE
_._.._ ENGINEERING DN.
TMIE • FILE COPY
2014 CIP CONCRETE REPLACEMENT
CONTRACT 1
AT VARIOUS LOCATIONS
City Project No. 02370
DOE No. 7314
Betsy Price David Cooke
Mayor City Manager
Douglas W. Wiersig, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
TRANSPORTATION AND PUBLIC WORKS
2014
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
cktttkv 43 FED 17 .2015
ryL—P-�F
f d}= T@9t
Lei `'.
* rl, a.. r
AU uoa. FARES • ,C
i+ 6$315 ,;
-o;
/ NN ►STEK"" "'�
M&C Review
Page 1 of 2
OfFlcial site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORT� t�
COUNCIL ACTION: Approved on '12/9/2014
REFERENCE 202014 CIP CONCRETE
DATE: 12/9/201� N� : C-27129 LOG NAME: REPLACEMENT CONTRACT
1
CODE: C TYPE: NON- PUBLIC NO
CONSENT HEARING:
SUBJECT: Authorize Execution of a Contract with CD Builders, Inc., in the Amount of $1,788,766.71
for the Replacement of Approximately 26,991 Square Yards of Various Street Segments
Throughout the City of Fort Worth and Provide for Contingencies, Construction
Management, Surveying, Inspection and Material Testing for a Total Project Amount of
$2,058,766.71 from the 2014 Bond Program (COUNCIL DISTRICTS 2, 4, 5 and 7)
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a contract with CD Builders, Inc.,
in the amount of $1,788,766.71 for replacement on approximately 26,991 square yards of concrete
paving at multiple locations as defined in and funded from the 2014 Bond Program and as listed on
the attachments.
DISCUSSION:
This project provides for the replacement of approximately 26,991 square yards of various City street
segments that were included in the 2014 Bond Program (City Project No. 02370).
The project was advertised for bid in the Fort Worth Star-Telegram on August 28, 2014 and
September 4, 2014. On September 25, 2014, the following bids were received:
Bidder
Amount
CD Builders, Inc. $1,788,766.71
McCLendon Construction, Inc. $2,893,165.50
Jackson Construction $4,252,129.50
Budget items beyond the contract amount include contingencies, construction management,
surveying, material testing and inspection in the amount of $270,000.00.
This project is part of the 2014 Bond Program. Available resources within the General Fund will be
used to provide interim financing for these expenses until debt is issued. Once debt associated with
this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement
expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond
election - Ordinance No. 21241-05-2014.
M/WBE Office — CD Builders, Inc., is in compliance with the City's BDE Ordinance by committing to
19 percent MBE participation on this project. The City's MBE goal on this project is 19 percent.
These street projects are located in COUNCIL DISTRICTS 2, 4, 5 and 7, Mapsco 8P, 8X, 21S, 21V,
21X, 21Y, 21Z, 22H, 22S, 22W, 22X, 35P, 36A, 368, 36C, 36E, 36N, 47L, 49A, 56Z and 63C.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are included in the Fiscal Year 2015
Adopted Budget of the 2014 Bond Program per Ordinance No. 21457-09-2014 and funds are
available in the General Fund to pay expenses which will be incurred on this contract until
reimbursement can occur from the issuance of public securities.
http://apps. cfwnet. org/council�acket/mc_review.asp?ID=205 5 5&councildate=l2/9/2014 12/ 16/2014
M&C Review
TO Fund/Account/Centers
Submitted for Citv Manaqer's Office bv:
Oriqinatinq Depa,rtment Head:
Additional Information Contact:
ATTACHMENTS
Map1 CIP CR 2014-1.pdf
Map2 CIP CR 2014-1.pdf
Map3 CIP CR 2014-1.pdf
Map4 CIP CR 2014-1.pdf
Map5 CIP CR 2014-1.pdf
Map6 CIP CR 2014-1.pdf
Map7 CIP CR 2014-1.pdf
Map8 CIP CR 2014-1.pdf
Map9 CIP CR 2014-1.pdf
�I
�I
�l
�
�f �
�1:
�
Page 2 of 2
FROM Fund/Account/Centers
C210 541200 201240237083 $1,788,766.71
Fernando Costa (6122)
Douglas W. Wiersig (7801)
Tariqul Islam (2486)
http://apps.cfwnet.org/council�acket/mc_review.asp?ID=205 55&councildate=l2/9/2014 12/16/2014
� � � � �
Cit of Fort'Ullorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00 - i
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 3
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Communication
00 05 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Affidavit
00 4100 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequalifications
00 45 12 Prequaliiication Statement
00 45 13 Bidder Prequalification Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 40 Minority Business Enterprise Goal
00 45 41 Small Business Enterprise Goal
00 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certiiicate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division Ol - General Requirements
Ol 11 00 Summary of Work
Ol 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
' Ol 3120 Project Meetings
O1 32 16 Construction Progress Schedule
O1 32 33 Preconstruction Video
O1 33 00 Submittals
O1 35 13 Special Project Procedures
O1 45 23 Testing and Inspection Services
O1 50 00 Temporary Facilities and Controls
O1 55 26 Street Use Pemut and Modifications to Trafiic Control
O1 57 13 Storm Water Pollution Prevention Plan
Ol 58 13 Temparary Project Signage
Ol 60 00 Product Requirements
Ol 66 00 Product Storage and Handling Requirements
O1 70 00 Mobilization and Remobilization
O1 71 23 Construction Staking and Survey
0174 23 Cleaning
Ol 77 19 Closeout Requirements
O1 78 23 Operation and Maintenance Data
Ol 78 39 Project Record Documents
CIT'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised November 22, 2013
000000-2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 3
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 - Existing Conditions
02 41 13 Selective Site Demolition
02 41 15 Paving Removal
Division 31 - Earthwork
31 23 16 Unclassiiied Excavation
Division 32 - Exterior Improvements
32 11 23 Flexible Base Courses
32 13 13 Concrete Paving
32 13 20 Concrete Sidewallcs, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 17 23 Pavement Markings
32 17 25 Curb Address Painting
32 91 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro-Mulching, Seeding, and Sodding
Division 33 — Utilities
33 05 10 Utility Trench Excavation, Embedment, and Bacl�'ill
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
33 46 00 Subdrainage
Division 34 - Transportation
34 71 13 Traffic Control
Division 35 — Special (TZcDOT)
99 99 00 TxDOT Geogrid Base Reinforcement
Appendix
GC-6.06.D Minority and Women Owned Business Enterprise Documents
GC-6.07 Wage Rates
A Street Locations and Quantity, Plans and Details
B Standards
END OF SECTION
CIT'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PR07ECT NO. 02370
Revised November 22, 2013
001113-1
INVITATION TO BIDDERS
Page 1 of 2
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
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of 2014 CII' CONCRETE REPLACEMENT, CONTRACT 1 AT
VARIOUS LOCATIONS, City Project No. 02370 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, Thursday, September 25, 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:
7,152 S.Y Remove Concrete and Replace with 7" Concrete Pavement HES
19,839 S.Y. Remove Concrete and Replace with 8" Concrete Pavement HES
23,945 S.Y. Geogrid
5,444 C.Y. Flex Base
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
of Fort Worth's Purchasing Division website at http://www.fortworth o� v.org/purchasin�/ and
clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The
Contract Documents may be downloaded, viewed, and printed by interested contractors and/or
suppliers.
Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 817-
392-8459. City of Fort Worth, TPW, 1000 Throckmorton St., Fort Worth, TX 76102.
The cost of Bidding and Contract Documents is: $30.00
PREBID CONFERENCE
A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following location, date, and time:
DATE: Wednesday, September 10, 2014
TIME: 09.00 A.M.
PLACE: Transportation & Public Works, 1000 Throcktnorton Street, Room 270
Fort Worth, Texas 76102
LOCATION: Municipal Building, 2°d Floor.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject bids.
INQUIl2IES
All inquiries relative to this procurement should be addressed to the following:
Attn: Tariqul Islam, City of Fort Worth
CITY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July I, 2011
001113-2
INViTATION TO BIDDERS
Page 2 of 2
1 Email: tariqul.islam@fortworthTexas.gov
2 Phone: 817-392-2486
4 ADVERTISEMENT DATES
5 August 28, 2014
6 September 4, 2014
g END OF SECTION
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
00 21 13 - 1
INSTRUCTIONS TO BIDDERS
Page 1 of 9
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 2113
INSTRUCTIONS TO BIDDERS
1. De�ned Terms
l.l. 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, iu-m, 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. l. Neither City nor Engineer shall assurne any responsibility for enors 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.
.
.
- - �
— i'
.
• •.
. !u�_. ��_� �N •.
.
_ . .�:
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS CITY PROJECT NO. 02370
Revised November 27, 2012
00 21 13 - 2
INSTRUCTIONS TO BIDDERS
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
Page 2 of 9
�
, ,
� ,
}�,� �.:..,,�.,+oa �:..,e f ., u., a . .. +�, r�•. � + �.�. �. •,� a
-- `—r ------ ----- -------• ----- —r--- --- ---'� .. ....,,._.,.,"'_'•..,� ...� .,...........�..
r
• , ,
n�ti��'a :.. ...^...::b :� s=c��;:'.::;� �'�w�,.:.,.. �.� �::.. �� � �
a � vca.-cczrr
3.4. .,�., F,. .,1;F:,.,,r' L. ' ,]
r Z e -1 `� .1" � cj u cQ
.;tl,;,, . o..*;..,,.. ..F�L.o !�.-..,r.-.,..r T f
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.
4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and ofiicially promulgated addenda thereto, shall be
binding upon the City.
CTPY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
CITY PROJECT NO. 02370
00 21 13 - 3
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
4.1.7. Perform independent research, investigations, tests, borings, and such other means
as may be necessary to gain a complete knowledge of the conditions which will be
encountered during the construction of the project. On request, City may provide
each Bidder access to the site to conduct such examinations, investigations,
explorations, tests and studies as each Bidder deems necessary for submission of a
Bid. Bidder must iill all holes and clean up and restore the site to its former
conditions upon completion of such explorations, investigations, tests and studies.
4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the
cost of doing the Work, time required for its completion, and obtain all information
required to make a proposal. Bidders shall rely exclusively and solely upon their
own estimates, investigation, research, tests, explorations, and other data which are
necessary for full and complete information upon which the proposal is to be based.
It is understood that the submission of a proposal is prima-facie evidence that the
Bidder has made the investigation, examinations and tests herein required. Claims
for additional compensation due to variations between conditions actually
encountered in construction and as indicated in the Contract Documents will not be
allowed.
19
20 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
21 between the Contract Documents and such other related documents. The Contractor
22 shall not take advantage of any gross error or omission in the Contract Documents,
23 and the City shall be permitted to make such corrections or interpretations as may
24 be deemed necessary for fulfillment of the intent of the Contract Documents.
25
26 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of:
27
28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
29 the site which have been utilized by City in preparation of the Contract Documents.
30 The logs of Soil Borings, if any, on the plans are for general information only.
31 Neither the City nor the Engineer guarantee that the data shown is representative of
32 conditions which actually e�cist.
33
34
35
36
37
38
39
40
41
42
43
44
45
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 identiiied
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.
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
2014 CII' CONCRETE REPLACEMENT, CONTRACT 1
CITY PROJECT NO. 02370
00 21 13 - 4
INSTRUCTIONS TO BIDDERS
Page 4 of 9
1 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i)
2 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
3 exception the Bid is premised upon performing and furnishing the Work required by the
4 Contract Documents and applying the specific means, methods, techniques, sequences or
5 procedures of construction (if any) that may be shown or indicated or expressly required
6 by the Contract Documents, (iii) that Bidder has given City written notice of all
7 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
8 written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
9 etc., have not been resolved through the interpretations by City as described in
10 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
11 and convey understanding of all terms and conditions for performing and furnishing the
12 Work.
13
14 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
15 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
16 Paragraph 4.06. of the General Conditions, unless speciiically idendfied in the Contract
17 Documents.
18
19 5. Availability of Lands for Work, Etc.
20
21
22
23
24
25
26
27
28
5.1. The lands upon which the Work 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 Contractor. 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.
29
30 5.2. Outstanding right-of-way, easements, and/or pernuts to be acquired by the City are listed
31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
32 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
33 the award of contract at any time before the Bidder begins any construction work on the
34 project.
35
36 5.3. The Bidder shall be prepared to commence construction without all executed right-of-
37 way, easements, and/or permits, and shall submit a schedule to the City of how
38 construction will proceed in the other areas of the project that do not require permits
39 and/or easements.
40
41 6. Interpretations and Addenda
42
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'1' PROJECT NO. 02370
Revised November 27, 2012
002113-5
INSTRUCTIONS TO BIDDERS
Page 5 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
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 clariiications will be without legal effect.
Address questions to:
City of Fort Worth
1000 Throckmorton Street
Fort Worth, TX 76102
Attn: Tariqul Islam, Transportadon and Public Works
Fax: 817-392-7969
Email: tariqul.islam@fortworthtexas.gov , Phone: 817-392-2486
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarificarions may be posted via Buzzsaw at <Insert Link to Documents>.
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 recard 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 iive
(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.
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.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised November 27, 2012
00 21 13 - 6
INSTRUCTIONS TO BIDDERS
Page 6 of 9
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
3
4
5
6
7
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
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 6.05A., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section Ol 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 Ofiice of the City Secretary. The Bidder shall submit the MBE and
SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor
Waiver Form andlor 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-
responsive.
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.
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 sfiall 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.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1T'Y PRO7ECT NO. 02370
Revised November 27, 2012
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
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 ium by a
member and accompanied by evidence of authority to sign. The state of formation of
the ium and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venturer in the manner
indicated on the Bid Form. The off'icial address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. 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.
14. Modification and Withdrawal of Bids
14.1. Bids addressed to the Ciry Manager and iiled 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.
CITY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised November 27, 2012
002113-8
INSTRUCTIONS TO BIDDERS
Page 8 of 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
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 speciiied 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 the 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 or 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 tirne 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 iigures and the correct surn 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 all bids will be rejected if City has reason to believe that collusion e�sts
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or 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.
17.2. City rnay 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 Docurnents 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 financial
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.
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
CITY PROJECT NO. 02370
00 21 13 - 9
INSTRUCTIONS TO BIDDERS
Page 9 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
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 nonresidenYs principal place of
business is located.
17.7. A contract is not awarded until farmal 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 reguired 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 SECTION
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STt1NDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised November 27, 2012
003513-1
CONFLICT OF INTEREST AFFIDAVIT
Page 1 of 1
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
5ECTION 00 3513
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 be downloaded from the website links provided below.
http://www. ethics. state. tx.us/forms/CIO.pdf
http://www.ethics. state.tx.us/forms/CIS.pdf
� 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
�
�
�
BIDDER:
Company
Address
City/State/Zip
By:
(Please Print)
Signature:
Title:
(Please Print)
END OF SECTION
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02371
Revised Mazch 27, 2012
�'
��
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
00 35 13 - 1
CONFLICT OF INTEREST AFFIDAVIT
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 be downloaded from the website links provided below.
http://www.ethics.state.tx.us/forms/CIQ.pdf
http://www.ethics.state.tx.us/forms/CIS.pdf
0
0
�,
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
BIDDER:
CD BUILDERS, INC.
Company
9008 TRINITY BLVD.
Address
FORT WORTH, TX 76053
City/State/Zip
By:_ ISMAEL CARRASQUILLO
(Please Print)
Signature: ,
Title: PRESIDENT
(Please Print)
END OF SECTION
i
��
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 27, 2012
2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
CTI'Y PROJECT NO. 02371
0o a i o0
BID FORM
Page I of3
SECTION 00 41 00
BID FORM
TO: The City Manager
c/o: Tlie Purchasing Department
1000 Throckmorton Street
City of Fort Warth, Texas 76102
FOR: 2014 CIP Concret Replacement - Contract 1
City Project No.: 02370
Units/Sections: CONCRETE PAVING
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the fonn 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 otlter tenns and conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the tenns and conditions of tlte INVITATION TO BIDDERS and INSTRUCTIONS
TO BIDDERS, including witl�out limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the rec�uired insurance, will do so pending contract award, and will provide a valid insurance
certificate meeting all requirements within 14 days of notification of award.
23. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is
not submitted in confonnity with any collusive agreement or rules of any group, association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a False 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, collusive, or coercive practices in competing for the Contract. For the purposes of
this Paragraph:
a. "corrupt practice° means the offering, giving, receiving, or soliciting of any thing of value likely to influence the
aciion of a public official 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 artificial non-competitive levels, or (c) to deprive City of the
bene6ts of free and open competition.
c. "collusive practice° means a scheme or arrangement between two or more Bidders, with or without the knowledge
of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels.
d. "coercive practice" means hanning or threatening to harm, directly or indirectly, persons or their property to
influence their participation in the bidding process or affect the execution of the Contract.
CITY OF �ORT �40RTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
FormRevised20110627 0041 00_00_42_43_00_43_13_00 43_37_Bid_Fonn-Proposal-Bond_Vendor Compliance(0).xls
00 41 00
B[D PORM
Page 2 of 3
� o..,.,..,..ur..,.,.:,.�
� a �.,��
a.
b.
c.
d.
4. Time of Completion
, 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the
the Contract Time commences to run as provided in Paragrapl� 2.03 of the General Conditions.
, 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or
' achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
Tl�e following documents are attached to and made a part of this Bid:
a. This Bid Fonn
b. Reyuired Bid Bond, Section 00 43 13 issued by a surety meeting the reyuirements of Paragraph 5.01 of the
General Conditions.
c. Proposal Form Section
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Fonns (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
h. Any additional documents that may be required by Section l2 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided
below, please enter the total bid amount for this projecL Only this figure will be read publicly 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
and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this
proposal and then totaling all of the extended amounts.
Total Bid
7. Bid Submittal
This Bid is submitted on
9/24/2014
$1,788,766.71
by the entity named below.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Fonn Revised 20110627 Copy of 00 41 00_00_42 43_00_43_13_00_43_37_Bid_Fonn-Proposal-Bond_Vendor_Compliance(0).xls
00 � i o0
siD r•oaM
Page 3 of 3
�
Respec Il submitted,
gy: ' ��YM �l�l�� l��
(Signatu )
ISMAEL RRASOUILLO
(Printed Name)
r Title: PRESIDENT
ICompany: CD BUILDERS, INC.
( Address: 9008 TRINITY BOULEVARD
7 FORT WORTH, TEXAS 76053
State of Incorporation: TEXAS
� Email: ICARRASQUILLO@CDBUILDERSTX.COM / WTAYLOR@CD BUILI
' Phone: 817-510-6557 OFFICE 817-510-6559 FAX
END OF SECTION
Receipt is acknowledged of the �t _
followin Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
V`�� ���
� GOR,�oRqT , �
� � SEAL � �
� �01744109 �
?013
CITY OF FORT \VORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Pomi Revised 201I0627 00 41 00_00 42 43_00_43_13_00_43_37_Bid_Form-Proposal-Bond_Vendor Compliance(0).xls
0o a: a,
e�o vnow�sn�
e.s< i �n
SECTION 00 42 43
PROPOSALFORM
�
I � ��U ��`��' ` I
Ll
��
CIiY ��F F��RT \\'[iRTil
STAND,\IID <'c�\'iTNI'('l 1��� SPF.('IFlC',\tl[�� IX%'l�\IFNiS
k'oem R�isd 20110Ei]
('<rY�(00�100_� J2 it pp_JJ_IJ 00_JJ ]t llid FemtPnSov1.M� l'mL.r_CenFliev(0/*�s
UNIT PRICE BID Bidder's Application
00 43 37
VENDOR COMPLIANCE TO STATE LA\V
Page 1 of I
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
A. Nonresident bidders in the State of State Here or Blank , our principal place of business,
are required to be % Here percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of State Aere or Blank , 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. ❑�
1
Date: ) l�� �S 1��� l
��� � ��
�JG��P O Rq T�., �
Q SEAL �
v 801744109 •
Texas Govermnent Code Chapter 2252 was adopted for the award of contracts to noivesident 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 tUan 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
nonresidenYs 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 tUat biddec Resident bidders must check the box in
Section B.
BIDDER:
Company: CD BUILDERS, INC.
Address: 9008 TRINITY BOULEVARD
FORT WORTH, TEXAS 76053
0
y ISMAEL CAR�tASQUILLO
// ,
_ .'�°� �Jl�'I.,llf.,<-'.
(Signature)
Title: PRESIDENT
END OF SECTION
2p13
L
GTY OF FORT WORTH
STANDARD CONSTRl1CTION SPECIFICATION DOCUMBNTS
Fonn Revised 20110627
00 41 00_00_-02_43_00_43_I3_00_43}7_Bid_Fonn-Proposal-E3ond_Vendor_Compliance(0).xls
00 45 26 - 1
CONTRACTOR COMPL[ANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 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
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certiiies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. GGO1-539590-0202003 Contractor further certiiies that, pursuant to Texas Labor
Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
compliance with worker's compensation coverage.
CONTRACTOR:
CD BUILDERS INC
Company
9008 Trinity Blvd
Address
Fort Worth, TX 76053
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
By; Ismael Carrasquillo
( lease Print)
Signature: L V
Title: President
(Please Print)
�
�
BEFORE ME, the undersigned authority, on this day personally appeared
_- � — _� 4 �_u-t \ � �,, „ -�- �- �. � ; � ; ��, , known to me to be the person whose name is
subscribed to the foregoing instru ent, and acknowledged to me that he/she executed the same as
the act and deed of C��� �-�,��;A ��_ <<� _-�-�-�- -, �� for the purposes and
consideration therein expressed and in the capacity therein stated.
� - c`
GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �__ day of
--c� �>, �;�-� , 20 (�> ���
�— ,. i
Notary
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 201 I
and f�r the State of Texas
H�t �RY PUB(
� REBECA I CRUZ
My Commission Expires
October 20, 2018
Sr��E of IE'�'��
2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
CITY PROJECT NO. 02370
�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
l
39
L 1
�'
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. GGO1-539590-0202003 Contractor further certifies that, pursuant to Texas Labor
Code, Section 406.096(b), as amended, it will provide to City its subcontractor's ce��tificates of
compliance with worker's compensation coverage.
CONTRACTOR:
CD BUILDERS, 1NC.
Company
9008 TRINITY BLVD
Address
FORT WORTH, TEXAS 76053
City/State/Zip
THE STATE OF TEXAS
COUNTY OFTARRANT
By: _ISMAEL CARRASQUILLO
(Please Print
���( � '
Signature:
Title: PRESIDENT
(Please Print)
�
�
BEFORE ME, the undersigned authority, on this day personally appeared
1`�rY�c'�c �� Y� vw� `-��, �' � I.�:� , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of �� L�v ��C�� t'�>, �r�� > for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this �`-� day of
'-�wt� �Y.bc�r , 2o i�-.
� '
1
Notary Public in an r e State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
�Ax��5C��8�U�dp�
F�;' (�)N�� ��/� ��/
�e,'° �� Qoassnoa 'V SS
�„• � o =°�,(�Y P(/e °«, c/p%
� �\o� ,4�\ <io•^ 0 � „
.r t�-�-� b ` ( �J
� `` � _...::%\ ;;•.--.-_ � / ��
r :•� ' ,.�; � �
.. m ���`t�' `�� a � �
� e
`� � i N � � ° �
� ; ��I' ��G�- 0 �
0 OooJ F OF
p� . EXPIC�E�Bo° �
O ea.oa ��
>,�'e�,�� Y 6 ?�`� �`��
Qt111@4
2014 CIP CONCRETE REPLACEMENT, CONTRACT I
CITY PROJECT NO. 02370
�,�
��
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
000515-1
ADDENDA
Page 1 of 1
SECTION 00 0515
ADDENDA NO. 1
The Contract and documents for this project are hereby revised or amended to clarify the followings:
Section 00 00 00 — Table of Contents:
Division 00 — General Conditions
The following sections should be deleted:
00 OS 10
00 OS 15
00 45 11
00 45 12
00 45 13
00 45 41
Mayor and Council Communication
Addenda
Bidders Prequalifications
Prequali�cation Statement
Bidder Prequalification Application
Small Business Enterprise Goal
Division O 1— General Requirements
The following section should be deleted:
O1 66 00 Product Storage and Handling Requirements
The revised Section 00 00 00 Table of Contents has been attached to this addendum.
Please acknowledge receipt of this addendum by signing and inserting into your proposal at the time of
bidding. Faiture to return a signed copy of this addendum may be grounds for rendering the bid as
nonresponsive.
Receipt Acknowledges:
By:l�' � � BY�
END OF SECTION
'����
�'� O QpRATF �I�
� � ��P� �
.
� 0���\O�y
� � Q'
����
����
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRAC'1' 1
STANDARD CONSTRUCTION SPECIPICATION DOCUMBNTS CIT'Y PROJECT NO. 02370
Revised July 1, 2011
004540-1
MINORI'I'Y AND WOMEN BUSINESS ENTERPRISE GOAL
Page 1 of 1
1
SECTION 00 45 40
2 MINORITY BUSINESS ENTERPRISE GOAL
3 APPLICATION OF POLICY
4 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal
5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE
6 subcontracting goal is not applicable.
7
8 POLICY STATEMENT
9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority
10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and
11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
MBE PROJECT GOAL
The City's MBE goal on this project is 19% of the total bid (Base bid applies to Parks and
Community Services). 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 following
times allocated, in order for the entire bid to be considered res�onsive to the speciiications. The
_ : � ---- -- .._.- — - _
_,-- _ --- _ _._. _.. _- - __ _.._..
Offeror shall dehver the MBE documentation in person to the appropriate employee of the Managing
Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the
documentation in the time aIlocated. A faxed co y will noi be acce ted:
1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after
or exceeded: the bid o enin date, exclusive of the bid o enin date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after
Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., Five (5) City business days after
Utilization Form, if no MBE artici ation: the bid o enin date, exclusive of the bid o enin date.
4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after
erform all subcontractin su lier work: the bid o enin date, exclusive of the bid o enin date.
5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after
to meet or exceed goal. the bid o enin date, exclusive of the bid o enin date.
36 END OF SECTION
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
005243-1
Agreement
Page 1 of 4
2
SECTION 00 52 43
AGREEMENT
3 THIS AGR��MENT, authorized on DECEMBER 9, 2014, is made by and between the City of
4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City
5 Manager, ("City"), and CD BiTII.DERS, INC., 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 foilows:
9 Article l. WORK
10
11
12
13
14
15
16
17
18
19
20
Contractor shall complete all Work as specifed 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:
2014 CIP CONCRETE REPALCEMENT, CONTRACT 1
City Project N0.02370
Article 3. CONTRACT TINIE
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 210 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 Six Hundred Fifly Dollars ($650.00) 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 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised August 17, 2012
00 52 43 - 2
Agreement
Page 2 of 4
35 Article 4. CONTRACT PRIC�
36 City agrees to pay Contractor for performance of the Work in accordance with the Contract
3'7 Documents an amount in current funds of ONE MILLION SEVEN HONDRED EIGHTY
38 EIGHT THOUSAND SEVEN HiJNDI2ED SIXTY SIX DOLLARS AND SEV�NTY ONE
39 CENTS ($1,788,766.71).
40 Article 5. CONTRACT DOCUMENTS
41 5.1 CONTENTS:
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
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. MBE and/or SBE Commitment Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifcally 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 Project's 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 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised August l7, 2012
00 52 43 - 3
Agreement
Page 3 of 4
75 Article 6. INDEMNIFICATION
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its of�cers, 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 arovision is specificallv intended to operate
and be effective even if it is alle�ed or proven that all or some of the damases bein�
sou�ht were caused, in whole or in nart, 6y any act, omission or ne�ligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for
costs, expenses and legal fees incurred by the city in defending against such claims and
causes of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification
provision is snecifically intended to operate and be effective even if it is alleged or
proven that all or some of the dama�es bein� souEht were caused, in whole or in nart,
by any act, omission or ne�ligence of the citv.
Article 7. MISC�LLANEOUS
97 7.1 Terms.
98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will
99 have the meanings indicated in the General Conditions.
100 7.2 Assignment of Contract.
101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the City.
103 73 Successors and Assigns.
104 City and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements and
106 obligations contained in the Contract Documents.
107 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void or
109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
110 remaining provisions shall continue to be valid and binding upon CITY and
lll CONTRACTOR.
112 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State of
114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
115 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT I
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS C[TY PROJECT NO. 02370
Revised August 17, 2012
f
T
J
i�
l
00 52 43 - 4
Agreement
Page 4 of 4
116 7.6 Other Provisions.
117
118
119
120
121
122
123
124
125
126
127
128
The Contractor agrees to pay at least minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City, a copy of which is attached hereto and
made a part hereof the same as if it were copied verbatim herein.
7.7 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement, if other than duly
authorized signatory of the Contractor.
IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple
counterparts.
This Agreement is effective as of the last date signed by the Parties (`Bffective Date")
Contractor:
City of Fort Worth
CD Builders, Inc. �
BY:
By: C �c
(Signature)
Ismael Carrasquillo, SCE, MEM Date
(Printed Name)
129
130
131
132
133
134
135
136
137
138
Title: President
Attest:
City S�
(Seal)
Fernando Costa
Assistant City Mar�
.�
Address: P• 0. B o x 10 0 2
Hurst. TX 76053 M&C ��Z��2'f
Date:_ [2- f- /y
a
��-- o �
q�
� �
� 9
O
) �
O CC���''�
O�
���e�oonQ°°��
���� �
City/State/Zip: A prove s to Form and Legality:
Date Doug as W. Black
Assistant City Attorney
`t��'
,,. _: : - - - _ _ _ _ � -
� ���FFICIAL RE�OFtD
(�ITIf SECRE1�A4tV
�'�'. WORTH, TX
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
JAL RECOMMENDED:
�—
sig, P. E.
,
� 'on and Public Works
2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
CITY PROJECT NO. 02370
00 6I 13 - l
PERFORMANCE BOND
Page 1 of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
SECTION 00 6113
PERFORMANCE BOND
Bond no.: 1301158000031
T�-I� STATE OF TEXAS §
§ KNOW ALL BY THE5E PRESENTS:
COUNTY OF TARRANT §
That we, CD Builders Inc. , known as
"Principal" herein and Endurance Reinsurance Corporation of America , 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, one million seven hundred eiqhty eiqht thousand seven * Dollars
�$1,788,766.00 ---------------------- ), 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. *hundred sixty six and 00/100
WHEREAS, the Principal has entered into a certain written contract with the City
awarded the �_ day of December , 2014 , which Contract is hereby referred to and
made a part hereof for all purposes as if fully set forth herein, to furnish all rnaterials, equipment
labor and other accessories defined by law, in the prosecution of the Work, including any Change
Orders, as provided for in said Contract designated as 2014 CIP CONCRETE REPLACEMENT,
CONTRACT 1, CITY PROJECT NO. 02370
23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
26 specifications, and contract documents therein referred to, and as well during any period of
27 extension of the Contract that may be granted on the part of the City, then this obligation shall be
28 and become null and void, otherwise to remain in full force and effect.
29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
31 Worth Division.
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised Juty 1, 2011
�
I
006113-2
PERFORMANCE BOND
Page 2 of 2
l_�
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
Tliis bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 23 day of
January 2Q 15 � L[y
� �V �,�5 �
�'� c��n P �9q�' , PRINCIPAL:
AT"I'EST:
(Principal) Secretary
,;; ,�A � F
�. i441.,n, n
.,.OFrATr� i
\:��Xa� ,
-� .� ;1��
�' �
.
Witness o Prin ipal
(�a�los�al�rr�i�l� � -�-t �r� l-
Witness as to Surety �
CD Builder � nc.
BY: , ,� � � �'�Cl� � CP
ignature
.
�'in��� ����'�sc v��� �CC'j�tz
Name and Title
Address: PO BOX 1002 HURST. TX 76053
SURETY:
Endurance Re'nsurance Cor or ion of America
BY: � � -
ignature
�,
Roberto De Soto Lopez - Attorney in Faci _
Name and Title
Address: #4 Manhattanville 3rd Floor
Purchase, NY 10604
Telephone Number: (787) 250-5290
*Note: If signed by an ofiicer of the Surety Company, 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 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
00 6l 14 - 1
PAYMENTBOND
Page I of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND Bond no.: 1301158000031
§
§ KNOW ALL BY TI�IESE PRESENTS:
§
That we, CD Builders, Inc. , known as
"Principal" herein, and End�rance Reinsurance Cornoration of America , a
corporate surety (sureties), 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 penal sum of one million seven hundred eighty eiqht thousand seven " Dollars
($1 788 766.00 ---------------------- ), 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 severally, firmly by these
presents: *hundred sixty six and 00/100
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
18 9 day of December , 2014 , which Contract is hereby referred to and
19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment,
20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in
21 said Contract and designated as 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1, CI'I'Y
22 PROJECT NO 02370.
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 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
00 61 14 - 2
PAYMENTBOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 23 day of
g January , 20�_.
4 ��� � � i� v('
� oPpORq�,' /2
Q� S E AL � C� PRINCIPAL:
U
801744109 � ui�ders �nc.
THE STATE p �, 7 ��
AT"TES� %E XFas BY: . �lG �GC�C� �� ��
Sig ature
2013
(Principal) Secretary
n
i
. �
Witness as to rinc pal
ATTEST:
(Surety) Secretary
. ,
�-e' c�' _ �, �� _.C���- ,>c. � •�
Carlos Valenzuela ��
Witness as to Surety
5
6
7
8
9
10
11
12
Name and Title
Address; PO BOX 1002 HURST, TX 76053
SURETY:
Fnd�rance Reinsurance Gor�oration of Ameri�a
� .�
� _
BY: �' -
' gnature
Roberto De Soto Lopez - Attorney in Fact
Name and Title
Address: #4 Manhattanville 3rd Floor
Purchase. NY 10604
Telephone Number: (787) 250-5290
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 fi•om its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
l�
'� - -
-�---
- ENDURANCE REWSURANCE CORPORATION OF AMERICA
POWER OF ATTORNEY
ERCA-16-5856
7(nocv allSKen 6y t(ese �rese�ct, that ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware corporation (Ihe "Corporation"�, with offices af 4
Manhal(anville Road, 3rd Roor, Purchase, NY 10577, Purchase, New York 10604, has made, constilu�ed and appoiNed and by these presenls, does make, constilute and appoinl
-- ALEXIS SANCHEZ GEIGEL, IRTHA I. MORALES NIEVES, NORMA I. COLON AVILES, MARLENE L. BRAVO COLON, JOANNE DE JESUS
I== NUNEZ, ROBERTO A. DE SOTO LOPEZ its true and IaeAul Atlorney(s)-in-facl, at SAN JUAN in ihe Stale of PUERTO RICO and each of them lo have fuil power eo
— acI v�ithou( ihe olher or olhers, to make, execute and dellver on ils behal(, as surety or co-surety; bonds and undertakings given for any and all purposes, also to execute and deliver on i(s
behal( as aforesaid renewals, exlensions, agreements, waivers, consents or slipulations relaling lo such bonds or undertakings provided, ho�vever, that no single bond or undertaking so
inade, execu(ed and delivered shall obligale lhe Corporalion for any portion of lhe penal sum there^f in excess of the sum of TWENTY MILLION Dollars �$20,���,��0�.
Such honds and underlakings foi seid purposes, when duly executed by said altomey(s)-in-tacf, shall be binding upon lhe Corporation as fully and to lhe same exlent as if signed by (he
President of the Corporation under i(s corporale seal atlested by ifs Corporate Secrelary.
This appoihlmenf is made under and by aulho�ity of certain resolulions adopfed by Ihe Board of Direclor,, of lhe Corporalion by unanimous written consenl on the 9th of January, 2014, a
copy of vihich appears below under the heading e�tiUed "Certi6cate". _- __-
This Power ot Altomey is signed and sealed by facsimile under and by authority of the following resolution adopted by the Board o( Directors of Ihe Corporation by unanimous svriflen
consent on January 9, 2014 and said resolulion has not since been revoked, amended or repealed:
RESOWED, thal in granting powers o( allomeypursuant to certain resolutions adopted by the Board oi Direclors of lhe Corporalion by unanimous writlen consent on January 9, 2014, the
signature of such direc�ors and officers and the seal of lhe Corporaflon inay be affixed to any such power of attorney or any cer�ifcale relating therelo by facsimile, and any such power o(
attorney occerli6cale bearing such facsimile signature or seal shall be valid and binding upon the Corporation in the (uWre with respec( to any bond or undertaking io which i( is a(tached.
- Tnis Poaver of A([omey shall explre and all authority hereunder shall lermina�e withouf nofice at midnight (Standard Timer where said at(orney(s)-in-fact Is authorized fo act.)
- DECEMDER 31, 2015
IN Wil NESS WHEREOF, the Corporation has caused these presents lo be duly signed and ils corporale seal to be hereunto affixed and attested this 5TH day of NOVEMBER, 2014 at
Purchase, New York.
(Corporate Seal)
ATTEST ,JV�Li,ur�8-n��`lJL-"�;�/
_ _
MARIANNE L. WILBERT, Senior Vice President
SiATE OF NEW YORK ss. PURCHASE
COUNTY OF WESTCHESTER
ENDURANCE REINSURANCE CORPORATION OF AMERICA
By ��,�. ���
SHARON L. SIMS, Senior Vice Presidenl
On (he 5TH day of PIOVEMBER, 2014 before me personally came SHARON L SIMS, Senior Vice �resident to me known, who being by me duly sworn, did depose and say lhat (s)he
resides in SCOTCH PLAINS, NEW JERSEY that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, the Corporalion descril�ed in
and �;+hich eKeculed the above insirument; thal (s)he knows the seal of said Corporation; that Ihe seal a�xed to said inslrument is such corporale seal; lhat it was so aKxed by order ot fhe
Roard uf Direc(ors of said Corporatior�, and thal (s)he signed his (her) name thereto by like order. _
= (Notariai Se�l) _
- ' ` � �; , _ —
�� �_/,.. � L -= '1 � �_ _ _
--�
, � -=
� CERTIFICATE
STATE'OF NEvV YORK ss: PURCHASE
COUNTY OF WES'� t;HESTER
ANIE LICARI, Notary Public - My Commission Expires 1 012 912 01 5
I, CHRI;TOPHER DONEI��N the PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, a Delaware Corporation (lhe "Corporation"), hereby cerfify,
I Tha( (he original power oi atlorney of which the (oregoing is a copy was duly execuled on behalf of lhe Corporalion and has not since been revoked, amended or modified: fha( the
undersigned has compared lhe foregoing copy lhereof wi�h �he original povrer of attomey, and lhal lhe same is a true and correcf copy of the original power of at(omey and o( Ihe whole
thereof�,
2 The lollowing are resolutions tvhich were adopted by the Board of Directors oi ihe Corporation by unanimous written consent on January 9, 2014 and said resolutions have not since
been revoked, amended or modifed:
RESOLVED. Ihat each o( the individuals named below is authorized lo make, execule, seal and deliver for and on behal( of the Corporafion any and all bonds, imdertakings or obligations
in surety or co-surety v�ilh olhers:
CHRISTOPHER DONELAN, SHARON L. SIMS, MARIANNE L. W�LBERT
And be il furlher
RESOLVED, ihaf each of lhe indivi�uals named above is authorized lo appoint attomeys-in-fact fo� �he purpose of making, executing, sealing and delivering bonds, undertakings or
obligalions iqsuretyor co-surety for and on behalf of fhe Corporalion."
3 The undersigned further cerlifies thal �he above resolulions are lrue and correcl copies of lhe resolulions as so recorded and of the whole thereoL _
IN �NITPIESS VVHEREOF, I have hereunto set iny hand and affixed fhe corporate seal this ;.-� / day o( �✓�Zji�C � r�. , 20 �� _ _ __
(Corporafe Seal) _ � . �� -- -
�
� ! .}r� 1 �_ j �,. c,}�.c�._-
. . � �_.��✓�Y 1`'t S ���..._
;'�'> CHRISTOPHER DONELAN, PRESIDENT
� .
— -- ' ThisDaumsntispnnledonco!oredboMedsalerypapecMyreprod¢fionsaievo� __
— -- �- . . �'.if . _ __ _ _ _ _ _- —
006t 19- 1
MAINTENANCE BOND
Page I 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
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND Bond no.: 1301158000032
§
§ KNOW ALL BY THESE PRESENTS:
§
That we CD Builders Inc. , known as
"Principal" herein and Endurance Reinsurance Corporation of America , 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 one million seven hundred eighty eiqht thousand seven'Dollars
($1.788.766.00 ---------------------- ), 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, firmly by these presents. *hundred sixty six and 00/100
WHEREAS, the Principal has entered into a certain written contract with the City awarded
the 9 day of December , 2014 , which Contract is hereby
referred to and a made part 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 from a duly authorized Change Order (collectively herein,
the "Work") as provided for in said contract and designated as 2014 CIP CONCRETE
REPLACMENT, CONTRACT l, CITY PROJECT NO 02370; and
WIIEREAS, 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 two (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the City of the need therefor at any time within the Maintenance
Period.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July I, 2011
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
1�
18
19
20
00 6l 19 - 2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE, 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, HOWEVER, 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
PROVIDED 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
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 2O14 CIP CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTTLUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
00 61 19 - 3
MAINTENANCE BOND
Page 3 of 3
�
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 23 day of January
3 ,2015 .
4
5
6
7
8
9
10
11
1G
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
ATTEST:
(Principal) Secretary �.2 Q 1 `3 �
� �
L. .
Witness to Prin ' al
ATTEST:
(Surety) Secretary
�"a�=�- G � C o r--><<t�,�
Carlos Valenzuela yf
Witness as to Surety
Builders Inc.
BY: �
ignature
��//''��/��](J/ f J n/ /A/
�' I V�� � � I `^-_Y ��V V�/ Y ' �w% � V��
�
Name and Title
Address: PO BOX 1002 HURST, TX 76053
SURETY:
Endurance Reinsurance Corporation of America
� , �
BY: � ���� �- ��,��
�Signature
Roberto De Soto Lopez - Attorney in Fact
Name and Title
Address: � Manhattanville 3rd Floor
Purchase, NY 10604
Telephone Number: ��8�) 250-5290
*Note: If signed by an ofiicer of the Surety Company, 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.
S � �\� \�
(,� /'��J��.��C.r� ,, ,"{✓
w� / ��::�.� n
� �Q I 7Q4 � C1S' .
'r�;� S i�TF
\ '��'^ �H�� /
PRINCIPAL:
41
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
� ,
�- �� � =
I
ENDURANCE REINSURANCE CORF'ORATION OF AMERICA
POWER OF ATTORNEY
ERCA-16-5857
I1(,tto lv all iY(en �y t%tese �'esettt, thal ENDUR,4NCE REINSURANCE CORPORATION OF AMERICA, a Delaware corporation (the "Corporalion"), with o�ces at 4
Manhalfanville Road, 3rd Floor, Purchase, NY 10577, Purchase, New York 10604, has made, constiWted and appoinled and by �hese presenls, does make, conslitule and appoinl
ALEXIS SANCHEZ GEIGEL, IRTHA I. MORALES NIEVES, NORMA I. COLON AVILES, MARLENE L. BRAVO COLON, JOANNE DE JESUS
� NUNEZ, ROBERTO A. DE SOTO LOPEZ its true and lawful Attomey(s)-in-tac1, at SAN JUAN in the Sta1e oi PUERTO RICO and each of them to have tull power lo
---_ acf wifhoul fhe other or others, to make, execule and deliver on its behalf, as surety or co-surety; bonds and undertakings given for any and ail purposes, also lo execute and deliver on its
behalf as aforesaid renewals, extensions, agreemenfs, waivers, consenls or stipulations relating to such bonds or underiakings provided, however, that no single bond or under�aking so
made, executed and delivered shall obligale 1he Corporalion for any portion oi Ihe penal sum thereof in excess of lhe sum of TWENTY MILLION Dollars ($20,000,000).
Such bonds 2nd undertakings (ot seid purposes, when duly executed by said attorney(s)-in-(act, shall be binding upon Ihe Corporation as fully and to the same exlenl as if signed by ihe
Presidenf o( the Corporafion under ils corporale seal altesled by its Corporate Secretary.
This appoii�tment is made under and by aufho�ity of cer(ain resolulions adopled by the Board of Directors oi lhe Corporation by unanimous written consent on the 9Ih of January, 2014, a
- copy of wnici� appears below under !he heading eniiiled "Ceriificale".
�� -_ This Pov✓er oi Atlomey is signed and sealed by facsimile under and by authoriry of the (ollowing resolution adopted by the Board of Direclors of the Corporalion by unanimous wril(en
consen( on January 9, 2014 and said resolulion has not since been revoked, amended or repealed:
RESOLVED, lhat in grantinq powers ot attorneypursuant to certain resolufions adopted by fhe Board of Directors of Ihe Corporation by unanimous wriflen consent on January 9, 2014, fhe
signalure of such direclors and off�cer5 and the seal of the Corporalion may be a�xed to any such , ov+er of attomey or any certifcale relating thereto by (acsimile, and any such power of
attomey or certificate bearing S�ichYacsimile signature or seal shall be valid and binding upon the Corporalion in ihe (uture with respect lo any bond or undertaking to which it is aflached.
�, _ This Povrer of Aitorney shall expire and all authority hereunder shall lerminale withoul notice at midnight (Standard Timer where said altorney(s)-in-fact is authorized to ac(.)
-- DECEMBER31,2Q75
� IN WITNESS WHEREOF, lhe Corporalion has caused lhese presents to be duly signed and its corporale seal io be hereunto affixed and atlested lhis 5TH day of NOVEMBER, 2074 af
Purchase,New York.
�
(Corporale Seal) ENDURANCE REINSURANCE CORPORATION OF AMERICN
ATTEST ������� By � s. ,.-y _ `
CYit�y)C/rr. � i�id�[..a�.�
Q.0 ca�rt��. SL
UARIANNE L WILBERT, Senior Vice President SHARON L. SIMS, Senior Vice Presidenl ==_
STATE OF NEW YORK ss: PURCHASE --•— —_ _ �
COUPITY OF WESTCHESTER
On the 5TH day o( NOVEMBER, 2014 before me personally came SHARON L. SIMS, Senior Vice PresideN to me known, who being by me duly swom, did depose and say that (s)he
resides in SCOTCH PLAINS, NEW JERSEY that (s)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA, the Corporation described in
and which eKecuted ihe above instrument; that (s)he knows the seai of said Corporalion; Ihat the seal a�xed to said instrument is such corporate seal; thal it was so affixed by order of lhe
Board of Direclors of said Corporatiori, and thal (s)he signed his (her) name thereto by like order.
(Notanaf Seal)
�- � — — —
- � �'/-�i /J �? _ -c c�=._.:_ _ -
ANIE LICARI, Nolary Public - My Commission Expires 1 012 912 0 1 5
} CERTIFICr�TE
STA� E'OF N�W YORY ss: PURCHASE
cour�r`� OF WES� CHESTFR =_
I, CHRISTOPNER DON�iAN the PREStDENT of ENDURANCE REINSURANCE CORPORATION OF,�MERICA, a Delaware Corporation (Ihe "Corporation"), hereby certi(y: -
1. That lhe original po�ver of attorney o( which the foregoing is a copy was duly executed on behal( of the Corporation and has nol slnce been revoked, amended or modified; thal the
undersigned has compared the foregoing copy thereof with lhe original power of attomey, and that the same is a true and correct copy of the original power of attorney and o( (he whole
ihereof:
2. The (olloaaing are resolulions which were adopted by the Board of Directors of lhe Corporalion by unanimous wrilten consent on January 9, 2014 and said resolutions have not since
been revoked, amended or modified:
=_ 'RESOLVED, lhal each oi Ihe individuals named below is aulhorized to make, execute, seal and deliver (or and on behalf of the Corporalion any and all bonds, undertakings or obiigations
- In surety or casurety wilh others
`= CHRISTOPHER DONELAN, SHARON L. SIMS, MARIANNE L. WILBERT
And be it fur(her
RESOLVED, (ha� each of fhe inciividuals named above is aufhorized fo appoint atlomeys-in-(acl for ihe purpose o( making, executing, sealing and delivering bonds, undertakings or
obligations in surety or co-surety (or aqd on behalt ot the Corporation "
3. The undersiyned further certifies iha( tfie above resolufions are frue and correc( copies of lhe resolutions as so rewrded and of the whole lhereoL
IN `JVIT�9ESS WHEREOF, I have Itereunlo set niy hand and aKxed fhe corporafe seal (his �/ day o( 1" ��' �� , 20 /:." _______ __ __
. i =__ _ — -�
_ (Corporate Seal) '... ._� �? - — -
i
— � tr3 �� /' 1 ,f l� �r >-r.i.tr----
�I 7/- � �,�,,.,, s �� t
� CHRISTOPHER DONELAN, PRESIDENT
' F , .,
. -, � f r ,, :_pj .._
. �.
— . `- � ...
4l= — - ...�..
��
1 . - — — —
T�is Daumen� is Dnn(ed on cawed bond.�d salery papei. My reprodicuons are vold.
COMMENTS/REMARKS
The General Liability and Automobile policies include a blanket additional insured
endorsement that provides additional insured status to the certificate holder only when
there is a written contract between the named insured and the certificate holder that
requires such status.
The General Liability policy includes a blanket additional insured endorsement that
provides additional insured status to the certificate holder for ongoing and completed
operations only when there is written contract between the named insured and the
certificate holder that requires such status.
The General Liability and Automobile policies contain an endorsement with primary and
noncontributory wording that may apply only when there is a written contract between the
named insured and the certificate holder that may require such status.
The General Liability, Automobile, and Workers Compensation policies include a blanket
waiver of subrogation endorsement that provides this feature only when there is a written
contract between the named insured and the certificate holder that requires this.
OFREMARK COPYRI6HT 2000, AMS SERVICES INC.
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CIT'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLIMEN'I'S
Revision: Dacanba2l, 2012
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1— Definitions and Tenninology ..........................................................................................................1
1.01 Defined Terms ............................................................................................................................... l
1.02 Ternunology ..................................................................................................................................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 . 01 Int e nt . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 l
Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Condifiions; 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
Article5— 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 ........................................................................................................19
6.01 Supervision and Superintendence ...............................................................................................19
CPI'I' OF FORT WORTI-I
STANDARD CONSTRUCTION SPECIFCATION DOCiJMEN'I'S
Revision: Decanba2l, 2012
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
i 6.20
6.21
6.22
6.23
6.24
Labor; Working Hours ................................................................................................................20
Services, Materials, and Equipment ..................:........................................................................20
ProjectSchedule ..........................................................................................................................21
Substitutesand "Or-Equals" ....................................................................................................... 21
Concerning Subcontractors, Suppliers, and Others ....................................................................24
WageRates .................................................................................................................................. 25
PatentFees and Royalties ...........................................................................................................26
Pemutsand Utilities ....................................................................................................................27
Lawsand Regulations ................................................................................................................. 27
Taxes........................:..................................................................................................................28
Useof Site and Other Areas .......................................................................................................28
RecordDocuments ......................................................................................................................29
Safetyand Protection .................................................................................................................. 29
SaferyRepresentative .................................................................................................................. 30
HazardCommunication Programs ............................................................................................. 30
Emergencies and/or Rectification ............................................................................................... 30
Submittals........ .... ..... ................ . .... .......... .. .. .......... ..... ....... ............ ..... .... ....... .......... ..... ...... ......... 31
Continuingthe Work ................................................................................................................... 32
Contractor's General Warranty and Guarantee ..........................................................................32
Indemnification......................................................................................................................... 33
Delegation of Professional Design Services .............................................................................. 34
Rightto Audit .............................................................................................................................. 34
Nondiscriulination....................................................................................................................... 35
Article7- Other Work at the Site ................................................................................................................... 35
7.01 Related Work at Site ...................................................................................................................35
7.02 Coordination ................................................................................................................................36
Article8- City's Responsibilities ................................................................................................................... 36
8.01 Communications to Contractor ..................................................................................................: 36
8.02 Furnish Data ................................................................................................................................ 36
8.03 Pay When Due ............................................................................................................................ 36
8.04 Lands and Easements; Reports and Tests ................................................................................... 36
8.05 Change Orders ............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on City's Responsibilities ....................................................................................... 37
8.08 Undisclosed Hazardous Environmental Condition ....................................................................37
8.09 Compliance with Safety Program ............................................................................................... 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 Determinations for Work Performed .......................................................................................... 38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba'21, 2012
Article 10 - Changes in the Work; Claims; Extra Work ................................................................................38
10.01 Authorized Changes in the Work ............................................................................................... 3 8
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 Confiract 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 Correction 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 Partial Utilization ........................................................................................................................55
14.05 Final Inspection ...........................................................................................................................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 Tertnivation ........................................................................................ 57
15.01 City May Suspend Work ............................................................................................................. 57
15.02 City May Terniinate for Cause ................................................................................................... 58
15.03 City May Terminate For Convenience ....................................................................................... 60
Article 16 - Dispute Resolution ........................................................................................:............................. 61
16.01 Methods and Procedures .............................................................................................................61
CTI'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decemba2l, 2012
Article17 — Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 G�unulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings ......................................................................................................................................63
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCiJMENT'S
Revision: Dacemba2l, 2012
oo�aoo-i
General Conditions
Page I of 63
ARTICLE 1— DEFINITIONS AND TERNIINOLOGY
1.01 Defined Tertns
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, feininuie 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 inshuments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instiument 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 Docusnents.
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 Admiuisiration.
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 Docutnents
(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 OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
oo�zoo-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 authorizea 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 perforni specific duties with responsibility for final enforcement of the contracts
involving the Ciry 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 pariy is not a Coniract Claim.
19. Contract—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Coniract 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 Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the
provisions of Paragraph 11.03 in the case of Unit Price Work).
22. Contract Time—The number of days or the dates stated in the Agreement to: (i) aclueve
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 Condirions for definition.
CIT'I' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
oonoo-i
Genera( Conditions
Page 3 of 63
25. Damage Clainzs — A demand for money ar services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
27. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
28. Director of Parlcs and Comnaunity Servzces — The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Planning and Developnzent — 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 Ti�ansportation Public Worl�s — The officially appointed Director of the
Trausportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
31. Director of Water Department — The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
32. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
34. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas perfonni.ng professional services for the City.
35. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the
Contract Documents. Exfra 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 Conlract 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 satisfacrion of the City.
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S
Revision: Dacanba2l, 2012
00 �2 00 - i
General Conditions
Page 4 of 63
38. Final Inspection — Inspection camed 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 Coniract Documents.
39. General Requirements—Sections of Division 1 of the Contract Documents.
40. Hazardous Envzronmental 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 Regulatzons—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
43. Liens—Charges, security interests, or encumbrances upon Project funds, real properly, 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. Mzlestone—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.
C1T'I' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCI.JMENTS
Revision: Decanba2l, 2012
00�2oo-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 gauung 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 beginniug at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
58. Schedule of Submittals=A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Worlc 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. Specificatzons—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto. Specifications
may be specifically made a part of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)
of each Project.
62. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
oo�zoo-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 Conditions That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier—A manufacturer, fabricator, supplier, distributor, materialmau, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subconiractor.
68. Underground Faczlzties—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
contaizung 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 defuution.
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 fiu•nishing, 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 pernut 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 FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOC[JMENTS
Revision: Dacemba2l, 2012
oo�aoo-i
General Conditions
Page 7 of 63
The Contract Documents include the tenms "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 detei�nination of City as to
the Work. It is intended that such exercise of professional judgment, action, or deternzination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective;
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, Provzde:
The word "Fumish" or the word "Install" or the word "PerForm" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
fiu�lishing and incorporating in the Work including all necessary labor, materials, equipment,
and everythuig necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIlVIINARY MATTERS
2.01 Copzes ofDocuments
City shall fiunish 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
fiunished 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.
CiTI' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCCTMENTS
Revision: Decanba2l, 2012
oo�zoo-i
General Conditions
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the 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
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
2.07 Initial Acceptance 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 ar 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 ar 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. Sunilar types of provisions
may appear in various parts of a section ar articles within a part depending on the format of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decemba2l, 2012
ao �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 sha11 be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, mauual, or code, or any instnzction 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 Contxact
Docurnents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
Contractor's Review of Contract Documents Before Starting Worlc: Before undertaking each
part of the Work, Contractor shall carefully siudy and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual lrnowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguiry, 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
CTI'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLTMENTS
Revision: Decanba2l, 2012
oonoo-i
General Conditions
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving 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, specificarion, 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, aud 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 Wark 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:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo fl 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.
Cti'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Ikxember2l, 2012
oo�aoo-i
General Conditions
Page I 1 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 aud 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 information obtained or derived from such electronic files
will be at the user's sole risk. If there is a discrepancy between the elecironic files and the hard
copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring pariy makes no
representa�ions as to long tertn 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 PI3YSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability ofLands
A. City shall furnish the Site. City sha11 riotify 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 forkh 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 obst�ructions 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.
C1T'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCt.7NIENTS
Revision: Dac�nlxr2l, 2012
e
oo�zoo-i
General Conditions
Page 12 of 63
C. Contractor shall provide for all addirional 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:
1. those reports known to City of explorations aud 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. Lzmited 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. Contractar may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
l. 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 D ffering Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in wark of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacanba2l, 2012
oo�aoo-i
General Conditio�s
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performuig 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 Adjusttnents
Coniractor 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
comrriitment 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 exainination of the Contract Documents or the Site; or
3. Coniractor 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
Supplementary 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 Coniractor sha11
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 adjusiment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. 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 furtlier disturbing conditions affected thereby or performing any
CIT'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLJMENTS
Revision: Decanber2l, 2012
00 �z oo - i
Generat 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 determ.ine 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 Contractor to proceed with the Work. City will provide
conshuction 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 tlle replacement or relocation of reference points or
property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall
notify City in advance and with su�cient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monuxnent has been carelessly or
willfully destroyed, disturbed, or removed by the Contractar ar 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:
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCIJMENTS
Revision: Dacanba2l, 2012
oo�zoo-i
General Conditions
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports ar shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Worlc. 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 confnn such notice in writing).
City may consider the necessity to retain a qualified expert to evaluate such condition or take
corrective action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered
written notice to Contractor: (i) specifying that such condition and any affected area is or has
been rendered suitable for the resumption of Work; or (ii) specifying any special conditions
under which such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then City may order the portion of the Work that is in the area affected by such
condition to be deleted from the Work. City may have such deleted portion of the Work
performed by City's own forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbztration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Conditzon created by Contractor or by anyone for whom Contractor is
responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor 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.
CTI'I' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
00�200-1
General Conditions
Page 16 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 shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractar shall fiirnish 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 payment 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 fiunished 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 SPECIECATION DOCUMENTS
Revision: Dec�nba21, 2012
oo�aoo-i
General Conditions
Page 17 of 63
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rafiing 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.
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
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 conshued 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 ar Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
prunary coverage.
Unless otherwise stated, a11 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 endarsements, 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 deteiznined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price sha11 be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self-insured retention (S1R), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
oo�zoo-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
incorparated 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
Contractor's insurance.
5.04 Contractor's Insurance
A. Workers Compensation and Employers' Lzabzlzty. 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 siclrness or disease, or death of
Contractor's employees.
B. Cornmercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premisesloperations, 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
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacernber2l, 2012
00 �z oo - i
General Conditions
Page 19 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 constxuction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a r�inimum 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 work,
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 Liability. 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. Not�cation of Polzcy 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 ofBonds and Insurance; 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 (or 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 tlie 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
Wark in accordance with the Contract Documents. Confiractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S
Revision: Dacemba2l, 2012
oo�zoo-i
General Conditions
Page 20 of 63
B. At all times during the progress of the Work, Contractar 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 priar 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 ar 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 or
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, Materzals, 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 perfortnance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacanba2l, 2012
007200-1
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 adjusiments 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 O 1 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 ar the name of a parCicular 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 pernutted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
"Or-Equal" Items: If in Ciiy's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may 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 constrtzction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTFI
STANDARD CONSTRUCTION SPECIFCATION DOCiJMEN'I'S
Revision: Deczmba2l, 2012
oo�aoo-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 furnish 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 wark on the Project) to adapt the design to the proposed
substitute item;
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Ikcemba2l, 2012
00�2oo-i
General Conditions
Page 23 of 63
c) whether incorparation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by Ciry. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to deteimine 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. City'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 fui7ush additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
zndemn� and hold harniless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arzsing out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractar 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 from the acceptance of each proposed
substitute.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or-equal" at Contractor's expense.
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacanba2l, 2012
00 72 00 - I
General Conditions
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a
substitute shall be incorporated to the Coniract by Change Order.
H. Time Exterzsions: No additional time will be granted for substiiutions.
6.06 Concerning 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 enfiities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and
equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the
procuxement of goods and services on a contractual basis. If the Contract Documents provide for
a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business
Diversity Ordinance (as amended) by the following:
l. Contractor shall, upon request by the City, provide complete and accurate information
regarding actual work performed by a MBE and/or SBE on the Contract and payment
therefar.
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 exaulination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MBE and/ar SBE. Material misrepresentation of any nature may be grounds
for termination of the Contract in accordance with Paragraph 15.02.A. Any such
misrepresentation may be grounds for disqualification of Contractor to bid on future
contracts with the City for a period of not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTI-I
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decemba2l, 2012
oonoo-i
General Conditions
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any coniractual relationship between City and any such Subcontractor, Supplier or other
individual ar entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable tertns and conditions of the Contract
Docutnents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
adtninistrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of i�iolations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractar and any affected worker of its initial determination. Upon the City's
detertnination 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 a.mounts
being subtracted from successive progress payments pending a final deterinination of the
violation.
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENI'S
Revision: I�:anber2l, 2012
oo�aoo-i
General Conditions
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator 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 ar 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, ar device is specified in the Contract Documents
for use in the performance of the Wark and if, to the acival knowledge of City, its use is subject
to patent rights ar 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 indemn� and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Worlc or resulting frorn
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanber2l, 2012
00 72 00 - 1
General Couditions
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specifzed
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Docutnents. City shall assist Contractor, when necessary, in obtaiuing such pemuts 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 connecfiions 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 pernuts the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Pernlits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of andlor access to pernuts
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
pernuts and licenses.
6.10 Laws and Regulations
A. Contractor shall give all notices required by and sha11 comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs auy 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
CII`I' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCi.JMENTS
Revision: Dacemba2l, 2012
oonoo-�
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 Tc�es
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 a11 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 7871 l; or
2. http://t�vww.window.state.tx.us/taxinfo/taxforms/93-forms.html
6.12 Use of Site and Other Areas
A. Limitation on 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 conshuction equipment or
other materials or equipment. Contractor shall assume full responsibility for any datnage to
any such land or area, ar 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 far proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLJMENTS
Revision: Decanba2l, 2012
oo�zoo-i
General Conditions
Page 29 of 63
Should any Damage Clairn 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 indemnzfy and hold harnzless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During PerfornZance of the Woriz: Duzing 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 Ciry 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 a11 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 ar 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 doctunents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
6.14 Safety and Protectzon
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safery
precautions and progra.ms 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
CTI'Y OF FORT WORTH
STANDAR.D CONSTRUCTION SPECIFCATION DOCL)MENTS
Revision: DecemUa21, 2012
oo�zoo-i
General Conditions
Page 30 of 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent datnage, 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 offthe Site; and
other property at the Site or adjacent thereto, including trees, shrubs, lawns, wallcs,
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 properiy, or to the protection of persons or property from damage, injury, ar 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, relocafiion, 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 Contractar's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A3 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, shall 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 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication Programs
Contractar 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 accardance with Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CIT'Y OF FORT WORTH
3TANDARU CONSTRUCTION SPECiFCATION DOCUMENTS
Revision: Dacanba2l, 2012
oo�zoo-i
General Conditions
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereo£ 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 talcing 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 Contxactor 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 sunilar 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. Submiitals 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
talce 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.
CIT'I' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decan6a21, 2012
oo�zoo-i
General Co�ditions
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 acceptauce of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review.•
1. City will provide timely review of required Submittals in accardance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to deterinine 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 Confiractor has complied
with the requirements of Section O1 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 posfiponed 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:
1. 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 FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S
Revision: Ik�anba2l, 2012
00�2oo-i
General Conditions
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Worlc in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Wark that is
not in accordauce with the Contract Documents or a release of Contractar's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
the issuance of a certificate of Final Acceptance by City ar 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
fiirnish 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 prompfiness.
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 INDEMNII�ICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN
�'ART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the
City, its officers, servants and employees, from and against any and all loss, damage or
destruction of property of the City, arising out of, or alleged to arise out of, the work and
services to be performed by the Contractor, its officers, agents, employees, subcontractors,
licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decenba2l, 2012
oonoo-i
General Conditions
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN TFIAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION 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 cany out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all 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 perfortned by such design professionals, provided City has specified
to Contractar 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 618.C.
6.23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after fmal
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 fuxther 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 examule 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
CITI' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S
Revision: Decanber2l, 2012
oo�zoo-i
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 Nondiscrzmination
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 Achninistration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civrl 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— OTAER 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 contractors, 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 startuig any such other work; and
B. Contractor shall afford each other contractor who is a party 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 opporhanity 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, firiing, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that 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.
CiT'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
7.02 Coo��dination
oo�zoo-i
General Conditions
Page 36 of 63
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities arnong the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibiliry 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 Furnish 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 and 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
shuctures 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.
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: L�canba2l, 2012
oo�zoo-i
General Conditions
Page 37 of 63
8.07 Limztations on City's Responsibilities
A. The City shall not supervise, direct, or ha�e control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, ar 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
Coniractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Conditzon
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Con2pliance 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.
A.RTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative duriug 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
detenniue, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be requrred to make exhaustive or cont7nuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CIT'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S
Revision: Decanba2l, 2012
oo�zoo-i
General Conditions
Page 38 of 63
9.03 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Coniract 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. Ciry will have authority to conduct special inspection or
testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or
completed.
9.05 Determinations for WorkPerformed
Contractar will determine the actual quantities and classifications of Work performed. Ciry's Project
Representative will review with Contractor the prelimuiary determuiations on such matters before
rendering a written recommendation. �;ity's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Coniract 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 fmal 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 ar Contract Price, a Field
Order may be issued by the City.
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanber2l, 2012
00�2oo-i
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:
l. 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 Ciiy's correction
of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Tixne which are agreed to by the parties, including
any undisputed sum or amount of tune for Wark 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 fuinish 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 Confiractor incurs as a result or relating to the
change or Extra Work, whether said costs are laiown, uuknown, 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 Notifzcation 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decemba2l, 2012
00 �2 00 - i
General Conditions
Page 40 of 63
10.06 Contract Claims Process
A. City's Decision Requzred: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City sha11 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 atnount 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 accardance 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.
CTI'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacanber2l, 2012
007200-1
General Conditions
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be fmal and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjushnent 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; LTNIT 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 reirnbursed 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.O1.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 Worlc. 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, unemployxnent, excise, and payroll taxes, worlcers' 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.
Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCiJMENTS
Revision: Dacanba2l, 2012
00�2oo-i
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 deterinine, 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 Work 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 specifically 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
Contractar.
c. Sa1es, 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, ar 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 detennining 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.
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMh'N'1'S
Revision: Decanba2l, 2012
oo�aoo-1
Ge�eral Conditions
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractar 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:
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 ad.ministration 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 admin.istrative costs covered by the Contractor's fee.
2. Expenses of Contxactor'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 Subconiractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
lirnited 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 detei7i�ined on the basis of Cost of the
Work, Contractor's fee shall be deterrriined as set forth in Paragraph 12.01.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
accordance 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:
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLJMENTS
Revision: Decanba2l, 2012
oo�zoo-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 quantiry 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 detennining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work perfortned 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 adjushnent in the Contract Price in accordance with Paragraph 12.01 if:
l. 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.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CTI'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Lkcanber2l, 2012
oo�zoo-i
General Conditions
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of worlc, the
Conlract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work perfor�med or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as fmal 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% (ar as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The
party to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quanrity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or
decreased by the amount involved in the change, and the 25% variance will apply to the new
plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans
quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacanba2l, 2012
00�2oo-i
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 — C�IANGE 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 deterinined as follows:
l. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject 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 profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the tisne 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.O1.A.1, 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.O1.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 fu{ed 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
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENT'S
Revision: Daczmba2l, 2012
007200-1
General Conditions
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subconiractor under
Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor aud
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subconiractor, 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 percent (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 adjusUnent in Contract Price or Contract Time for delays
within the control of Contractor. Delays ariributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Conixactor.
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 SPECIFCATION DOCUMENTS
Revision: Decanber2l, 2012
0o n oo-�
General Conditio�s
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORIZECTION, 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 fl 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 fiirnish 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 laboratory ("Testing Lab") to
perforxn 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.
CIT'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacemba2l, 2012
00�2oo-i
General Conditions
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the worlc 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 Wark 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 VVark 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,
fiunishing all necessary labor, material, and equipment.
If it is found that the uncovered Work is defective, Contractor shall pay a11 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, obsezvation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of worlc 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 at6ributable 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 Wark, 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
CTI'I' �F FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dec�nba21, 2012
oo�zoo-i
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 Renzoval 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 Wark shall not constitute acceptance of such
Work.
B. When conecting 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 Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or pernutted by Laws and Regulations as
contemplated in Paragraph 6.10.A is found to be defective, Contractor sha11 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 instnzctions, 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, attomeys, 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.
CIT'I' OF FORT WORTH
STANDARD CONSIRUCTION SPECIFCATION DOCUMEN'I'S
Revision: Dacember2l, 2012
00�2oo-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 a11 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
Coniract 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 conshued as a substiiute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance ofDefective 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 diuunished
value of Work so accepted.
13.09 City May Cor��ect 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 Wark 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 part 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, attomeys, and other professionals and all court or other dispute resolution
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLJMEN'TS
Revision: Deceu�ba21, 2012
00 72 00 - 1
General Conditions
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporaring the
necessary revisions in the Contract Documents with respect to the Work; and Ciry 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 Values
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 Ciry. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applzcations for Payments:
1. Contractor is responsible for providing all information as required to become a vendor 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 payment 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, or other
documentation warranting that City has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate
insurance or other arrangements to protect City's interest therein, all of which must be
satisfactory to City.
4. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that previous progress payments received on account of the
Work have been applied on account to discharge Contractor's legitimate obligations
associated with priar Applications far Payment.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decsnba2l, 2012
oo�zoo-�
General Conditions
Page 53 of 63
B. Review ofApplications:
City will, after receipt of each Application far Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons far
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 far 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 lrnowledge:
a. the Worlc 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
a Contractor has complied with Laws and Regulations applicable to Contractor's
perfortnance 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 payrnent previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defecrive, 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
CTl'1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanber2l, 2012
007200-i
General Conditions
Page 54 of 63
e. City has actual laiowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
l. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For confiracts greater than $400,000 at the time of execurion, 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 ha�e 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
a 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. ff 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 Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application far Payment, whether incorporated in the Project or not, will pass to City no later than
the time of payment free and clear of all Liens.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
00 �2 00 -1
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, detennines 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:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within 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 detennine 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 therefar.
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 deterinine that the Work is not ready for Final
Inspection, City will notify the Contractor in writing of the reasons and Contract Time will
resucne.
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 CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dacemba2l, 2012
00 72 00 - I
General 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 Payrnent 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 Confiractor 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. Paynaent 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 confiims, 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
CI"I`Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLJMEN'I'S
Revision: Decanba2l, 2012
oo�zoo-i
General Conditions
Page 57 of 63
portion of the Work fully completed and accepted sha11 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
Docurnents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 Czty 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 fi�c the date on which Work will be resumed. Contractor
shall resume the Work on the date so fi�ced. 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 ar 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 rehuiiiug the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on acival 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 proj ect for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'T'S
Revision: Decanber2l, 2012
oo�zoo-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 tennination for cause:
1. Contractor's persistent failure to perform the Work in accardance 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. Contxactor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; ar
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 ar 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 ar 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 banlaupt, 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 perinitted by Laws and
Regulations, declare a Contractor default and formally ternunate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractar 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 perfortn 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
CIT'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanber2l, 2012
oo�zoo-i
General Conditions
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete 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 far which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
Whether City or Surety completes the Work, Contractor sha11 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.
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 Contract 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 teiYnuiated if Contractar
begins within seven days of receipt of notice of intent to tei�ninate to correct 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 tei7nination 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 tei7nination procedures of that bond shall not supersede the provisions of this
Article. .
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLTN4;NTS
Revision: Dacanba2l, 2012
oonao-i
General Conditions
Page 60 of 63
15.03 City May Terminate Fo�• Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any teiminafion 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 terrrunation 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 sha11 be deemed conclusively presumed and
established that such terinuiation 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:
l. Stop work under the Contract on the date and to the extent specified in the notice of
terniination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary far completion of such portion of the Work under the Contract as is not terminated;
3. ternunate all arders and subcontracts to the extent that they relate to the performance of the
Work tei7nivated 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 Ciry:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terininated by the notice of
tertnination; 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 terrrunation inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decembar2l, 2012
oo�zoo-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 adjushnents
to correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termina�ion, the Contractor shall submit his teimination
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):
l. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums far overhead and profit on
such Work;
2. expenses sustained prior to the effective date of tennination in performing services and
fuinishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amou.nt to be paid
to the Contractor by reason of the teimination of the Worlc, the City shall determine, on the basis
of infortnation available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts detenniued. 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 RE50LUTION
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.C3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, witlun that tune period, City or Contractor:
CIT'I' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dece�nba21, 2012
00�2oo-i
General Conditions
Page 62 of 63
l. 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 — NIISCELLANEOUS
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 i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confiimation 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 FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Decanba2l, 2012
oo�zoo-i
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 accepta.nce of the Work or
ter�iination 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.
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCtJMENTS
Revision: Decanba2l, 2012
00 73 00 - 1
SUPPLEMENTARY CONDITIONS
Page 1 of 5
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
SECTION 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.
De�ned 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.
5C-3.03B.2, "Resolving Discrepancies"
Plans govern over Specifications.
SG4.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.O1A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
August 13, 2014:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER
N UMBER
NONE
TARGET DATE
OF POSSESSION
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 City in writing associated with the differing easement line locations.
SC-4.O1A.2, "Availability of Lands"
Utilities or obstructions to be removed, adjusted, and/or relocated
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROIECT NO. 02370
Revised April 1, 2013
007300-2
SUPPLEMENTARY CONDITIONS
Page 2 of 5
1
2
3
4
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of August 13, 2014:
EXPECTED UTILITY AND LOCATION
OWNER
TARGET DATE OF
ADNSTMENT
NONE
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
The Contractor understands 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"None" Report No. , dated , prepared by "None" a sub-consultant of "None", a
consultant of the City, providing additional information on "None"
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"
SC-4.06A., "Hazardous Environmental 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
(2) Consultant: "None"
(3) Other: "None"
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:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accidendoccurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., "Contractor's Insurance"
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised April 1, 2013
007300-3
SUPPLEMENTARY CONDTI'IONS
Page 3 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
49
50
51
52
53
54
5.04B. Commercial General Liability, under Paragraph GC-5.04B. 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 occurrence
$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 GC-5.04C. Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following arnounts:
(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 person /
$500,000 Bodily Injury per accident /
$100,000 Property 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 "None".
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 raiiroad company's
properties.
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:
Required for this Contract
N/A
N/A
X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
C1TY OF FORT WORTIi 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CiTY PROJECT NO. 02370
Revised April 1, 2013
007300-4
SUPPLEMENTARY CONDTTIONS
Page 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
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
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 khe 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
raiiroad 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.
5uch 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: GC 6.07
SC-6.09., "Permits and Utilities"
SC-6.09A., "Contractor obtained permits and licenses"
The following are known pemrits and/or licenses required by the Contract to be acquired by the Contractor:
"None"
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 foliowing is a list of known outstanding pernuts and/or licenses to be acquired, if any as
Outstanding Permits and/or Licenses to Be Acquired:
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised April 1, 2013
OWNER
007300-5
SUPPLEMENTARY CONDITIONS
Page 5 of 5
PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
"None"
1
2 SC-7.02., "Coordination"
3
4 The individuals or entifies listed below have contracts with the City for the performance of other work at
5 the Site:
6 "None"
Vendor 5co e of Work Coordination Authorit
None None None
7
8
9 SC-8.01, "Communications to Contractor"
10
11 Arterial and collector street sections shall be replaced with minimum 8 inch thick HES concrete over
12 8 inch flexbase and Geogrid. Residential street sections shall be minimum 7 inch thick HES concrete.
13 The use of flexbase and/or Geogrid for residential street shall be determined by engineer.
14
15 SC-9.01., "City's Project Representative"
16
17 The following firm is a consultant to the City responsible for construction management of this Project:
18 "None"
19
20 SC-13.03C., "Tests and Inspections"
21
22 None
23
24 SC-16.O1C.1, "Methods and Procedures"
25
26 None
27
28
29
30 END OF SECTION
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised April 1, 2013
oiiioo-i
SUMMARY OF WORK
Page 1 of 3
1
2
3 PART1- GENERAL
4 1.1 SLJIVIMARY
5
6
7
8
9
10
11
12
13
14
SECTION 011100
SUMMARY OF WORK
A. Section Includes:
l. Summary of Work to be perFormed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Speciiication
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
17 2. Division 1- General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMIIVISTRATIVE REQUIItEMENTS
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�
:
Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
2. MOBII.,IZATION AND DEMOBILIZATION SHALL NOT BE PAID DIltECTLY
BUT SHALL BE CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS OF
WORK. NO PAYMENT WILL BE MADE FOR MOBII,IZATION AND
DEMIBILIZATION FROM ONE LOCATION TO ANOTHER IN NORMAL
PROGRESS OF PERFORMING THE WORK.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCT`ION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised December 20, 2012
Ol 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
1 C. Use of Premises
2 1. Coordinate uses of premises under direction of the City.
3 2. Assume full responsibility for protection and safekeeping of materials and
4 equipment stored on the Site.
5 3. Use and occupy only portions of the public streets and alleys, or other public places
6 or other rights-of-way as provided for in the ordinances of the City, as shown in the
7 Contract Documents, or as may be specifically authorized in writing by the City.
8 a. A reasonable amount of tools, materials, and equipment for construction
9 purposes may be stored in such space, but no more than is necessary to avoid
10 delay in the construction operations.
11 b. Excavated and waste materials shall be stored in such a way as not to interfere
12 with the use of spaces that may be designated to be left free and unobstructed
13 and so as not to inconvenience occupants of adjacent property.
14 c. ff the street is occupied by railroad tracks, the Work shall be carried on in such
15 manner as not to interfere with the operation of the railroad.
16 1) All Work shall be in accordance with railroad requirements set forth in
17 Division 0 as well as the railroad permit.
18 D. Work within Easements
19 1. Do not enter upon private property for any purpose without having previously
20 obtained permission from the owner of such property.
21 2. Do not store equipment or material on private property unless and until the
22 specified approval of the property owner has been secured in writing by the
23 Contractor and a copy furnished to the City.
24 3. Unless specifically provided otherwise, clear all rights-of-way or easements of
25 obstructions which must be removed to make possible proper prosecution of the
26 Work as a part of the project construction operations.
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
4.
��
�
Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be rnade at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised December 20, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Ol 11 00 - 3
SIIMMARY OF WORK
Page 3 of 3
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
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 [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
16 PART 3- EXECUTION [NOT USED]
17
18
END OF SECTION
Revision Log
DATE NE1ME SUMMARY OF CHANGE
19
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
e
oi2soo-i
SUBSTITIJ'I'ION PROCEDURES
Page 1 of 4
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0125 00
SUBSTITUTION PROCEDURES
5 A. Section Includes:
6 l. The procedure for requesting the approval of substitution of a product that is not
7 equivalent to a product which is specifed by descriptive or performance criteria or
8 defined by reference to 1 or more of the following:
9 a. Name of manufacturer
10 b. Name of vendor
11 c. Trade name
12 d. Catalog number
13 2. Substitutions are not "or-equals".
14 B. Deviations from this City of Fort Worth Standard Specification
15 l. None.
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
18 2. Division 1— General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various items bid.
22 No separate payment will be allowed far this Item.
23 1.3 REFERENCES [NOT USED]
24 1.4 ADMI1vISTRATIVE REQUIREMENTS
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMNT, CONTf2ACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
012500-2
SUBSTIT[JTION PROCEDURES
Page 2 of 4
1
b. Contractor proposes a cost and/or time reduction incentive to the City.
2 1.5 SUBMITTALS
3 A. See Request for Substitution Form (attached)
4 B. Procedure for Requesting Substitution
5 l. Substitution shall be considered only:
6 a, After award of Contract
7 b. Under the conditions stated herein
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
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Speciiication Section or Drawing reference of originally speciiied
product, including discrete name or tag number assigned to original
product in the Contract Docurnents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized cornparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Productexperience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Sarnples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
l. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
012500-3
SUBSTI'PU'I'ION PROCEDURES
Page 3 of 4
1
2
3
4
5
6
7
8
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Speciiication Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has deternuned that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modiiications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED)
28 PART 3- EXECUTION [NOT USED]
29
30
31
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
012500-4
SUBSTIT'iJTION PROCEDURES
Page 4 of 4
1
2
3
4
5
6
7
8
9
10
11
EXHIBIT A
REQUE5T FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the speciiied item for
the above project:
SECTION Pl�RAGRAPH SPECIFIED ITEM
Proposed Substitution:
12 Reason for Substitution:
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
Include complete information on changes to Drawings and/or Speciiications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufachuer's guarantees of the proposed and speciiied items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
_ Recommended _ Recommended
Not recommended Received late
By
Date
Remarks
Date
Rej ected
CiTY OF FORT WORTFi 2014 CIP CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5ECTION 0131 19
PRECONSTRUCTION MEETING
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 l. None.
10
11
12
13 1.2
C. Related Speciiication 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
PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. ff recorded, tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting, prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b. Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City may request
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
2014 CII' CONCRETE REPLACEMNT, CONTRACT 1
CTTY PRO7ECT NO. 02370
013119-2
PRECONSTRUCTION MEETING
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
32
33
34
35
36
37
38
39
40
41
42
43
44
45
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section O1 32 16 and
provide at Preconstruction Meeting.
b. City will nodfy Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certiiication
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench S afety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of e�cisting water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
CiTY OF FORT WORTIi 2014 CIP CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised August 17, 2012
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1 1.5 SUBMITTAL5 [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED�
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 l.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11 END OF SECTION
12
13
Revision I.og
DATE Nt1ME SUMMARY OF CHANGE
CiTY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMNT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised August 17, 2012
013120-1
PROJECT MEETINGS
Page 1 of 3
1
2
3 PART1- GENERAL
4 1.1 SLTMMARY
SECTION 013120
PROJECT MEETINGS
5 A. Section Includes:
6 1. Provisions for project meetings throughout the construction period to enable orderly
7 review of the progress of the Work and to provide for systematic discussion of
8 potential problems
9 B. Deviations this City of Fort Worth Standard Specification
10 1. None.
11
12
13
14 1.2
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forrns and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Coordination
21 1. Schedule, attend and administer as specified, periodic progress meetings, and
22 specially called meetings throughout progress of the Work.
23 2. Representatives of Contractor, subcontractors and suppliers attending meetings
24 shall be qualified and authorized to act on behalf of the entity each represents.
25 3. Meetings administered by City may be tape recorded.
26 a. If recorded, tapes will be used to prepare minutes and retained by City for
27 future reference.
28 4. Meetings, in addition to those specified in this Section, may be held when requested
29 by the City, Engineer or Contractor.
30 B. Pre-Construction Neighborhood Meeting
31 1. After the execution of the Agreement, but before construction is allowed to begin,
32 attend 1 Public Meeting with affected residents to:
33 a. Present projected schedule, including construction start date
34 b. Answer any construction related questions
35 2. Meeting Location
36 a. Location of ineeting to be determined by the City.
37 3. Attendees
38 a. Contractor
CITY OF FORT WORTH 2O14 CIF' CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
013120-2
PROJECT MEETINGS
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
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts ,
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
p. Review status of Requests for Information
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
013120-3
PROJECT MEETINGS
Page 3 of 3
1 6. Meeting Schedule
2 a. Progress meetings will be held periodically as determined by the Project
3 Representative.
4 1) Additional meetings may be held at the request of the:
5 a) City
6 b) Engineer
7 c) Contractor
8 7. Meeting Location
9 a. The City will establish a meeting location.
10 1) To the extent practicable, meetings will be held at the Site.
11 1.5 SUBMITTALS [NOT USEDJ
12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
13 1.'7 CLOSEOUT SUBMITTALS [NOT USED]
14 1.8 MAINTENANCE MATERIAL SUl3MITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE [NOT USED]
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 1.11 FIELD [SITE) CONDITIONS [NOT USED]
18 1.12 WARRANTY [NOT USED]
19 PART 2- PRODUCTS [NOT USED]
20 PART 3- EXECUTION [NOT USED]
21
22
END OF SECTION
Revision Log
DATE NAME SUNIMARY OF CHANGE
23
CTI'Y OF FORT WORTH 2O14 CiP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July l, 2011
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION Ol 3216
CONSTRUCTION PROGRESS SCHEDULE
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Speciiic requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12
13
14
15 1.2
16
17
18
19 1.3
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
C. Related Speciiication 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
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
REFERENCES
A. Definitions
l. Schedule Tiers
a. Tier 1- No schedule submittal required by contract. Small, brief duration
projects
b. Tier 2- No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3- Schedule submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d. Tier 4- Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with long durations
1) Examples: large water pump station project and associated pipeline with
interconnection to another governmental entity
e. Tier 5- Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised July l, 2011
O13216-2
CONSIRUCTION PROGRESS SCHEDULE
Page 2 of 5
1 4. Schedule Narrative - Concise narrative of the schedule including schedule
2 changes, expected delays, key schedule issues, critical path items, etc
3 B. Reference Standards
4 l. City of Fort Worth Schedule Guidance Document
5 1.4 ADMINISTRATIVE REQUIItEMENTS
6 A. Baseline Schedule
7 1. General
8 a. Prepare a cost-loaded baseline Schedule using approved software and the
9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule
10 Guidance Document.
11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
12 understanding of the work to be performed and known issues and constraints
13 related to the schedule.
14 c. Designate an authorized representative (Project Scheduler) responsible for
15 developing and updating the schedule and preparing reports.
16 B. Progress Schedule
17 1. Update the progress Schedule monthly as required in the City of Fort Worth
18 Schedule Guidance Document.
19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
20 3. Change Orders
21 a. Incorporate approved change orders, resulting in a change of contract time, in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document.
24 C. Responsibility for Schedule Compliance
25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status
26 Report that delays to the critical path have resulted and the Contract completion
27 date will not be met, or when so directed by the City, make some or all of the
28 following actions at no additional cost to the City
29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule
30 outlining:
31 1) A written statement of the steps intended to take to remove or arrest the
32 delay to the critical path in the approved schedule
33 2) Increase construction manpower in such quantities and crafts as will
34 substantially eliminate the backlog of work and return current Schedule to
35 meet projected baseline completion dates
36 3) Increase the number of working hours per shift, shifts per day, working
37 days per week, the amount of construction equipment, or any combination
38 of the foregoing, sufficiently to substantially eliminate the backlog of work
39 4) Reschedule activities to achieve maximum practical concurrency of
40 accomplishment of activities, and comply with the revised schedule
41 2. If no written statement of the steps intended to take is submitted when so requested
42 by the City, the City may direct the Contractor to increase the level of effort in
43 manpower (trades), equipment and work schedule (overtime, weekend and holiday
44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay
45 to the critical path in the approved schedule.
46 a. No additional cost for such work will be considered.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PR07ECT NO. 02370
Revised July 1, 2011
O13216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
2
3
4
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
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be
supplemented with the following:
1) Furnish justification and supporting evidence as the City may deem
necessary to deternune whether the requested extension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justification and supporting
evidence, make findings of fact and will advise the Contractor, in
writing thereof.
2) If the City finds that the requested extension of time is entitled, the City's
determination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) 5uch data shall be included in the next updating of the Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2.
�
Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffected work, in which
case the Contractor shall take all possible action to minimize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
F1oat or slack time is defined as the amount of time between the earliest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain of activities on tt�e Baseline Schedule.
a. Float or slack time is not for the exclusive use or beneiit of either the
Contractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reserve and apportion float time according to the needs of the project.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised July 1, 2011
013216-4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
c. Acknowledge and agree that actual delays, affecting paths of activities
containing float time, will not have any effect upon contract completion times,
providing that the actual delay does not exceed the float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
18 1.5 SITBMITTALS
19 A. Baseline Schedule
20 1.
21
22
23
24 2.
25
C. Schedule Narrative
26 B. Progress Schedule
27 1. Submit progress Schedule in native file format and pdf format as required in the
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedule monthly no later than the last day of the month.
30
31
32
33
34
35
36
37
38
39
1. Where work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
Submit Schedule in native file format and pdf format as required in the City of Fort
Worth 5chedule Guidance Document.
a. Native file format includes:
1) Primavera (P6 or Primavera Contractor)
Submit draft baseline Schedule to City prior to the pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrative monthly no later than the last day of the month.
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
O13216-5
CONSTRUCTION PROGRESS SCHEDULE
Page S of 5
1 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE
5 A. The person preparing and revising the construction Progress Schedule shall be
6 experienced in the preparation of schedules of similar complexity.
7 B. Schedule and supporting documents addressed in this Speci�ication shall be prepared,
8 updated and revised to accurately reflect the performance of the construction.
9 C. Contractor is responsible for the quality of all submittals in this section meeting the
10 standard of care for the construction industry for similar projects.
11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
12 l.11 FIELD [SITE] CONDITIONS [NOT USED]
13 112 WARRANTY [NOT USED]
14 PART 2- PRODUCTS [NOT USED]
15 PART 3- EXECUTION [NOT USED]
16 END OF SECTION
17
18
Revision Log
DATE NAME SUIvIMARY OF CHANGE
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
0132 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
1
2
3 PART1- GENERAL
SECTION 0132 33
PRECONSTRUCTION VIDEO
4 1.1 SiJMMARY
5 A. Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Speciiication
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURE5
14 A. Measurement and Payment
15 l. Work associated with this Item is considered subsidiary to the various iterns bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Preconstruction Video
20 1. Produce a preconstruction video of the site/alignment, including all areas in the
21 vicinity of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Retain a copy of the preconstruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5ED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 DELIVERY, STORA.GE, AND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
33 PART 2- PRODUCTS [NOT USED]
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'tRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PR07ECT NO. 02370
Revised July l, 2011
O13233-2
PRECONSTRUCTION VIDEO
Page 2 of 2
1 PART 3- EXECUTION [NOT USED]
2
3
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'I'RACT I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
Ol 33 00 - 1
SUBMITTALS
Page 1 of 8
1
2
3 PART1- GENERAL
4 1.1 5UMMARY
SECTION 0133 00
SUBMTTTALS
5 A. Section Includes:
6 1. General methods and requirements of submissions applicable to the following
7 Work-related submittals:
8 a. Shop Drawings
9 b. Product Data (including Standard Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B. Deviations from this City of Fort Worth Standard Speciiication
13 1. None.
14
15
16
17 1.2
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
PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFEI2ENCES [NOT USED]
22 1.4 ADMIr1ISTRATIVE REQUIREMENTS
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
perfornung the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
� Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
0
C1TY OF FORT WORTFI 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
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
O13300-2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers O1-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) "By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
l. Fold shop drawings larger than 8'/z inches x 11 inches to 8'/z inches x 1 linches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
l. The date of submission and the dates of any previous submissions
CITY OF FORT WORTfi 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
013300-3
SUBMITTALS
Page 3 of 8
1
2
3
4
5
6
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. 5upplier
c. Manufacturer
7 5. Identification of the product, with the Specification Section number, page and
8 paragraph(s)
9 6. Field dimensions, clearly identified as such
10 7. Relation to adjacent or critical features of the Work or materials
11 8. Applicable standards, such as ASTM or Federal Specification numbers
12 9. Identification by highlighting of deviations from Contract Documents
13 10. Identification by highlighting of revisions on resubmittals
14 1 l. An 8-inch x 3-inch blank space for Contractor and City stamps
15
16
17
18
19
20
21
22
23
24
25
26
27
F. Shop Drawings
1. As speciiied in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
28 2. Details
29 a. Relation of the various parts to the main members and lines of the structure
30 b. Where correct fabrication of the Work depends upon field measurements
31 1) Provide such measurements and note on the drawings prior to submitting
32 for approval.
33 G. Product Data
34 1. For submittals of product data for products included on the City's Standard Product
35 List, clearly identify each item selected for use on the Project.
36 2. For submittals of product data for products not included on the City's Standard
37 Product List, submittal data rnay include, but is not necessarily limited to:
38 a. Standard prepared data for manufactured products (sometimes referred to as
39 catalog data)
40 1) Such as the manufacturer's product specification and installation
41 instructions
42 2) Availability of colors and patterns
43 3) Manufacturer's printed statements of compliances and applicability
44 4) Roughing-in diagrams and templates
45 5) Catalog cuts
46 6) Productphotographs
CTI'Y OF FORT WORTH 2O14 CTP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
013300-4
SUBMITTALS
Page 4 of 8
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational-range diagrams
3 9) Production or quality control inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and maintenance instructions and recommended
6 spare-parts listing and printed product warranties
7 12) As applicable to the Work
8 H. Samples
9 1. As specifed in individual Sections, include, but are not necessarily limited to:
10 a. Physical examples of the Work such as:
11 1) Sections of manufactured or fabricated Work
12 2) Small cuts or containers of materials
13 3) Complete units of repetitively used products color/texture/pattern swatches
14 and range sets
15 4) Specimens for coordination of visual effect
16 5) Graphic symbols and units of Work to be used by the Ciry for independent
17 inspection and testing, as applicable to the Work
18 I. Do not start Wark requiring a shop drawing, sample or product data nor any material to
19 be fabricated or installed prior to the approval ar qualiiied approval of such item.
20 1. Fabrication performed, materials purchased or on-site construction accomplished
21 which does not conform to approved shop drawings and data is at the Contractor's
22 risk.
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
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installafions in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Con�rm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
013300-5
SUBMITTALS
Page 5 of 8
3
4
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. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
2.
4.
The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any depariure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the Ciry may return the reviewed drawings without noting an
exception.
Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEP'TIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
013300-6
SUBMITTALS
Page 6 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
7.
c.
�
1) "EXCEPTIONS NOTED". This code is assigned when a coniumation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
�nal product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
39
40
41
42
43
44
45
46
47
48
49
�
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
O13300-7
SUBMITTALS
Page 7 of 8
1 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
5 following receipt of submittal by the City.
6 L. Mock ups
7 l. Mock Up units as specified in individual Sections, include, but are not necessarily
8 limited to, complete units of the standard of acceptance for that type of Work to be
9 used on the Project. Remove at the completion of the Work or when directed.
10 M. Qualifications
11 1. If speciiically required in other Sections of these Speciiications, submit a P.E.
12 Certiiication for each item required.
13
14
15
16
17
18
19
�i7
N. Request for Information (RF�
l. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Docurnents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
21 3. Numbering of RFT
22 a. Prefix with "RFI" followed by series number, "-x�cx", beginning with "O1" and
23 increasing sequentially with each additional transmittal.
24 4. Sufficient information shall be attached to permit a written response without further
25 information.
26 5. The City will log each request and will review the request.
27 a. If review of the project information request indicates that a change to the
28 Contract Documents is required, the City will issue a Field Order or Change
29 Order, as appropriate.
30 1.5 SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
32 l.'7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
36 1.11 FIELD [SITE] CONDITIONS [NOT USED]
37 1.12 WARRANTY [NOT USED]
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTPY PROJECT NO. 02370
Revised December 20, 2012
1 PART 2- PRODUCTS [NOT U5ED]
2 PART 3- EXECUTION [NOT USED]
3 END OF SECTION
4
013300-8
SUBMITTALS
Page 8 of 8
Revision Log
DATE NAlVIE SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendaz Days
5
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
013513-1
SPECIAL. PROJECT PROCEDURES
Page 1 of 8
1
2
3 PART1- GENERAL
4 l.l SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
14
15
16
17
18
19
SECTION 013513
SPECIAL PROJECT PROCEDURES
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. Conf'ined 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
1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1— General Requirements
23 3. Section 33 12 25 — Connection to Eacisting 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 OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
013513-2
SPECIAL PROJECT PROCEDURES
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
16
17
18
19
20
21
22
23 1.4
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
High Voltage Overhead Lines.
3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
Specificarion
ADMI1�tISTRATIVE REQUIREMENTS
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 (T�OT):
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 T�cDOT 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
1. Regulatory Requirements
a. All Work 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.
�
3
4.
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
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS CPI'Y PROJECT NO. 02370
Revised December 20, 2012
O13513-3
SPECIAL PROJECT PROCEDURF.S
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
46
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 notiiication 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.rn. 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 (ITLSD), 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.
l. When Contract Documents pernut 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
G. Water Department Coordination
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
O13513-4
SPECIALPROJECTPROCEDURES
Page 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 eacisting
6 City water line system with the City's representative.
7 a. Coordination shall be in accordance with Section 33 12 25.
8 b. If needed, obtain a hydrant water meter from the Water Department for use
9 during the life of named 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 activity through the appropriate City representative.
13 1) Do not operate water line valves of existing water system.
14 a) Failure to comply will render the Contractor in violation of Texas Penal
15 Code Title 7, Chapter 28.03 (Criminal Mischie� and the Coniractor
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 Notiiication 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 activiry 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)
31 d) Actual construction duration within the block
32 e) Name of the contractor's foreman and phone number
33 fl 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 I. Public Notification of Temporary 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 intenuption 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 FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONT'RACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
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 nurnber
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
E}chibit 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.
17 J. Coordination with United States Army Corps of Engineers (USACE)
18 1. At locations in the Project where construction activities occur in areas where
19 USACE permits are required, meet all requirements set forth in each designated
20 permit.
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
K. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad pernuts 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 certiiicates
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
l. Provide parking for employees at locations approved by the City.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised December 20, 2012
013513-6
SPECIAL PROJECT PROCEDURF.S
Page 6 of 8
1 1.5 5UBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, 5TORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT U5ED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME SI7MMARY OF CI3ANGE
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 Pemut
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'I'RACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
O13513-7
SPECIAL PROJECT PROCEDLJRES
Page 7 of 8
2
3
4
5
6
7
s
9
io
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
',
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
�
Mr. <CITY INSPECTOR� AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
1
2
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
EXHIBIT B
F�ORT WORTH
�
�� Ho. �
�,� �:
1'�OTICE OF ?EMPORARY WA1ER SERVICE
II�IERBLiPTIOt�
DUE TO UTILITX IMPROVEMENTS TN YOUR NEIGHBORIi00D, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOU12S OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDEN'I') (TELEPAONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
3
4
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
014523-1
TESTING AND INSPECTION SERVICES
Page 1 of 2
1
2
3 PART1- GENERAL
SECTION 0145 23
TESTING t1ND INSPECTION SERVICES
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Testing and inspection services procedures and coordination
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9
10
11
12 1.2
13
14
15
16
17
18
19
20
21
22
23
24
25 1.3
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Reguirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYIVIENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for perfornung, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
REFERENCES [NOT USED]
26 1.4 ADMIIVISTRATIVE REQUII2EMENT5
27
28
29
30
31
32
33
34
35
36
37
38
A. Testing
l. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by
the City.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised July 1, 2011
014523-2
TESTING AND INSPECTION SERVICES
Page 2 of 2
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) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
l. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform wark in accordance with the Contract Documents.
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 ASSURAAICE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
27 PART 3- EXECUTION [NOT USED]
28
►C�5
�
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July I, 2011
ois000-i
TEMPORARY FACILiTIES AND CONTROLS
Page 1 of 4
2
K3
SECTION 0150 00
TEMPORARY FACII,TTlES AND CONTROLS
PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
14
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division 1— General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 l. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Temporary Utilities
l. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
ols000-a
TEMPORARY FACILiTIES AND CONTROLS
Page 2 of 4
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
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others perfornung work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for idendfication,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
45 E. Dust Control
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July l, 2011
1
2
3
4
5
6
7
8
9
015000-3
TEMPORARY FAC1LiTIES AND CONTROLS
Page 3 of 4
l. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all tirnes
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTAL5 [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY A5SUItANCE [NOT USED]
13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
14 1.11 FIELD [SITE] CONDITIONS [NOT USED]
15 1.12 WARRANTY [NOT USED�
16 PART 2- PRODUCTS [NOT USED]
17 PART 3- EXECUTION [NOT USED]
18 3.1 INSTALLERS [NOT USED]
19 3.2 EXAMINATION [NOT USED]
20 3.3 PREPARATION [NOT USED]
21 3.4 INSTALLATION
22 A. Temporary Facilities
23 1. Maintain all temporary facilities for duration of construction activities as needed.
24 3.5 [REPAIR] / [RESTORATION]
25 3.6 RE-INSTALLATION
26 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED]
27 3.8 SYSTEM STARTUP [NOT USED]
28 3.9 ADJUSTING [NOT USED]
29 3.10 CLEANING [NOT USED]
30 3.11 CLOSEOUT ACTIVITIES
31 A. Temporary Facilities
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CON'PRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
015000-4
TEMPORARY FACILTTIES AND CONTROLS
Page 4 of 4
1 1. Remove all temporary facilities and restore area after completion of the Work, to a
2 condition equal to or better than prior to start of Work.
3 3.12 PROTECTION [NOT USED]
4 3.13 MAINTENANCE [NOT USED]
5 3.14 ATTACHMENTS [NOT USED]
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
015526-1
STREET USE PERMIT AND MODIFTCATIONS TO'PRAFFIC CONTROL
Page 1 of 3
1
2
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 StTMMARY
5
6
7
8
9
10
11
12
13
14
15
A. Section Includes:
1. Administrative procedures for:
a. Street Use Pernut
b. Modification of approved trafiic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A. Reference Standards
22 l. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 speciiication, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27
28
29
30
31
32
33
34
35
36
37
38
A. Traffic Control
l. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Pernut
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
015526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
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 1.5
1.11 FIELD [SITE] CONDITIONS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL 5UBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
32
33
1.12 WARRANTY [NOT USED]
1) Allow a minimum of 5 working days for pemut review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Pernut, such that construction is not delayed.
C. Modiiication to Approved Traffic Control
1. Prior to installation traf�c control:
a. Submit revised trafiic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Ternporary Signage
l. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traff'ic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
SUBMITTALS [NOT USED]
34 PART 2- PRODUCTS [NOT USED]
35 PART 3- EXECUTION [NOT USED]
36
END OF SECTION
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July l, 2011
015526-3
STREET U5E PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
C1TY OF FORT WORTH 2O14 C]P CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised July l, 2011
015713-i
STORM WATER POLLUTION PREVENTION
Page 1 of 3
4
1
2
SECTION 015713
STORM WATER POLLUTION PREVENTION
3 PART1- GENERAL
4 l.l SLTMMARY
5
6
7
8
9
10
11
12
13
14 1.2
15
16
17
18
19
20
21 1.3
22
23
24
25
26
27
28
29
30
31
32
33
34 1.4
35
36
37
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. 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 31 25 00 — Erosion and Sediment Control
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
REFERENCES
A. Abbreviarions and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Speci�cation refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Speciiication, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July l, 2011
015713-2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
1 B. Construction Activities resulting in:
2 l. Less than 1 acre of disturbance
3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and
4 Drawings.
5 2.
6
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
1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Pernut is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDFS) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
40 1.5 SUBMITTALS
41 A. SWPPP
42 1. Submit in accordance with Section O1 33 00, except as stated herein.
43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
44 as follows:
45 1) 1 copy to the City Project Manager
46 a) City Project Manager will forward to the City Department of
47 Transportation and Public Works, Environmental Division for review
CITY OF FORT WORT'H 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July l, 2011
015713-3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
1 B. Modified SWPPP
2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
3 in accordance with Section O1 33 00.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 112 WARRANTY [NOT USED]
11 PART 2- PRODUCTS [NOT USED]
12 PART 3- EXECUTION [NOT USED]
13 END OF SECTION
14
15
Revision Log
DATE NAME SUMMARY OF CHANGE
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT'I' PROJECT NO. 02370
Revised July 1, 2011
015813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
1
2
3 PART1- GENERAL
SECTION 015813
TEMPORARY PROJECT SIGNAGE
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Temporary Project Signage Requirements
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMI1vISTRATIVE REQUIREMENTS [NOT USED]
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
24 1.11 FIELD [SITE� CONDITION5 [NOT USED]
25 1.12 WARRANTY [NOT USED]
26
27
28
29
30
31
PART 2 - PRODUCTS
2.1 OWNER-FURNI5HED [ox] OWNER-SUPPLIEDPRODUCT5 [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria �
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
015813-2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
1
2
3
4
5
B. Materials
1. Sign
a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 - EXECUTION
7
8
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
3.1 IN5TALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
l. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEAIVING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTAC�IMENTS [NOT USED]
END OF SECTION
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 023'70
Revised July 1, 2011
015813-3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CiTY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONtRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTPY PROJECT NO. 02370
Revised July l, 2011
1
2
3 PARTl- GENERAL
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
016000-1
PRODUCT REQUIItEMENTS
Page 1 of 2
SECTION 0160 00
PRODUCT REQUIREMENTS
1.1 SLTMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth 5tandard Speci�cation
1. 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
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is located on Buzzsaw as follows:
1. Resources\02 - Construction Documents\Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a speciiic product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section Ol 33 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTAL5 [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY AS5URANCE [NOT USED]
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTftUC'ITON SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
O16000-2
PRODUCT REQUIItEMENTS
Page 2 of 2
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
6 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Locadon of City's Standard Product List
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTfLACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised December 20, 2012
oi �o 00 - i
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
1
2
3 PART1- GENERAL
SECTION 0170 00
MOBILIZATION AND REMOBII,IZATION
4 1.1 SUMMARY
5 A. Section Includes:
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
7
3.
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'tRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised December 20, 2012
oi�000-a
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
2
3
4
10
11
12
13
14
15
16
17
18
19
20
21
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
22 l. Division 0— Bidding Reguirements, Contract Forms and Conditions of the Contract
23 2. Division 1— General Requirements
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Mobilization and Demobilization
27 a. Measure
28 1) This Item is considered subsidiary to the various Items bid.
29 b. Payment
30 1) The work performed and rnaterials furnished in accordance with this Item
31 are subsidiary to the various Items bid and no other compensation will be
32 allowed.
33
34
35
36
37
38
39
40
41
42
43
44
45
46
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
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 per each "Specified Remobilization" in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section l.l.A,2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December Z0, 2012
017000-3
MOB]LIZATION AND REMOBILIZATION
Page 3 of 4
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. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
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 per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Secrion 1.1.A3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
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 per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
37 1.3 REFERENCES [NOT USED]
38 1.4 ADMI1�iISTRATIVE REQUIREMENTS [NOT USED]
39 1.5 SUBMITTALS [NOT USED]
40 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
41 1.7 CLOSEOUT SUBMITTALS [NOT USED]
42 1.S MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
43 1.9 QUALITY ASSURANCE [NOT USED]
44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
017000-4
MOBILIZATION AND REMOBILIZATION
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 [NOT USED]
5 END OF SECTION
Revision Log
DATE NAME 5UMMARY OF CHANGE
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised December 20, 2012
1
2
3
4
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 4
SECTION 017123
CONSTRUCTION STAKING AND SURVEY
PART 1- GENERA.L
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. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
A. Measurement and Payment
l. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
1.3 REFERENCES [NOT USED]
29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
30 1.5 SUBMITTALS
31 A. Submittals, if required, shall be in accordance with Section O1 33 00.
32 B. All submittals shall be approved by the City prior to delivery.
33 1.6 ACTION SUBMITTALS/INF'ORMATIONAL SUBMITTALS
34 A. Certificates
35 l. Provide certiiicate 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
3g State of Texas.
CPI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
O17123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 4
1 B. Field Quality Control Submittals
2 1. Documentation verifying accuracy of iield engineering work.
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY A5SURANCE
6 A. Construction Staking
7 1. Construction staking will be performed by the City.
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 weeks 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. Contractar is responsible for preserving and maintaining stakes furnished by
City.
b. If in the opinion of the City, a sufiicient 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
1. Construction Survey will be performed by the City.
2. Coordination
a. Contractor to verify that control data established in the design survey remains
intact.
b. Coordinate with the City priar 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 survey 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 znanhole or
junction structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Every 2501inear feet
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
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
c.
�
(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 Contractar 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 iield 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 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
017123-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2- PRODUCTS [NOT USED]
4 PART3- EXECUTION
5
6
7
8
9
l0
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 (oR] SITE QUALITI' 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 ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
S/31/2012 D.Johnson
24
CPI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised December 20, 2012
O17423-1
CLEANING
Page 1 of 4
1
2
3 PART 1- GENERA.L
SECTION 0174 23
CLEANING
4 11 SLTMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 l. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 3. Section 32 92 13 — Hydro-Mulching, Seeding and 5odding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20
21
22
23
24
25
26
27
28
29
30
31
32
33
A. Scheduling
l. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
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]
110 5TORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised July 1, 2011
017423-2
CLEANING
Page 2 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER-FI7RNISHED (ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recomrnended by manufacturer
ll 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3 - EXECUTION
14 3.1 INSTALLERS [NOT USED]
15 3.2 EXAMINATION [NOT USED]
16 3.3 PREPARATION [NOT USED]
17 3.4 APPLICATION [NOT USED]
18 3.5 REPAIR / RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEAIVING
24 A. General
25 l. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safery orders of
27 governing authorities.
28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised July l, 2011
017423-3
CLEANING
Page 3 of 4
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
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in e�sting facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Coniine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive fnish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fngerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear slune.
5. Ventilating systems
a. Clean permanent iilters and replace disposable iilters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without iilters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interiar areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised July 1, 2011
1
2
3
4
5
6
7
8
9
017423-4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUNIIvIARY OF CHANGE
10
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised July 1, 2011
1
2
3 PART1- GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
017719-1
CLOSEOUT REQUII2EMENTS
Page 1 of 3
SECTION 017719
CLOSEOUT REQUIREMENTS
1.1 SUMIVIARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related SpecificaUon Sections include, but are not necessarily limited to:
1. Division 0— Bidding Reguirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINI5TRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and aff'idavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PR0IECT NO. 02370
Revised July l, 2011
0177 19 - 2
CLOSEOUT REQUII2EMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
�
3
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXA.MINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspection, submit:
10 1. Project Record Documents in accordance with Section O1 78 39
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
2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
O1 74 23.
C. FinalInspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deiiciencies and complete the Work to the satisfaction of the
City.
3
4.
Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial iill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised July 1, 2011
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
��
017719-3
CLOSEOUT REQUIFtEMENTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
l. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City wi11 issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT U5ED]
3.6 RE-INSTALLATION [NOT USED]
3.� FIELD [ox] SITE QUALITY CONTROL [NOT USED]
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]
END OF SECTION
Revision Log
DATE NAME StJMMARY OF CHANGE
CPI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 023�0
Revised July 1, 2011
O17823-1
OPERATION AND MAIN'I'ENANCE DATA
Page 1 of 5
1
2
3 PART1- GENERAL
4 1.1 SLTMMARY
SECTION Ol 78 23
OPERATION AND MAINTENANCE DATA
5 A. Section Includes:
6 l. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include, but are not limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14
15
16
17 1.2
18
19
20
21 1.3
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Reguirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUII2EMENTS
23 A. Schedule
24 1. Submit manuals in iinal form to the City within 30 calendar days of product
25 shipment to the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30
31
32
33
34
35
36
37
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8'/z inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CTPY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised December 20, 2012
O17823-2
OPERATION AND MAIN'I'ENANCE DATA
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
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
3
4.
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
If available, provide an electronic form of the O&M Manual.
B. Manual Content
2.
3
4.
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORT'H 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
017823-3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content, for architectural products, applied materials and finishes:
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size, composition
10 2) Color and texture designations
11 3) Information required for reordering special manufactured products
12 b. Instructions for care and maintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Details of installation
22 b. Instructions for inspection, maintenance and repair
23
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. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'IRACT 1
STANDARD CONSTTtUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
0178 23 - 4
OPERATION AND MAINTENANCE DATA
Page 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
3.
4.
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Speciiications
Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedares
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTfi 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
017823-5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE) CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
6 END OF SECTION
�
Revision Log
DATE NAME SUIVIlVIARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1— title of section removed
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
1
2
3 PART1- GENERAL
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
0178 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
SECTION 0178 39
PROJECT RECORD DOCUMENTS
1.1 SLTMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication 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
1.2 PRICE AND PAYIVIENT PROCEDURES
A. Measurement and Payment
l. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED)
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY AS5URANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other pocuments where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CIONTRAC'1' 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July l, 2011
017839-2
PROJECT RECORD DOCUMENTS
Page 2 of 4
1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7
8
9
10
11
12
13
14
15
16
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER-FURNISHED (ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
19
20
21
22
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30
31
32
33
34
35
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
l. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CIONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised July 1, 2011
017839-3
PROJECT RECORD DOCUMENTS
Page 3 of 4
2
3
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
9 3. Coordination with Construction Survey
10 a. At a minimum, in accordance with the intervals set forth in Sec6on 0171 23,
11 clearly mark any deviations from Contract Documents associated with
12 installation of the infrastructure.
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
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the iinal physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification suff'iciently descriptive that it may be related
reliably to the Speciiications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
43 l. Transfer of data to Drawings
44 a. Carefully transfer change data shown on the job set of Record Drawings to the
45 corresponding final documents, coordinating the changes as required.
46 b. Clearly indicate at each affected detail and other Drawing a full description of
47 changes made during construction, and the actual location of items.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CIONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised July 1, 2011
0178 39 - 4
PROIECT RECORD DOCUMENTS
Page 4 of 4
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
c. Call attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handiing, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLO5EOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
�
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CIONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised J�ly 1, 2011
024113-1
SELECTNE S1TE DEMOLITION
Page 1 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
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 Speciiication
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 31 23 23 —Borrow
23 1.2 PRICE AND PAYMENT PROCEDURES
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Measurement and Payment
1. Measurement
a. Remove Sidewalk: Measure by square foot.
b. Remove Steps: measure by the square foot as seen in the plan view only.
c. Remove ADA Ramp: measure by each.
d. Remove Driveway: measure by the square foot by type.
e. Remove Fence: measure by the linear foot.
f. 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.
g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot
h. Remove Mailbox: measure by each.
i. Remove Rip Rap: measure by the square foot.
j. Remove Miscellaneous Concrete Structure: measure by the lump sum.
2. Payment
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROEICT NO. 02370
Revised December 20, 2012
02 41 13 - 2
SELECTIVE SiTE DEMOLTTION
Page 2 of 5
2
3
4
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
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 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.
b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal,
tools, eguipment, 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 rarnp 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 pxojects,
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 bacl�'ill materiai; 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 rernoval, 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.
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.
47 1.3 REFERENCES
48 A. De�nitions
CITY OF FORT WORTI-I 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROEJCT NO. 02370
Revised December 20, 2012
02 41 13 - 3
SELECTIVE SITE DEMOLTI'ION
Page 3 of 5
1 l. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit
2 pavers.
3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
4 1.5 SUBMITTALS [NOT USED]
5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
6 1.7 CLOSEOUT SUBMITTALS [NOT USED]
7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U5ED]
8 1.9 QUALITY ASSURA.NCE [NOT USED]
9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
l0 1.11 FIELD [SITE] CONDITIONS [NOT USED]
11 112 WARRANTY [NOT USED]
12 PART 2 - PRODUCTS
13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
14 2.2 MATERIALS
15 A. Fill Material: See Section 31 23 23.
16 2.3 ACCESSORIES [NOT USED]
17 2.4 SOURCE QUALITY CONTROL [NOT USED]
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 REMOVAL
A. Remove Sidewalk
l. Remove sidewalk to nearest existing dummy, expansion or construction joint.
2. Sawcut when removing to nearest joint is not practical. See 3.4.K.
B. Remove Steps
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
l. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal.
See 3.4.K.
2. Remove ramp to nearest e�cisting dummy, expansion or construction joint on
existing sidewalk.
D. Remove Driveway
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROEJCT NO. 02370
Revised December 20, 2012
02 41 13 - 4
SELECTIVE STI'E DEMOLTTION
Page 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
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
1. 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 bacl�ill 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.
24 G. Remove Retaining Wall (less than 4 feet tall)
25 l. Remove wall to nearest existing joint.
26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K.
27 3. Removal includes all components of the retaining wall including foorings.
28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A
29
30
31
32
33
34
35
36
37
38
39
40
41
H. Remove Mailbox
1. Salvage existing materials for reuse. Mailbox materials may need to be used for
reconsiruction.
I. Remove Rip Rap
1. Remove rip rap to nearest eacisting dummy, expansion or construction joint.
2. Sawcut when removing to nearest joint is not practical. See 3.4.K.
J. Remove Miscellaneous Concrete Structure
l. Remove portions of miscellaneous concrete structures including foundations and
slabs that do not interfere with proposed construction to 2 feet below the finished
ground line.
2. Cut reinforcement close to the portion of the concrete to remain in place.
3. Break or perforate the bottom of structures to remain to prevent the entrapment of
water.
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI'I`I' PROEJCT NO. 02370
Revised December 20, 2012
02 41 13 - S
SELECTIVE SIT'E DEMOLTTION
Page 5 of 5
1 K. Sawcut
2 1. Sawing Equipment
3 a. Power-driven
4 b. Manufactured for the purpose of sawing pavement
5 c. In good operating condition
6 d. Shall not spall or fracture the pavement to the removal area
7 2. Sawcut perpendicular to the surface completely through existing pavement.
8 3.5 REPAIR [NOT USED]
9 3.6 RE-INSTALLATION [NOT USED]
l0 3.7 SITE QUALITY CONTROL [NOT USED]
11 3.8 SYSTEM STARTUP [NOT USED]
12 3.9 ADJUSTING [NOT USED]
13 3.10 CLEA1�tING [NOT USED]
14 3.11 CLOSEOUT ACTIVITIES [NOT USED]
15 3.12 PROTECTION [NOT USED]
16 3.13 MAINTENANCE [NOT USED]
17 3.14 ATTACHMENTS [NOT USED]
18 END OF SECTION
19
20
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROEJCT NO. 02370
Revised December 20, 2012
024115-1
PAVING REMOVAL
Page 1 of 6
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 02 4115
PAVING REMOVAL
5 A. Section Includes:
6 1. Removing concrete paving, asphalt paving and brick paving
7 2. Removing concrete curb and gutter
8 3. Removing concrete valley gutter
9 4. Milling roadway paving
10 5. Pulverization of e�sting pavement
11 6. Disposal of removed materials
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
16 2. Division 1- General Requirements
17 3. Section 32 11 33 - Cement Treated Base Courses
18 1.2 PRICE AND PAYM�NT PROCEDURES
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
l. Measurement
a. Remove Concrete Paving: measure by the square yard from back-to-back of
curbs.
b. Remove Asphalt Paving: measure by the square yard between the lips of
gutters.
c. Remove Brick Paving: measure by the square yard.
d. Remove Concrete Curb and Gutter: measure by the linear foot.
e. Remove Concrete Valley Gutter: measure by the square yard
f. Wedge Milling: measure by the square yard for varying thickness.
g. Surface Milling: measure by the square yard for varying thickness.
h. Butt Milling: measured by the linear foot.
i. Pavement Pulverization: measure by the square yard.
j. Remove Speed Cushion: measure by each.
2. Payment
a. Remove Concrete Paving: 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.
b. Remove Asphalt Paving: 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. For utility projects, this Item shall be
considered subsidiary to the trench and no other compensation will be allowed.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised December 20, 2012
024115-2
PAVING REMOVAL
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
c.
d.
e.
f.
g•
h.
J
k.
1.
Remove Brick Paving: full compensation for saw cutting, removal, salvaging,
cleaning, 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.
Remove Concrete Curb and Gutter: 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.
Remove Concrete Valley Gutter: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work.
Wedge Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
Surface Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
Butt Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equiprnent and incidentals necessary
to execute the work.
Pavement Pulverization: full compensation for all labor, material, equipment,
tools and incidentals necessary to pulverize, remove and store the pulverized
material, undercut the base, mixing, compaction, haul off, sweep, and dispose
of the undercut material.
Remove speed cushion: full compensation for removal, hauling, disposal,
tools, equipment, labor, and incidentals needed to execute the work. For utility
projects, this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
No payment for saw cutting of pavement or curbs and gutters will be made
und�r this section. Include cost of such work in unit prices for items listed in
bid form requiring saw cutting.
No payment will be made for work outside maximum payment limits indicated
on plans, or for pavements or structures removed for CONTRACTOR's
convenience.
35 1.3 REFERENCES
36 A. ASTM International (AST'M):
37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
38 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
39 1.4 ADMIIVI5TRATIVE REQUIIZEMENTS [NOT USED]
40 1.5 SUBMITTALS [NOT USED]
41 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS (NOT USED]
42 1.7 CLOSEOUT SUBMITTALS [NOT USED]
43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
44 1.9 QUALITY ASSURANCE [NOT USED]
45 1.10 DELIVERY, STORAGE, AND �IANDLING [NOT USED]
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
024115-3
PAVING REMOVAL
Page 3 of 6
1
�
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
5 2.2 EQITIPMENT [NOT USED]
6 2.3 ACCESSORIES [NOT USED]
7 2.4 SOURCE QUALITY CONTROL [NOT USED]
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
PART 3 - EXECUTION
3.1 EXA,MINATION [NOT US�D]
3.2 INSTALLERS [NOT USED]
3.3 PREPARATION
A. General:
1. Mark paving removal limits for City approval prior to beginning removal.
2. Identify known utilities below grade - Stake and flag locations.
3.4 PAVEMENT REMOVAL
A. General.
1. Exercise caution to minimize damage to underground utilities.
2. Minimize amount of earth removed.
3. Remove paving to neatly sawed joints.
4. Use care to prevent fracturing adjacent, existing pavement.
B. Sawing
1. Sawing Equipment.
a. Power-driven.
b. Manufactured for the purpose of sawing pavement.
c. In good operating condition.
d. Shall not spall or fracture the pavement structure adjacent to the removal area.
2. Sawcut perpendicular to the surface to full pavement depth, parallel and
perpendicular to e�sting joint.
3. Sawcut parallel to the original sawcut in square or rectangular fashion.
4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw
joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that
joint, edge or lip.
5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new,
neat, straight line for the purpose of removing the damaged area.
C. Remove Concrete Paving and Concrete Valley Gutter
1. Sawcut: See 3.4.B.
2. Remove concrete to the nearest expansion joint or vertical saw cut.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICA'ITON DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
02 41 15 - 4
PAVING REMOVAL
Page 4 of 6
1 D. Remove Concrete Curb and Gutter
2 1. Sawcut: See 3.4.B.
3 2. Minimum limits of removal: 30 inches in length.
4 E. Remove Asphalt Paving
5 l. Sawcut: See 3.4.B.
6 2. Remove pavement without disturbing the base material.
7 3. When shown on the plans or as directed, stockpile materials designated as
8 salvageable at designated sites.
9 4. Prepare stockpile area by removing vegetation and trash and by providing for
10 proper drainage.
11 F. Milling
12 l. General
13 a. Mill surfaces to the depth shown in the plans or as directed.
14 b. Do not damage or disfigure adjacent work or existing surface improvements.
15 c. If milling exposes smooth underlying pavement surfaces, mill the smooth
16 surface to make rough.
17 d. Provide safe temporary transition where vehicles or pedestrians must pass over
18 the milled edges.
19 e. Remove excess material and clean milled surfaces.
20 f. Stockpiling of planed material will not be permitted within the right of way
21 unless approved by the City.
22 g. If the e�cisting base is brick and cannot be milled, remove a 5 foot width of the
23 existing brick base. See 3.3.G. for brick paving removal.
24 2. Milling Equipment
25 a. Power operated milling machine capable of removing, in one pass or two
26 passes, the necessary pavement thickness in a five-foot minimum width.
27 b. Self-propelled with sufficient power, traction and stability to maintain accurate
28 depth of cut and slope.
29 c. Equipped with an integral loading and reclaiming means to immediately
30 remove material cut from the surface of the roadway and discharge the cuttings
31 into a truck, all in one operation.
32 d. Equipped with means to control dust created by the cutting action.
33 e. Equipped with a manual system providing for uniformly varying the depth of
34 cut while the machine is in motion making it possible to cut flush to all inlets,
35 manholes, or other obstructions within the paved area.
36 f. Variable Speed in order to leave the specified grid pattern.
37 g. Equipped to minimize air pollution.
38 3. Wedge Milling and Surface Milling
39 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter
40 at a depth of 2 inches and transitioning to match the e�sting pavement (0-inch
41 cut) at a minimum width of 5 feet.
42 b. Surface Mill existing asphalt pavement to the depth specified,
43 c. Provide a milled surface that provides a uniform surface free from gouges,
44 ridges, oil film, and other imperfections of workmanship with a uniform
45 textured appearance.
CITY OF FORT WORTH 2O14 CIP CONCRE'I'E REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICA'ITON DOCUMENTS CPI'Y PROJECT NO. 02370
Revised December 20, 2012
024115-5
PAVING REMOVAL
Page 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
d. In all situations where the existing H.M.A.C. surface contacts the curb face, the
wedge milling includes the removal of the e3cisting asphalt covering the gutter
up to and along the face of curb.
e. Perform wedge or surface milling operation in a continuous manner along both
sides of the street or as directed.
4. Butt Joint Milling
a. Mill butt joints into the existing surface, in association with the wedge milling
operation.
b. Butt joint will provide a full width transition section and a constant depth at the
point where the new overlay is terminated.
c. Typical locations for butt joints are at all beginning and ending points of streets
where paving material is removed. Prior to the milling of the butt joints,
consult with the City for proper location and limits of these joints.
d. Butt Milled joints are required on both sides of all railroad tracks and concrete
valley gutters, bridge decks and culverts and all other items which transverse
the street and end the continuity of the asphalt surface.
e. Make each butt joint 20 feet long and milled out across the full width of the
street section to a tapered depth of 2 inch.
f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a
line adjacent to the beginning and ending points or intermediate transverse
items.
g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride
over the bump.
G. Remove Brick Paving
1. Remove masonry paving units to the limits specified in the plans or as directed by
the Ciry.
2. Salvage e�cisting bricks for re-use, clean, palletize, and deliver to the City Stock pile
yard at 3300 Yuma Street or as directed.
H. Pavement Pulverization
30 l. Pulverization
31 a. Pulverize the e�sting pavement to depth of 8 inches. See Section 32 11 33.
32 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the
33 base 2 inches.
34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface.
35 2. Cement Application
36 a. Use 3.5% Portland cement.
37 b. See Section 32 11 33.
38
39
40
41
42
43
44
45
46
3. Mixing: see Section 32 11 33.
4. Compaction: see Section 32 11 33.
5. Finishing: see Section 32 11 33.
6. Curing: see Section 32 11 33.
7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed
stone/gravel:
a. Undercut not required
b. Pulverize 10 inches deep.
c. Remove 2-inch the total pulverized amount.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'IRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS CiTY PR07ECT NO. 02370
Revised December 20, 2012
024115-6
PAVING REMOVAL
Page 6 of 6
1 I. Remove speed cushion
2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing
3 pavement.
4 3.5 REPAIR [NOT USED]
5 3.6 RE-INSTALLATION [NOT USED]
6 3.'7 FIELD QUALITY CONTROL [NOT USED]
7 3.8 SYSTEM STARTLTP [NOT USED]
8 3.9 ADJUSTING [NOT USED]
9 3.10 CLEANING [NOT USED]
10 3.11 CLOSEOUT ACTIVITIES [NOT USED]
11 3.12 PROTECTION [NOT USED]
12 3.13 MAINTENANCE [NOT USED]
13 3.14 ATTACHMENTS [NOT USED]
14 END OF SECTION
15
16
Revision Log
DATE NAME Si7MMARY OF CIIANGE
12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects
CITY OF FORT WORTH 2O14 Ck' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
312316-1
UNCLASSIFIED EXCAVATION
Page 1 of 5
1
2
3 PART1- GENERAL
4 11 SUMNIARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
14
15
16
17
18
19
SECTION 3123 16
UNCLASSIFIED EXCAVATION
1. Excavate areas as shown on the Drawings or as directed. Removal of materials
encountered to the lines, grades, and typical sections shown on the Drawings and
removal from site. Excavations may include construction of
a. Roadways
b. Drainage Channels
c. Site Excavation
d. Excavation for Structures
e. Or any other operation involving the excavation of on-site materials
B. Deviations from this City of Fort Worth Standard Specification
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1— General Requirements
23 3. Section 31 23 23 — Borrow
24 4. Section 31 24 00 — Embankments
25 1.2 PRICE AND PAYMENT PROCEDUItE5
26
27
28
29
30
31
32
33
34
35
36
3'7
38
A. Measurement and Payment: UNCLASSIFIED EXCAVATION SHALL BE PAYABLE
TO REMOVE EXCESS SUBGRADE MATERIAL WIIERE REPLACED CONCRETE
PAVEMENT THICKNESS IS MORE THAN 8 INCH.
a.
Q
Excavation by Plan Quantity Measurement
1) Measurement for this Item shall be by the cubic yard in its final position
using the average end area method. Limits of ineasurement are shown on
the Drawings.
2) When measured by the cubic yard in its final position, this is a plans
quantity measurement Item. The quantity to be paid is the quantity shown
in the proposal, unless modified by Article 11.04 of the General
Conditions. Additional measurements or calculations will be made if
adjustments of quantities are required.
Payment
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised January 28, 2013
312316-2
UNCLASSIFIED EXCAVATION
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
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
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 cubic yard of "Unclassified Excavation by Plan". No additional
compensation will be allowed for rock or shrinkage/swell factors, as these are
the Contractor's responsibility.
c. The price bid shall include:
1) Excavation
2) Excavation Safety
3) Drying
4) Dust Control
5) Reworking or replacing the over excavated material in rock cuts
6) Hauling
7) Disposal of excess material not used elsewhere onsite
8) Scarification
9) Clean-up
10) UNLASSIFIED EXCAVATION TO PLACE FLEXIBLE BASE COURSE
2. Excavation by Surveyed Quantity
a. Measurement
1) Measurement for this Item shall be by the cubic yard in its final position
calculated using the average end area or composite method.
a) The City will perform a reference survey once the Site has been cleared
to obtain existing ground conditions.
b) The City will perform a final post-construction survey.
c) The Contractor will be paid for the cubic yardage of Excavated material
calculated as the difference between the two surveys.
d) Partial payments will be based on estimated plan quantity
measurements calculated by the Engineer.
b. Payment
1) The work perfortned and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per cubic yard of "Unclassified Excavation by Survey".
c. The price bid shall include:
1) Excavation
2) Excavation Safety
3) Drying
4) Dust Control
5) Reworking or replacing the over excavated material in rock cuts
6) Hauling
7) Disposal of excess material not used elsewhere onsite
8) Scarification
9) Clean-up
10) UNLASSIFIED EXCAVATION TO PLACE FLEXIBLE BASE COURSE
44 1.3 REFERENCES [NOT USED]
45 A. Deiinitions
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised January 28, 2013
312316-3
UNCLASSIFIED EXCAVATION
Page 3 of 5
1 1. Unclassified Excavation — Without regard to materials, all excavations shall be
2 considered unclassified and shall include all materials excavated. Any reference to
3 Rock or other materials on the Drawings or in the specifications is solely for the
4 City and the Contractor's information and is not to be taken as a classification of
5 the excavation.
6 1.4 ADNIINSTRATIVE REQUIREMENTS
7 A. The Contractor will provide the City with a Disposal Letter in accordance to Division
8 O1.
9 1.5 SUBMITTALS [NOT USED]
l0 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
11 1.7 CLOSEOUT SUBMITTALS [NOT US�D]
12 1.8 MAINTENANCE MA.TERIAL SUBMITTALS [NOT USED]
13 1.9 QUALITY ASSUItANCE
14 A. Excavation Safety
15 1. The Contractor shall be solely responsible for making all excavations in a safe
16 manner.
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
2. All excavation and related sheeting and bracing shall comply with the requirements
of OSHA excavation safety standards 29 CFR part 1926 and state requirements.
1.10 D�LIVERY, STORAGE, AND HANDLING
A. Storage
l. Within Existing Rights-of-Way (ROW)
a. Soil may be stored within existing ROW, easements or temporary construction
easements, unless specifically disallowed in the Contract Documents.
b. Do not block drainage ways, inlets or driveways.
c. Provide erosion control in accordance with Section 31 25 00.
d. When the Work is performed in active tra�c areas, store materials only in
areas barricaded as provided in the traffic control plans.
e. In non-paved areas, do not store material on the root zone of any trees or in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage of spoils within the ROW,
easement or temporary construction easement, then secure and maintain an
adequate storage location.
b. Provide an affidavit that rights have been secured to store the materials on
private properly.
c. Provide erosion control in accordance with Section 31 25 00.
d. Do not block drainage ways.
38 1.11 FIELD CONDITIONS
39 A. Existing Conditions
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATTON DOCiJMENTS CITY PROJECT NO. 02370
Revised January 28, 2013
312316-4
UNCLASSIFIED EXCAVATION
Page 4 of 5
1
2
3
4
5
6
1. Any data which has been or may be provided on subsurface conditions is not
intended as a representation or warranty of accuracy or continuity between soils. It
is expressly understood that neither the City nor the Engineer will be responsible
for interpretations or conclusions drawn there from by the Contractor.
2. Data is made available for the convenience of the Contractor.
1.12 WA,�212ANTY [NOT USED]
7 PART 2- PRODUCTS [NOT USED]
8 2.1 OWNER-FURNISFIED [NOT USED]
9 2.2 PRODUCT TYPES AND MATERIALS
10 A. Materials
11 1. Unacceptable Fill Material
12 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
13 D2487
14 PART 3 - EXECUTION
15 3.1 INSTALLERS [NOT USED]
16 3.2 EXAMINATION [NOT USED]
17 3.3 PREPARATION [NOT USED]
18 3.4 CONSTRUCTION
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. Accept ownership of unsuitable or excess material and dispose of material off-site
accordance with local, state, and federal regulations at locations.
B. Excavations shall be performed in the dry, and kept free from water, snow and ice
during construction with eh exception of water that is applied for dust control.
C. Separate Unacceptable Fill Material from other materials, remove from the Site and
properly dispose according to disposal plan.
D. Maintain drainage in the excavated area to avoid damage to the roadway sections and
proposed or existing structures.
E. Correct any damage to the subgrade caused by weather, at no additional cost to the
City.
F. Shape slopes to avoid loosening material below or outside the proposed grades.
Remove and dispose of slides as directed.
G. Rock Cuts
1. Excavate to finish grades.
2. In the event of over excavation due to contractor error below the lines and grades
established in the Drawings, use approved embankment material compacted in
accordance with Section 31 24 00 to replace the over excavated at no additional
cost to City.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised January 28, 2013
312316-5
UNCLASSIFIED EXCAVATION
Page 5 of 5
1 H. Earth Cuts
2 1. Excavate to finish subgrade
3 2. In the event of over excavation due to contractor enor below the lines and grades
4 established in the Drawings, use approved embankment material compacted in
5 accordance with Section 31 24 00 to replace the over excavated at no additional
6 cost to City.
7 3. Manipulate and compact subgrade in accordance with Section 31 24 00.
8 3.5 REPAIR [NOT US�D]
9 3.6 RE-INSTALLATION [NOT USED]
10 3.7 FIELD QUALITY CONTROL
11 A. Subgrade Tolerances
12 1. Excavate to within 0.1 foot in a11 directions.
13 2. In areas of over excavation, Contractor provides fill material approved by the City
14 at no expense to the City.
15 3.8 SYST�M STARTUP [NOT USED]
16 3.9 ADJUSTING [NOT USED]
17 3.10 CLEANING [NOT U5ED]
18 3.11 CLOSEOUT ACTIVITIES [NOT USED]
19 3.12 PROTECTION [NOT USED]
20 3.13 MAINTENANCE [NOT USED]
21 3.14 ATTACI�'�NTS [NOT USED]
22
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clariftcation
1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment
Methods on bid list.
23
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised January 28, 2013
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
321123-1
FLEXIBLE BASE COURSES
Page 1 of 7
SECTION 321123
FLEXIBLE BASE COURSES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
l. Foundation course for surface course or for other base course composed of flexible
base constructed in one or more courses in confornuty with the typical section.
B. Deviations from this City of Fort Worth Standard Specification
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
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measurement for this Item will be by the �e CUBIC yard of Flexible Base
Course for various:
1) Depths
2) Types
3) Gradations
2. Payment
a. The work performed and materials furnished in accardance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per �e CUBIC yard of Flexible Base Course.
3. The price bid shall include:
a. Preparation and correction of subgrade
b. Furnishing of material
c. Hauling
d. Blading
e. Sprinkling
f. Compacting
g. UNCLASSIFIED EXCAVATION AND HAULING REQUIItE TO PLACE
FLEXIBLE BASE COURSE
1.3 REFERENCES
A. Definitions
1. RAP — Recycled Asphalt Pavement.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'tRACT I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
321123-2
FLEXIBLE BASE COURSES
Page 2 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19 1.4
20 1.5
21 1.6
B. 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. ASTM International (ASTM):
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
3. Texas Department of Transportation (TXDOT):
a. Tex-104-E, Determining Liquid Limits of Soils
b. Tex-106-E, Calculating the Plasticity Index of Soils
c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils
d. Tex-110-E, Particle Size Analysis of Soils
e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible
Base Material
f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials
g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium
Sulfate
h. Tex-413-A, Deternuning Deleterious Material in Mineral Aggregate
ADM.INISTRATIVE REQUIREMENTS [NOT USED]
ACTION SUBMITTALS [NOT USED]
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
24 1.9 QUALITY ASSURANCE [NOT USED]
25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
26 1.11 FIELD [5ITE] CONDITIONS [NOT USED]
27 1.12 WARRANTY [NOT USED]
28 PART 2- PRODUCTS [NOT USED]
29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
30 2.2 MATERIALS
31 A. General
32 1. Furnish uncontaminated materials of uniform quality that meet the requirements of
33 the Drawings and specifications.
34 2. Obtain materials from approved sources.
35 3. Notify City of changes to material sources.
36 4. The City may sample and test project materials at any time before compaction
37 throughout the duration of the project to assure specification compliance.
38 B. Aggregate
39 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to
40 the requirements of Table 1.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
321123-3
FLEXIBLE BASE COURSES
Page 3 of 7
1
2
3
4
5
6
7
2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and
wet ball mill for the grade specified.
3. Do not use additives such as but not limited to lime, cement, or fly ash to modify
aggregates to meet the requirements of Table 1, unless shown on the Drawings.
Table 1
Material Re uirements
Pro er Test Method Grade 1 Grade 2
Master gradation sieve
size (% retained)
2-1/2 in. - �
1-3/4 in. 0 0-10
7/8in. Tex-110-E 10-35 -
3/8 in. 30-50 -
No.4 45-65 45-75
No.40 70-85 60-85
Li uid limit, %a ma�c. Tex-104-E 35 40
PlastiCi index, max. Tex-106-E 10 12
Wet ball mill, % max. 40 45
Wet ball mill, % ma�c. Tex-116-E
increase passing the 20 20
No. 40 sieve
Classificafion 1.0 1.1-2.3
Min. compressive
strength3, psi Tex-117-E
lateral pressure 0 psi 45 35
lateral pressure 15 psi 175 175
1. Deternune olasdc index in accordance with Tex-107-E (linear
shrinkage) when liquid limit is unattainable as defined in
Tex-104-E.
2. When a soundness value is required by the Drawings, test
material in accordance with Tex�l l-A.
3. Meet both the classification and the minimum compressive
strength, unless otherwise shown o� the Drawings.
g
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
4. Material Tolerances
a. The City may accept material if no more than 1 of the 5 most recent gradation
tests has an individual sieve outside the specified limits of the gradation.
b. When target grading is required by the Drawings, no single failing test may
exceed the master grading by more than 5 percentage points on sieves No. 4
and larger or 3 percentage points on sieves smaller than No. 4.
c. The City may accept material if no more than 1 of the 5 most recent plasticity
index tests is outside the specified limit. No single failing test may exceed the
allowable limit by more than 2 points.
5. Material Types
a. Do not use fillers or binders unless approved.
b. Furnish the type specified on the Drawings in accordance with the following:
1) Type A
a) Crushed stone produced and graded from oversize quarried aggregate
that originates from a single, naturally occurring source.
b) Do not use gravel or multiple sources.
2) Type B
a) Only for use as base material for temporary pavement repairs.
b) Do not exceed 20 percent RAP by weight unless shown on Drawings.
3) Type D
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised December 20, 2012
321123-4
FLEXIBLE BASE COURSES
Page 4 of 7
1
2
3
4
5
6
7
8
9
10
11 C. Water
a) Type A material or crushed concrete.
b) Crushed concrete containing gravel will be considered Type D
material.
c) The City may require separate dedicated stockpiles in order to verify
compliance.
d) Crushed concrete must meet the following requirements:
(1) Table 1 for the grade specified.
(2) Recycled materials must be free from reinforcing steel and other
objectionable material and have at most 1.5 percent deleterious
material when tested in accordance with TEX-413-A.
12 1. Furnish water free of industrial wastes and other objectionable matter.
13 2.3 ACCESSORIES [NOT USED]
14 2.4 SOURCE QUALITY CONTROL [NOT USED]
15 PART 3 - EXECUTION
16 3.1 INSTALLERS [NOT USED]
17 3.2 EXAMINATION [NOT USED]
18 3.3 PREPARATION
19
20
21
A. General
1. Shape the subgrade or existing base to conform to the typical sections shown on the
Drawings or as directed.
22 2. When new base is required to be rnixed with existing base:
23 a. Deliver, place, and spread the new flexible base in the required amount.
24 b. Manipulate and thoroughly mix the new base with existing material to provide
25 a uniform mixture to the specified depth before shaping.
26 B. Subgrade Compaction
27 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the
28 following:
29 a. Proof Rolling
30 1) City Project Representative must be on-site during proof rolling operations.
31 2) Use equipment that will apply sufficient load to identify soft spots that rut
32 or pump.
33 a) Acceptable equipment includes fully loaded single-�le water truck
34 with a 1500 gallon capacity.
35 3) Make at least 2 passes with the proof roller (down and back = 1 pass).
36 4) Offset each trip by at most 1 tire width.
37 5) If an unstable or non-uniform area is found, correct the area.
38 b. Correct
39 1) Soft spots that rut or pump greater than 3/4 inch
40 2) Areas that are unstable or non-uniform
41 2. Installation of base material cannot proceed until compacted subgrade approved by
42 the City.
CIT'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
321123-5
FLEXIBLE BASE COURSES
Page 5 of 7
1 3.4 INSTALLATION
2 A. General
3 1. Construct each layer unifomily, free of loose or segregated areas, and with the
4 required density and moisture content.
5 2. Provide a smooth surface that conforms to the typical sections, lines, and grades
6 shown on the Drawings or as directed.
7 3. Haul approved flexible base in clean, covered trucks.
8 B. Equipment
9 l. General
10 a. Provide machinery, tools, and equipment necessary for proper execution of the
11 work.
12 2. Rollers
13 a. The Contractor may use any type of roller to meet the production rates and
14 quality requirements of the Contract unless otherwise shown on the Drawings
15 or directed.
16 b. When specific types of equipment are required, use equipment that meets the
17 specified requirements.
18 c. Alternate Equipment.
19 1) Instead of the specified equipment, the Contractor may, as approved,
20 operate other compaction equipment that produces equivalent results.
21 2) Discontinue the use of the alternate equipment and furnish the specified
22 equipment if the desired results are not achieved.
23 d. City may require Contractor to substitute equipment if production rate and
24 quality requirements of the Contract are not met.
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
C. Placing
1. Spread and shape flexible base into a uniform layer by approved means the same
day as delivered unless otherwise approved.
2. Place material such that it is mixed to minimize segregation.
3. Construct layers to the thiclrness shown on the Drawings, while maintaining the
shape of the course.
4. Where subbase ar base course exceeds 6 inches in thickness, construct in 2 or more
courses of equal thickness.
5. Minimum lift depth: 3 inches
6. Control dust by sprinkling.
7. Correct or replace segregated areas as directed.
8. Place successive base courses and finish courses using the same construction
methods required for the first course.
D. Compaction
l. General
a. Compact using density control unless otherwise shown on the Drawings.
b. Multiple lifts are permitted when shown on the Drawings or approved.
c. Bring each layer to the moisture content directed. When necessary, sprinkle the
material to the extent necessary to provide not less than the required density.
d. Compact the full depth of the subbase or base to the extent necessary to remain
firm and stable under construction equipment.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
321123-6
FLEXIBLE BASE COURSES
Page 6 of 7
1
2
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
2. Rolling
a. Begin rolling longitudinally at the sides and proceed towards the center,
overlapping on successive trips by at least 1/2 the width of the roller unit.
b. On superelevated curves, begin rolling at the low side and progress toward the
high side.
c. Offset alternate trips of the roller.
d. Operate rollers at a speed between 2 and 6 mph as directed.
e. Rework, recompact, and reiinish material that fails to meet or that loses
required moisture, density, stability, or finish before the next course is placed or
the project is accepted.
f. Continue work until specification requirements are met.
g. Proof roll the compacted flexible base in accordance with the following:
1) Proof Rolling
a) City Project Representative must be on-site during proof rolling
operations.
b) Use equipment that will apply sufficient load to identify soft spots that
rut or pump.
(1) Acceptable equipment includes fully loaded single-axle water truck
with a 1500 gallon capacity.
c) Make at least 2 passes with the proof roller (down and back = 1 pass).
d) Offset each trip by at most 1 tire width.
e) If an unstable or non-uniform area is found, correct the area.
2) Correct
a) Soft spots that rut or pump greater than 3/4 inch.
b) .Areas that are unstable or non-uniform.
3. Tolerances
a. Maintain the shape of the course by blading.
b. Completed surface shall be smooth and in confornuty with the typical sections
shown on the Drawings to the established lines and grades.
c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4
inch in cross section in length greater than 16 feet measured longitudinally by
loosening, adding or removing material. Reshape and recompact by sprinkling
and rolling.
d. Correct all fractures, settlement or segregation immediately by scarifying the
areas affected, adding suitable material as reguired. Reshape and recompact by
sprinkling and rolling.
e. Should the subbase or base course, due to any reason, lose the required
stability, density and finish before the surfacing is complete, it shall be
recompacted at the sole expense of the Contractor.
4. Density Control
a. Minimum Density: 95 percent compaction as deternuned by ASTM D698.
b. Moisture content: minus 2 to plus 4 of optimum.
E. Finishing
44 1. After completing compaction, clip, skin, or tight-blade the surface with a
45 maintainer or subgrade trimmer to a depth of approximately 1/4 inch.
46 2. Remove loosened material and dispose of it at an approved location.
47 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic
48 tire roller until a smooth surface is attained.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
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
��
32 11 23 - 7
FLEXIBLE BASE COURSES
Page 7 of 7
4. Add small increments of water as needed during rolling.
5. Shape and maintain the course and surface in confornuty with the typical sections,
lines, and grades as shown on the Drawings or as directed.
6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4
inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire
width of the cross-section.
7. Correct by loosening, adding, or removing material.
8. Reshape and recompact in accordance with 3.4.C.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 QUALITY CONTROL
A. Density Test
1. City to measure density of fle�ble base course.
a. Notify City Project Representative when flexible base ready for density testing.
b. Spacing directed by City (1 per block minimum).
c. City Project Representative determines location of density testing.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEAI�tING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 1
CONCRETE PAVING
Page 1 of 22
1
2
3 PARTl- GENERAL
4 l.l SiT1VIMARY
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 1.2
35
36
37
38
39
40
SECTION 32 13 13
CONCRETE PAVING
A. Section includes:
1. Finished pavement constructed of portland cement concrete including
monolithically poured curb on the prepared subgrade or other base course.
B, Deviations from this City of Fort Worth Standard Specification
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 32 Ol 29 - Concrete Paving Repair
4. Section 32 13 73 - Concrete Paving Joint Sealants
PRICE AND PAYMENT PROCEDURES
A. Measurement
l. Measurement
a. Measurement for this Item shall be by the square yard of completed and
accepted Concrete Pavement in its final position as measured from back of curb
for various:
1) Classes
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPI'Y PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 2
CONCRETE PAVING
Page 2 of 22
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
2) Thicknesses
2. Payment
a. The work performed and materials furnished in accordance with this Item will
be paid for at the unit price bid per square yard of Concrete Pavement.
3. The price bid shall include:
a. Shaping and fine grading the placement area
b. Furnishing and applying all water required
c. Furnishing, loading and unloading, storing, hauling and handling all concrete
ingredients including all freight and royalty involved
d. Mixing, placing, imishing and curing all concrete
e. Furnishing and installing all reinforcing steel
£ Furnishing all materials and placing longitudinal, warping, expansion, and
contraction joints, including all steel dowels, dowel caps and load transmission
units required, wire and devices for placing, holding and supporting the steel
bar, load transmission units, and joint filler material in the proper position; for
coating steel bars where required by the Drawings
g. Sealing joints
h. Monolithically poured curb
i. Cleanup
j, MAI�IlVG ADJUSTMENT OF EXIST]NG MANHOLE COVER AND
WATER VALVE BOX
k. BACKFILLING AND FINISHING GRADE BEHIND CURB INCLUDING
FURNISHING AND PLACING OF TOP SOII., PER SECTION 32 91 19
1. UNCLASSIF'IED EXCAVATION (IF NEEDED) FOR CONCRETE PAVING
UP TO 8 INCH
26 1.3 REFERENCES
27 A. Reference Standards
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
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. ASTM International (ASTM):
a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete
Reinforcement
b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the
Field
a C33, Concrete Aggregates
d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens
e. C42, Standard Test Method far Obtaining and Testing Drilled Cores and Sawed
Beams of Concrete
£ C94/C94M, Standard Speciiications for Ready-Mixed Concrete
g. C150, Portland Cement
h. C156, Water Retention by Concrete Curing Materials
i. C172, Standard Practice for Sampling Freshly Mixed Concrete
j. C260, Air Entraining Admixtures for Concrete
k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2
1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G"
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 3
CONCRETE PAVING
Page 3 of 22
1
2
3
4
5
6
7
8
9
10
11
12
13
14
m. C618, Coal Fly Ash and Raw or Calcined Naiural Pozzolan for use as a Mineral
Admixture in Concrete
n. C881, Standard Specifcation for Epoxy-Resin-Base Bonding Systems for
Concrete
o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-
Cement Concrete
p. C1602, Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete.
q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort
(12,400 ft-lbf/ft3)
3. American Concrete Institute (ACI):
a. ACI 305.1-06 Specification for Hot Weather Concreting
b. ACI 306.1-90, Standard Specification for Cold Weather Concreting
c. ACI 318
15 1.4 ADNIIlVISTRATIVE REQUIl2EM�NTS [NOT USED]
16 1.5 SUBMITTALS [NOT USED]
17 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS
18 A. Mix Design: submit for approval. See Item 2.4.A.
19 1.7 CLOSEOUT SUBNIITTALS [NOT USED]
20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
21 1.9 QUALITY ASSURANCE [NOT USED]
22 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED]
23 1.11 FI�LD CONDITIONS
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A. Weather Conditions
�
3.
1. Place concrete when concrete temperature is between 40 and 100 degrees when
measured in accordance with ASTM C1064 at point of placement.
Hot Weather Concreting
a. Take immediate corrective action or cease paving when the ambient
temperature exceeds 95 degrees.
b. Concrete paving operations shall be approved by the City when the concrete
temperature exceeds 100 degrees. See Standard Specification for Hot Weather
Concreting (ACI 305.1-06).
Cold Weather Concreting
a. Do not place when ambient temp in shade is below 40 degrees and falling.
Concrete may be placed when ambient temp is above 35 degrees and rising or
above 40 degrees.
b. Concrete paving operations shall be approved by the City when ambient
temperature is below 40 degrees. See Standard Specification for Cold Weather
Concreting (ACI 306.1-90).
40 B. Time: Place concrete after sunrise and no later than shall permit the iinishing of the
41 pavement in natural light, or as directed by the City.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCt.JMENTS C1TY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 4
CONCRETE PAVING
Page 4 of 22
1 1.12 WARRANTY [NOT USED]
2 PART 2 - PRODUCTS
3 Z.l OWNER-FURNISHED PRODUCTS [NOT USED]
4 2.2 MATERIALS
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
A. Cementitious Material: ASTM C150.
B. Aggregates: ASTM C33.
C. Water: ASTM C1602.
D. Admixtures: When admixtures are used, conform to the appropriate specifcation:
1. Air-Entraining Admixtures for Concrete: ASTM C260.
2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G."
3. Fly Ash
a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete:
AST'M C618.
b. Fly ash may be substituted at one pound per pound of cement up to 25% of tha
specified cement content when such batch design is approved by the Engineer.
E. Steel Reinforcement: ASTM A615.
F. Steel Wire Reinforcement: Not used for concrete pavement.
G. Dowels and Tie Bars
1. Dowel and tie bars: ASTM A615.
2. Dowel Caps
a. Provide dowel caps with enough range of movement to allow complete closure
of the expansion joint.
b. Caps for dowel bars shall be of the length shown on the Drawings and shall
have an internal diameter sufficient to permit the cap to freely slip over the bar.
c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch,
and one end of the cap shall be rightly closed.
3. Epoxy for powel and Tie Bars: ASTM C881.
a. See following table for approved producers of epo�es and adhesives
Pre-Qualified Producers of Epoxies and Adhesives
Product Name Producer
Concresive 1420 BASF
HTE-50 Hilti
T 308 + Powers Fasteners
P E 1000+ Powers Fasteners
C-6 Ramset-Redhead
Epcon G-5 Ramset-Redhead
Pro-Poxy-300 Fast Tube Unitex
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 5
CONCRETE PAVING
Page 5 of 22
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
Shep-Poxy TxIII CMC Construction Services
Ultrabond 1300 Tubes Adhesives Technology
Ultrabone 2300 N.S. A-22-2300 Adhesives Technology
Slow Set
Dynapoxy EP-430 Pecora Corp.
EDOT Simpson Sirong Tie
ET22 Simpson Strong Tie
SET 22 Simpson Strong Tie
SpecPoxy 3000FS SpecChem
b. Epo� Use, Storage and Handling
1) Package components in airtight containers and protect from light and
moisture.
2) Include detailed instructions for the application of the material and all
safety information and warnings regarding contact with the components.
3) Epoxy label requirements
a) Resin or hardener components
b) Brand name
c) Name of manufacturer
d) Lot or batch number
e) Temperature range for storage
fl Date of manufacture
g) Expiration date
h) Quantity contained
4) Store epoxy and adhesive components at temperatures recommended by the
manufacturer.
5) Do not use damaged or previously opened containers and any material that
shows evidence of crystallization, lumps skinning, extreme thickening, or
settling of pigments that cannot be readily dispersed with normal agitation.
6) Follow sound environmental practices when disposing of epoxy and
adhesive wastes.
7) Dispose of all empty containers separately.
8) Dispose of epoxy by completely emptying and mixing the epoxy before
disposal
H. Reinforcement Bar Chairs
1
2.
3.
Reinforcement bar chairs or supports shall be of adequate strength to support the
reinforcement bars and shall not bend or break under the weight of the
reinforcement bars or Contractor's personnel walking on the reinforcing bars.
Bar chairs may be made of inetal (free of rust), precast mortar or concrete blocks or
plastic.
For approval of plastic chairs, representative samples of the plastic shall show no
visible indications of deterioration after immersion in a 5-percent solution of
sodium hydroxide for 120-hours.
4. Bar chairs may be rejected for failure to meet any of the requirements of this
specification.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 6
CONCRETE PAVING
Page 6 of 22
2
3
4
5
6
�
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
4l
42
43
I. Joint Filler
1. Joint filler is the material placed in concrete pavement and concrete struciures to
allow for the expansion and contraction of the concrete.
2. Wood Boards: Used as joint filler for concrete paving.
a. Boards for expansion joint filler shall be of the required size, shape and iype
indicated on the Drawings or required in the specifications.
1) Boards shall be of selected stock of redwood or cypress. The boards shall
be sound heartwood and shall be free from sapwood, knots, clustered
birdseyes, checks and splits.
2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall
be sufficiently rigid to permit ease of installation.
3) Boards shall be furnished in lengths equal to the width between
longitudinal joints, and may be furnished in strips or scored sheet of the
required shape.
3. Dimensions. The thickness of the expansion joint filler shall be shown on the
Drawings; the width shall be not less than that shown on the Drawings, providing
for the top seal space.
4. Rejection. Expansion joint filler may be rejected for failure to meet any of the
requirements of this specification.
J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73.
K. Curing Materials
l. Membrane-Forming Compounds.
a. Conform to the requirements of ASTM C309, Type 2, white pigmented
compound and be of such nature that it shall not produce permanent
discoloration of concrete surfaces nor react deleteriously with the concrete.
b. The compound shall produce a firm, continuous uniform moisture-impermeable
flm free from pinholes and shall adhere satisfactorily to the surfaces of damp
concrete.
a It shall, when applied to the damp concrete surface at the specified rate of
coverage, dry to touch in 1 hour and dry through in not more than 4 hours under
normal conditions suitable for concrete operations.
d. It shall adhere in a tenacious film without running off or appreciably sagging.
e. It shall not disintegate, check, peel or crack during the required curing period.
£ The compound shall not peel or pick up under traffic and shall disappear from
the surface of the concrete by gradual disintegration.
g. The compound shall be delivered to the job site in the manufacturer's original
containers only, which shall be clearly labeled with the manufacturer's name, the
trade name of the material and a batch number or symbol with which test
samples may be correlated.
h. When tested in accordance with ASTM C156 Water Retention by Concrete
Curing Materials, the liquid membrane-forming compound shall restrict the loss
of water present in the test specimen at the time of application of the curing
compound to not more than 0.01-oz.-per-2 inches of surface.
44 2.3 ACCESSORIES (NOT USED]
45 2.4 SOURCE QUALITY CONTROL
46 A. Mix Design
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS C1TY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 7
CONCRETE PAVING
Page 7 of 22
1 1. Concrete Mix Design and Control
2 a. At least 10 calendar days prior to the start of concrete paving operations, the
3 Contractor shall submit a design of the concrete mix it proposes to use and a full
4 description of the source of supply of each material component.
5 b. The design of the concrete mix shall produce a quality concrete complying with
6 these specifications and shall include the following information:
7 1) Design Requirements and Design Summary
g 2) Material source
9 3) Dry weight of cement/cubic yard and type
10 4) Dry weight of fly ash/cubic yard and type, if used
11 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard
12 6) Design water/cubic yard
13 7) Quantities, type, and name of admixtures with manufacturer's data sheets
14 8) Current strength tests or sirength tests in accordance with ACI 318
15 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates
16 and date of tests
17 10) Fineness modulus of fine aggregate
18 11) Speci�c Gravity and Absorption Values of fine and coarse aggregates
19 12) L.A. Abrasion of coarse aggregates
20 c. Once mix design approved by City, maintain intent of mix design and
21 maximum water to cement ratio.
22 d. No concrete may be placed on the job site until the mix design has been
23 approved by the City.
24
25
26
27
28
29
30
31
32
33
2. Quality of Concrete
a. Consistency
1) In general, the consistency of concrete mixtures shall be such that:
a) Mortar shall cling to the coarse aggregate
b) Aggregate shall not segregate in concrete when it is transported to the
place of deposit
c) Concrete, when dropped directly from the discharge chute of the mixer,
shall flatten out at the center of the pile, but the edges of the pile shall
stand and not flow
d) Concrete and mortar shall show no free water when removed from the
34 mixer
35 e) Concrete shall slide and not flow into place when transported in metal
36 chutes at an angle of 30 degrees with the horizontal
37 � Surface of the finished concrete shall be free from a surface film or
3 g laitance
39 2) When field conditions are such that additional moisture is needed for the
40 final concrete surface finishing operation, the required water shall be applied
41 to the surface by hand sprayer only and be held to a minimum amount.
42 3) The concrete shall be workable, cohesive, possess satisfactory finishing
43 qualities and be of the stiffest consistency that can be placed and vibrated into
44 a homogeneous mass.
45 4) Excessive bleeding shall be avoided.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
321313-8
CONCRETE PAVING
Page 8 of 22
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
L
5) If the strength or consistency required for the class of concrete being
produced is not secured with the minimum cement specified or without
exceeding the maximum water/cement ratio, the Contractor may use, or the
City may require, an approved cement dispersing agent (water reducer); or
the Contractor shall furnish additional aggregates, or aggregates with
different characteristics, or the Contractor may use additional cement in
order to produce the required results.
6) The additional cement may be permitted as a temporary measure, until
aggregates are changed and designs checked with the different aggregates
or cement dispersing agent.
7) The Contractor is solely responsible for the quality of the concrete
produced.
8) The City reserves the right to independently verify the quality of the
concrete through inspection of the batch plant, testing of the various
materials used in the concrete and by casting and testing concrete cylinders
or beams on the concrete actually incorporated in the pavement.
Standard Class
1) Unless otherwise shown on the Drawings or detailed specifications, the
standard class for concrete paving for streets and alleys is shown in the
following table:
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 9
CONCRETE PAVING
Page 9 of22
1
Standard Classes of Pavement Concrete
Class of Minimum 28 Day Min. Maximum Course
Concretet Cementitious, Compressive, Water/ Aggregate
Lb./CY Strengthz Cementitious, Maximum
psi Ratio Size
inch
P 517 3600 0.49 1-1/2
H 564 4500 0.45 1-1/2
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1. All exposed horizontal concrete sriall riave entramea-air.
2. Minimum Compressive Strength Required.
2) Machine-Laid concrete: Class P
3) Hand-Laid concrete: Class H
c. High Early Strength Concrete (HES)
1) When shown on the Drawings or allowed, provide Class HES concrete for
very early opening of pavements area or leaveouts to traffic.
2) Design class HES to meet the requirements of class specified for concrete
pavement and a minimum compressive sirength of �bAB 3,OOOpsi in �4 48
HOURS FOR ARTERTALS/COLLECTORS AND IN 72 HOURS FOR
RESIDENTIAL STREETS, unless other early strength and time
requirements are shown on the Drawings allowed.
3) No strength overdesign is required.
Standard Classes of Pavement Concrete
Class of Minimum 28 Day Min. Maximum Course
Concretel Cementitious Compressive Water/ Aggregate
Lb./CY Strengthz Cementitious Maximum
psi Ratio Size,
inch
HES 564 4500 0.45 1-1/2
18
19
20
21
22
23
d. Slump
1) Slump requirements far pavement and related concrete shall be as specified
in the following table:
Concrete Pavement
Concrete Use
Slip-Form/Form-Riding Paving
Hand Formed Paving
Sidewalk, Curb and Gutter, Concrete
Valley Gutter and Other Miscellaneous
Concrete
Recommended
Design
and Placement
Slump,
inch
1-1/2
4
4
Maximum
Acceptable
Placement
Slump,
inch
3
5
5
24
25 2) No concrete shall be pertnitted with slump in excess of the maximums
26 shown.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTR ACT 1
STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS CTPY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 10
CONCRETE PAVING
Page 10 of 22
1
2
3
4
3) Any concrete mix failing to meet the above consistency requirements,
although meeting the slump requirements, shall be considered unsatisfactory,
and the mix shall be changed to correct such unsatisfactory conditions.
PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 INSTALLATION
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
A. Equipment
1. All equipment necessary for the construction of this item shall be on the project.
2. The equipment shall include spreading devices (augers), internal vibration,
tamping, and surface floating necessary to finish the freshly placed concrete in such
a manner as to provide a dense and homogeneous pavement.
3. Machine-Laid Concrete Pavement
a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms
that are uniformly supported on a very firm subbase to prevent sagging under
the weight of machine.
b. Slip-Form Paver
1) Slip-form paving equipment shall be provided with traveling side forms of
sufiicient dimensions, shape and strength so as to support the concrete
laterally for a sufficient length of time during placement.
2) City may reject use of Slip-Form Paver if paver requires over-digging and
impacts trees, mailboxes or other improvements.
4. Hand-Laid Concrete Pavement
a. Machines that do not incorporate these features, such as roller screeds or
vibrating screeds, shall be considered tools to be used in hand-laid concrete
construction, as slumps, spreading methods, vibration, and other procedures are
more common to hand methods than to machine methods.
5. City may reject equipment and stop operation if equipment does not meet
requirements.
B. Concrete Mi�ng and Delivery
1. Transit Batching: shall not be used — onsite mixing not permitted
2. Ready Mixed Concrete
a. The concrete shall be produced in an approved method conforming to the
requirements of this specification and ASTM C94/C94M. City shall have access
ready mix to get samples of materials.
b. City shall have access to ready mix plant to obtain material samples.
c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate
Procedure 2:
1) As the mixer is being emptied, individual samples shall be taken after the
discharge of approximately 15 percent and 85 percent of the load.
2) The method of sampling shall provide that the samples are representative of
widely separated portions, but not from the very ends of the batch.
CITY OF FORT WORTH 2O14 CII' CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 11
CONCRETE PAVING
Page 11 of 22
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
iL]
4.
d. The mixing of each batch, after all materials are in the drum, shall continue until
it produces a thoroughly mixed concrete of uniform mass as determined by
established mixer performance ratings and inspection, or appropriate uniformity
tests as described in ASTM C94.
e. The entire contents of the drum shall be discharged before any materials are
placed therein for the succeeding batch.
£ Retempering or remixing shall not be permitted.
Delivery
a. Deliver concrete at an interval not exceeding 30 minutes or as determined by
City to prevent cold joint.
Delivery Tickets
a. For all operations, the manufacturer of the concrete. shall, before unloading,
furnish to the purchaser with each batch of concrete at the site a delivery ticket
on which is printed, stamped, or written, the following information to determine
that the concrete was proportioned in accordance with the approved mix design:
1) Name of concrete supplier
2) Serial number of ticket
3) Date
4) Truck number
5) Name of purchaser
6) Specific designation of job (name and location)
7) Specific class, design identification and designation of the concrete in
conformance with that employed in job specifications
8) Amount of concrete in cubic yards
9) Time loaded or of first mixing of cement and aggregates
10) Water added by receiver of concrete
11) Type and amount of admixtures
C. Subgrade
1. When manipulation or treatment of subgrade is required on the Drawings, the work
shall be performed in proper sequence with the preparation of the subgrade for
pavement.
2. The roadbed shall be excavated and shaped in conformiiy with the typical sections
and to the lines and grades shown on the Drawings or established by the City.
3. All holes, ruts and depressions shall be filled and compacted with suitable material
and, if required, the subgrade shall be thoroughly wetted and reshaped.
4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be
corrected.
38 5.
39
40 6.
41 7.
42
43 8.
44
45 9.
46
The subgrade shall be uniformly compacted to at least 95 percent of the maximum
density as determined by ASTM D698.
Moisture content shall be within minus 2 percent to plus 4 percent of optimum.
The prepared subgrade shall be wetted down sufficiently in advance of placing the
pavement to ensure its being in a firm and moist condition.
Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution
of the work.
The Contractor shall notify the City at least 24 hours in advance of its intention to
place concrete pavement.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 12
CONCRETE PAVING
Page 12 of 22
1 10. After the specified moisture and density are achieved, the Contractor shall maintain
2 the subgrade moisture and density in accordance with this Section.
3 11. In the event that rain or other conditions may have adversely affected the condition
4 of the subgrade or base, additional tests may be required as directed by the City.
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. Placing and Removing Forms
1. Placing Forms
a. Forms for machine-laid concrete
1) The side forms shall be metal, of approved cross section and bracing, of a
height no less than the prescribed edge thickness of the concrete section, and a
minimum of 10 feet in length for each individual form.
2) Forms shall be of ample strength and staked with adequate number of pins
capable of resisting the pressure of concrete placed against them and the
thrust and the vibration of the construction equipment operating upon them
without appreciable springing, settling or deflection.
3) The forms shall be free from warps, bends or kinks and shall show no
variation from the true plane for face or top.
4) Forms shall be jointed neatly and tightly and set with exactness to the
established grade and alignment.
5) Forms shall be set to line and grade at least 200 feet, where practicable, in
advance of the paving operations.
6) In no case shall the base width be less than 8 inches for a form 8 inches or
more in height.
7) Forms must be in firm contact with the subgrade throughout their length
and base width.
8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes
or other additional supports may be necessary to provide the required
stability.
b. Forms for hand-laid concrete
1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2
inches in thickness or equivalent when wooden forms are used, or be of a
gauge that shall provide equivalent rigidity and strength when metal forms are
used.
2) For curves with a radius of less than 250 feet, acceptable fle�cible metal or
wood forms shall be used.
3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line
shall be rejected.
2. Settling. When forms settle over 1/8 inch under fnishing operations, paving
operations shall be stopped the forms reset to line and grade and the pavement then
brought to the required section and thickness.
3. Cleaning. Forms shall be thoroughly cleaned after each use.
4. Removal.
a. Forms shall remain in place until the concrete has taken its final set.
b. Avoid damage to the edge of the pavement when removing forms.
c. Repair damage resulting from form removal and honeycombed areas with a
mortar mix within 24 hours after form removal unless otherwise approved.
d. Clean joint face and repair honeycombed or damaged areas within 24 hours
after a bulkhead for a transverse construction joint has been removed unless
otherwise approved.
CITY OF FORT WORTH 2O14 CII' CONCRETE REPALCEMENT, CONTRACT 1
STl1t�IDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT N0. 02370
Revised December 20, 2012
32 13 13 - 13
CONCRETE PAVING
Page 13 of 22
1 e. When forms are removed before 72 hours after concrete placement, promptly
2 apply membrane curing compound to the edge of the concrete pavement.
3 E. Placing Reinforcing Steel, Tie, and Dowel Bars
4 1. General
5 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed
6 as shown on the Drawings.
7 b. All reinforcing steel shall be clean, free from rust in the form of loose or
8 objectionable scale, and of the type, size and dimensions shown on the
9 Drawings.
10 c. Reinforcing bars shall be securely wired together at the alternate intersections
11 and all splices and shall be securely wired at each intersection dowel and load-
12 transmission unit intersected.
13 d. All bars shall be installed in their required position as shown on the Drawings.
14 e. The storing of reinforcing or structural steel on completed roadway slabs
15 generally shall be avoided and, where permitted, such storage shall be limited to
16 quantities and distribution that shall not induce excessive stresses.
17 2. Splices
18 a. Provide standard reinforcement splices by lapping and tying ends.
19 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on
20 the Drawings.
21 3. Installation of Reinforcing Steel
22 a. All reinforcing bars and bar mats shall be installed in the slab at the required
23 depth below the finished surface and supported by and securely attached to bar
24 chairs installed on prescribed longitudinal and transverse centers as shown by
25 sectional and detailed drawings on the Drawings.
26 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown
27 on the Drawings and shall be approved by the City prior to extensive fabrication.
28 c. After the reinforcing steel is securely installed above the subgrade as speciiied
29 in Drawings and as herein prescribed, no loading shall be imposed upon the bar
30 mats or individual bars before or during the placing or fmishing of the concrete.
31
32
33
34
35
36
37
38
39
40
41
4. Installation of Dowel Bars
a. Install through the predrilled joint filler and rigidly support in true horizontal
and vertical positions by an assembly of bar chairs and dowel baskets.
b. Dowel Baskets
1) The dowels shall be held in position exactly parallel to surface and
centerline of the slab, by a dowel basket that is left in the pavement.
2) The dowel basket shall hold each dowel in exactly the correct position so
firmly that the dowel's position cannot be altered by concreting operations.
c. Dowel Caps
1) Install cap to allow the bar to move not less than 1-1/4 inch in either
direction.
42 5. Tie Bar and Dowel Placement
43 a. Place at mid-depth of the pavement slab, parallel to the surface.
44 b. Place as shown on the Drawings.
45 6. Epoxy for Tie and Dowel Bar Installation
46 1) Epoxy bars as shown on the Drawings.
47 2) Use only drilling operations that do not damage the surrounding operations.
48 3) Blow out drilled holes with compressed air.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDt�RD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 14
CONCRETE PAVING
Page 14 of 22
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) Completely iill the drilled hole with approved epoxy before inserting the tie
bar into the hole.
5) Install epoxy grout and bar at least 6 inches embedded into concrete.
F. Joints
1. Joints shall be placed where shown on the Drawings or where directed by the City.
2. The plane of all joints shall make a right angle with the surface of the pavement.
3. No joints shall have an error in alignment of more than 1/2 inch at any point.
4. Joint Dimensions
a. The width of the joint shall be shown on the Drawings, creating the joint
sealant reservoir.
b. The depth of the joint shall be shown on the Drawings.
c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's
recommendations.
d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement
surface at the center of the joint.
5. Transverse Expansion Joints
a. Expansion joints shall be installed perpendicularly to the surface and to the
centerline of the pavement at the locations shown on the Drawings, or as
approved by the City.
b. Joints shall be of the design width, and spacing shown on the Drawings, or as
approved by the City.
c. Dowel bars, shall be of the size and type shown on the Drawings, or as
approved by the City, and shall be installed at the specified spacing.
d. Support dowel bars with dowel baskets.
e. Dowels shall restrict the free opening and closing of the expansion join and
shall not make planes of weaknesses in the pavement.
£ Greased Dowels for Expansion Joints.
1) Coat dowels with a thin film of grease or other approved de-bonding
material.
2) Provide dowel caps on the lubricated end of each dowel bar.
g. Proximity to Existing Structures. When the pavement is adjacent to or around
existing structures, expansions joints shall be constructed in accordance with the
details shown on the Drawings.
6. Transverse Contraction Joints
a. Contraction or dummy joints shall be installed at the locations and at the
intervals shown on the Drawings.
b. Joints shall be of the design width, and spacing shown on the Drawings, or as
approved by the City.
c. Dowel bars, shall be of the size and type shown on the Drawings, or as
approved by the City, and shall be installed at the specified spacing.
d. Joints shall be sawed into the completed pavement surface as soon after initial
concrete set as possible so that some raveling of the concrete is observed in
order for the sawing process to prevent uncontrolled shrinkage cracking.
e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of
1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual
pavement thickness, or deeper if so indicated on the Drawings.
f. Complete sawing as soon as possible in hot weather conditions and within a
maximum of 24 hours after saw cutting begins under cool weather conditions.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS CITY PRO7ECT NO. 02370
Revised December 20, 2012
32 13 13 -15
CONCRETE PAVING
Page 15 of 22
1 g. If sharp edge joints are being obtained, the sawing process shall be sped up to
2 the point where some raveling is observed.
3 h. Damage by blade action to the slab surface and to the concrete immediately
4 adjacent to the joint shall be minimized.
5 i. Any portion of the curing membrane which has been disturbed by sawing
6 operations shall be restored by spraying the areas with additional curing
7 compound.
8 7. Transverse Construction Joints
9 a. Construction joints formed at the close of each day's work or when the placing
10 of concrete has been stopped for 30-minutes or longer shall be constructed by
11 use of inetal or wooden bullcheads cut true to the section of the finished
12 pavement and cleaned.
13 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material.
14 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the
15 surface and at right angles to the centerline of the pavement.
16 d. Edges shall be rounded to 1/4 inch radius.
17 e. Any surplus concrete on the subgrade shall be removed upon the resumption of
18 the work.
19 8. Longitudinal Construction Joints
20 a. Longitudinal construction joints shall be of the type shown on the Drawings.
21 9. Joint Filler
22 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the
23 Drawings.
24 b. Redwood Board joints shall be used for all pavement joints except for
25 expansion joints that are coincident with a butt joint against existing
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
pavements.
c. Boards with less than 25-percent of moisture at the time of installation shall be
thoroughly wetted on the job.
d. Green lumber of much higher moisture content is desirable and acceptable.
e. The joint filler shall be appropriately drilled to admit the dowel bars when
required.
£ The bottom edge of the filler shall extend to or slightly below the bottom of the
slab. The top edge shall be held approximately 1/2 inch below the fmished
surface of the pavement in order to allow the finishing operations to be
continuous.
g. The joint filler may be composed of more than one length of board in the
length of joint, but no board of a length less than 6 foot may be used unless
otherwise shown on the Drawings.
h. After the removal of the side forms, the ends of the j oints at the edges of the
slab shall be carefully opened for the entire depth of the slab.
10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details
and as specified in Section 32 13 73. Materials shall generally be handled and
applied according to the manufacturer's recommendations as specifed in Section
32 13 73.
G. Placing Concrete
46 l. Unless otherwise specified in the Drawings, the finished pavement shall be
47 constructed monolithically and constructed by machined laid method unless
48 impractical.
CTl'Y OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 16
CONCRETE PAVING
Page 16 of 22
1 2. The concrete shall be rapidly deposited on the subgrade in successive batches and
2 shall be distributed to the required depth and for the entire width of the pavement
3 by shoveling or other approved methods.
4 3. Any concrete not placed as herein prescribed within the time limits in the following
5 table will be rejected. Time begins when the water is added to the mixer.
�
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
Tem erature — Time Re uirements
Concrete Temperature Ma�c Time — minutes Max Time — minutes
at oint of lacement no retardin a ent with retardin a ent 1
Non-A itated Concrete
All tem eratures 45 45
A itated Concrete
Above 90°F Time may be reduced. by 75
Ci
Above 75°F thru 90°F 60 90
75°F and Below 60 120
1 Normal dosage of retarder.
4. Rakes shall not be used in handling concrete.
5. At the end of the day, or in case of unavoidable interruption or delay of more than
30 minutes or longer to prevent cold joints, a transverse construction joint shall be
placed in accordance with 3.4.F.7 of this Section.
6. Honeycombing
a. Special care shall be taken in placing and spading the concrete against the
forms and at all joints and assemblies so as to prevent honeycombing.
b. Excessive voids and honeycombing in the edge of the pavement, revealed by
the removal of the side forms, may be cause for rejection of the section of slab
in which the defect occurs.
H. Finishing
1. Machine
a. Tolerance Limits
1) While the concrete is still workable, it shall be tested for irregularities with
a 10 foot straightedge placed parallel to the centerline of the pavement so as
to bridge depressions and to touch all high spots.
2) Ordinates measured from the face of the straightedge to the surface of the
pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of
contact.
3) In no case shall the maximum ordinate to a 10 foot straightedge be greater
than 1/8 inch.
4) Any surface not within the tolerance limits shall be reworked and
refinished.
b. Edging
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 17
CONCRETE PAVING
Page 17 of 22
1 1) The edges of slabs and all joints requiring edging shall be carefully tooled
2 with an edger of the radius required by the Drawings at the time the concrete
3 begins to take its "set" and becomes non-workable.
4 2) All such work shall be left smooth and true to lines.
5 2. Hand
6 a. Hand finishing permitted only in intersections and areas inaccessible to a
'7 finishing machine.
8 b. When the hand method of striking off and consolidating is permitted, the
9 concrete, as soon as placed, shall be approximately leveled and then struck off
10 with screed bar to such elevation above grade that, when consolidated and
11 finished, the surface of the pavement shall be at the grade elevation shown on
12 the Drawings.
13 c. A slight excess of material shall be kept in front of the cutting edge at all times.
14 d. The straightedge and joint iinishing shall be as prescribed herein.
15 I.
16
17
18
19
Curing
1. The curing of concrete pavement shall be thorough and continuous throughout the
entire curing period.
2. Failure to provide proper curing as herein prescribed shall be considered as
sufficient cause for immediate suspension of the paving operations.
20 3. The curing method as herein specified does not preclude the use of any of the other
21 commonly used methods of curing, and the City may approve another method of
22 curing if so requested by the Contractor.
23 4. If any selected method of curing does not afford the desired results, the City shall
24 have the right to order that another method of curing be instituted.
25 5. After removal of the side forms, the sides of the slab shall receive a like coating
26 before earth is banked against them.
27 6. The solution shall be applied, under pressuxe with a spray nozzle, in such a manner
28 as to cover the entire surfaces thoroughly and completely with a uniform film.
29 7. The rate of application shall be such as to ensure complete coverage and shall not
30 exceed 20-square-yards-per-gallon of curing compound.
31 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free
32 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the
33 curing period.
34
35
36
37
38
39
40
41
42
43
44
45
46
9. If for any reason the seal is broken during the curing period, it shall be immediately
repaired with additional sealing solution.
10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing
Materials, the curing compound shall provide a iilm which shall have retained
within the test specimen a percentage of the moisture present in the specimen when
the curing compound was applied according to the following.
11. Contractor shall maintain and properly repair damage to curing materials on
exposed surfaces of concrete pavement continuously for a least 72 hours.
J. Monolithic Curbs
1. Concrete for monolithic curb shall be the same as for the pavement and, if carried
back from the paving mixer, shall be placed within 20-minutes after being mixed.
2. After the concrete has been struck off and sufficiently set, the exposed surfaces
shall be thoroughly worked with a wooden flat.
CITY OF FORT WORTH 2O14 C]P CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 -18
CONCRETE PAVING
Page 18 of 22
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
3. The exposed edges shall be rounded by the use of an edging tool to the radius
indicated on the Drawings.
4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface.
K. Alley Paving
1. Alley paving shall be constructed in accordance with the specifications for concrete
paving hereinbefore described, in accordance with the details shown on the
Drawings, and with the following additional provisions:
a. Alley paving shall be constructed to the typical cross sections shown on the
Drawings.
b. Transverse expansion joints of the type shown on the Drawings shall be
constructed at the properly line on each end of the alley with a maximum
spacing of 600 feet.
c. Transverse contraction and dummy joints shall be placed at the spacing shown
on the Drawings.
d. Contraction and dummy joints shall be formed in such a manner that the
required joints shall be produced to the satisfaction of the City.
e. All joints shall be constructed in accordance with this specification and filled
in accordance with the requirement of Section 32 13 73.
L. Pavement Leaveouts
1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be
provided at location indicated on the Drawings or as directed by the City.
2. The extent and location of each leaveout required and a suitable crossover
connection to provide for traffic movements shall be determined in the field by the
City.
: ' :� 1:7
A. Repair of concrete pavement concrete shall be consistent with the Drawings and as
specified in Section 32 O1 29.
28 3.6 RE-INSTALLATION [NOT USED]
29
30
31
32
33
34
35
36
3'7
38
39
40
41
42
43
3.7 SITE QUALITY CONTROL
A. Concrete Placement
1. Place concrete using a fu�ly automated paving machine. Hand paving only
permitted in areas such as intersections where use of paving machine is not
practical
a. All concrete pavement not placed by hand shall be placed using a fully
automated paving machine as approved by the City.
b. Screeds will not be allowed except if approved by the City.
B. Testing of Materials
1. Samples of all materials for test shall be made at the expense of the City, unless
otherwise specified in the special provisions or in the Drawings.
2. In the event the initial sampling and testing does not comply with the specifications,
all subsequent testing of the material in order to determine if the material is
acceptable shall be at the Contractor's expense at the same rate charged by the
commercial laboratories.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 19
CONCRETE PAVING
Page 19 of 22
1 3. All testing shall be in accordance with applicable ASTM Standards and concrete
2 testing technician must be ACI certified or equivalent.
3 C. Pavement Thickness Test
4 1. Upon completion of the work and before imal acceptance and fmal payment shall
5 be made, pavement thickness test shall be made by the City.
6 2
9
10
11
12
13
14
15
16
17
4.
Q
The number of tests and location shall be at the discretion of the City, unless
otherwise specified in the special provisions or on the Drawings.
The cost for the initial pavement thickness test shall be the expense of the City.
In the event a deficiency in the thickness of pavement is revealed during normal
testing operations, subsequent tests necessary to isolate the deiiciency shall be at
the Contractor's expense.
The cost for additional coring test shall be at the same rate charged by commercial
laboratories.
Where the average thickness of pavement in the area found to be deficient in
thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be
made at an adjusted price as specified in the following table.
Deficiency in Thickness Proportional Part
Determined b Cores Of Contract Price
Inches Allowed
0.00 — 0.20 100 percent
0.21 — 030 80 percent
031 — 0.40 70 percent
0.41— 0.50 60 percent
18
19 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not
20 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever
21 is geater, shall be evaluated by the City.
22 8. If, in the judgment of the City the area of such deficiency should not be removed
23 and replaced, there shall be no payment for the area retained.
24 9. If, in the judgment of the City, the area of such deficiency warrants removal, the
25 area shall be removed and replaced, at the Contractor's entire expense, with
26 concrete of the thickness shown on the Drawings.
2� 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more
28 than 1/10 of the plan thickness, whichever is greater, shall be removed and
29 replaced, at the Contractor's entire expense, with concrete of the thickness shown
30 on the Drawings.
31 11. No additional payment over the contract unit price shall be made for any pavement
32 of a thickness exceeding that required by the Drawings.
33 D. Pavement Strength Test
34 1. During the progress of the work the City shall provide trained technicians to cast
35 test cylinders for conforming to ASTM C31, to maintain a check on the
36 compressive strengths of the concrete being placed.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 20
CONCRETE PAVING
Page 20 of 22
1 2.
2
3
4 3.
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25 7.
26
27 g
28
29 9
30
31
32
33
34
35
36
37
38
39
40
After the cylinders have been cast, they shall remain on the job site and then
transported, moist cured, and tested by the City in accordance with ASTM C31 and
ASTM C39.
In each set, 1 of the cylinders shall be tested at 2 DAYS/3 DAYS, TWO
CYLINDERS S�IALL BE TESTED AT 7 days; two cylinders shall be tested at 28
days. �
IF 2 DAYS/3 DAYS TEST RESULT INDICATE DEFICIENT STRENGTH, THE
OPENING OF PAVEMENT TO TRAFFIC SHALL NOT BE PERMITTED AND
PROJECT INSPECTOR MAY ASK THE CONTRACTOR TO RESUBMIT TI�
CONCRETE MIX DESIGN TO MEET THE IvIINIM[UM SPECIFIED
STRENGTH. If the 28 day test results indicate deficient strength, the Contractor
may, at its option and expense, core the pavement in question and have the cores
tested by an approved laboratory, in accordance with ASTM C42 and ACI 318
protocol, except the average of all cores must meet 100 percent of the minimum
specified strength, with no individual core resulting in less than 90 percent of
design strength, to override the results of the cylinder tests.
Cylinders and/or cores must meet minimum specified strength. If cylinders do not
meet minimum speciiied strength, additional cores shall be taken to identify the
limits of deiicient concrete pavement at the expense of the Contractor.
Cylinders and/or cores must meet minimum specified strength. Pavement not
meeting the minimum speciiied strength shall be subject to the money penalties or
removal and placement at the Contractor's expense as show in the following table.
4.
5.
�
Percent Deficient
Greater Than 0 percent - Not More Than 10
Greater Than 10 percent - Not More Than 1_`
Greater Than 15 percent
Percent of Contract Price Allowed
0-percent or removed and replaced at the entire cost
and expense of Contractor as directed by City
The amount of penalty shall be deducted from payment due to Contractor; such as
penalty deducted is to defray the cost of extra maintenance.
The strength requirements for structures and other concrete work are not altered by
the special provision.
No additional payment over the contract unit price shall be made for any pavement
of strength exceeding that required by the Drawings andlor specifications.
E. Cracked Concrete Acceptance Policy
If cracks exist in concrete pavement upon completion of the project, the Project
Inspector shall make a determination as to the need for action to address the
cracking as to its cause and recommended remedial work.
If the recommended remedial work is routing and sealing of the cracks to protect
the subgrade, the Inspector shall make the determination as to whether to rout and
seal the cracks at the time of final inspection and acceptance or at any time prior to
the end of the project maintenance period. The Contractor shall perform the routing
and sealing work as directed by the Project Inspector, at no cost to the City,
regardless of the cause of the cracking.
1
2
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised December 20, 2012
32 13 13 - 21
CONCRETE PAVING
Page 21 of 22
1 3. If remedial work beyond routing and sealing is determined to be necessary, the
2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If
3 agreement is reached that the cracking is due to deficient materials or workmanship,
4 the Contractor shall perform the remedial work at no cost to the City. Remedial
5 work in this case shall be limited to removing and replacing the deiicient work with
6 new material and workmanship that meets the requirements of the contract.
7 4.
8
9
10
11
12
13
14
15
16
17
18
5.
19
20
21
22
23
24
25
26
2'7
28
29
30
�
7
If remedial work beyond routing and sealing is determined to be necessary, and the
Inspector and the Contractor agree that the cause of the cracking is not deficient
materials or workmanship, the City may request the Contractor to provide an
estimate of the cost of the necessary remedial work and/or additional work to
address the cause of the cracking, and the Contractor will perform that work at the
agreed-upon price if the City elects to do so.
If remedial work is necessary, and the Inspector and the Contractor cannot agree on
the cause of the cracking, the City may hire an independent geotechnical engineer
to perform testing and analysis to determine the cause of the cracking. The
contractor will escrow 50 percent of the proposed costs of the geotechnical contract
with the City. The Contractor and the City shall use the services of a geotecl�nical
firm acceptable to both parties.
If the geotechnical engineer determines that the primary cause of the cracking is the
Contractor's deficient material or workmanship, the remedial work will be
performed at the Contractor's entire expense and the Contractor will also reimburse
the City for the balance of the cost of the geotechnical investigation over and above
the amount that has previously been escrowed. Remedial work in this case shall be
limited to removing and replacing the deficient work with new material and
workmanship that meets the requirements of the contract.
If the geotechnical engineer determines that the primary cause of the cracking is not
the Contractor's deficient material or workmanship, the City will return the
escrowed funds to the Contractor. The Contractor, on request, will provide the City
an estimate of the costs of the necessary remedial work and/or additional work and
will perform the work at the agreed-upon price as directed by the City.
31 3.8 SYSTEM STARTUP [NOT USED]
32 3.9 ADJUSTING (NOT USED]
33 3.10 CLEANING [NOT USED]
34 3.11 CLOSEOUT ACTIVITIES [NOT USED]
35 3.12 PROTECTION [NOT USED]
36 3.13 MAINTENANCE [NOT USED]
37 3.14 ATTACHMENTS [NOT USED]
38
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
1
2
3
32 13 13 - 22
CONCRETE PAVING
Page 22 of 22
END OF SECTION
Revision Log
DATE NAME SiJMMARY OF CHANGE
12/20/2012 1.2.A — Modified items to be included in price bid
05/21/2014 Doug Rademaker 2.2.D — Modified to clarify acceptable fly ash substitution in concrete paving
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised December 20, 2012
321320-1
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 1 of 5
1
2
SECTION 3213 20
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMi'S
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 Fort Worth Standard Specification
10 1. None.
11
12
13
14
15
16
17 1.2
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
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. 5ection 02 41 13 - Selective Site Demolition
4. Section 32 13 13 - Concrete Paving
5. Section 32 13 73 - Concrete Paving Joint Sealants
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. 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
2) Furnishing and placing all materials
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) Thicknesses
b) Types
2) Dimensions will be taken 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) Sidewaik portion of drive will be included in driveway measurement.
4) Curb on drive will be included in the driveway measurement.
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPI'Y PROJECT NO. 02370
Revised Apri130, 2013
321320-2
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
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
3
b. Payment
1) The work performed and materials furnished in accardance 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
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
23 1.3 REFERENCES
24 A. Abbreviations and Acronyms
25 1. TAS — Texas Accessibility Standards
26 2. TDLR — Texas Department of Licensing and Regulation
27 B. Reference Standards
28 1. Reference standards cited in this Speciiication refer to the current reference
29 standard published at the time of the latest revision date logged at the end of this
30 Speciiication, unless a date is specifically cited.
31 2. American Society for Testing and Materials (ASTM)
32 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete
33 Construction (Non-extruding and Resilient Types)
34 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using
35 Standard Effort (12,400 ft-lbf/ft3)
36 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED]
37 1.5 SUBMITTALS [NOT USED]
38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
39
40
41
42 1.7
43 1.8
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.
CLOSEOUT SUBMITTALS [NOT USED]
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CITY PROJECT NO. 02370
Revised April 30, 2013
321320-3
CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS
Page 3 of S
1 1.9 QUALITY ASSLIRANCE [NOT USED]
2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
3 1.11 FIELD CONDITIONS
4
5
A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13.
1.12 WARRANTY [NOT USED]
6 PART 2 - PRODUCTS
7 2.1 OWNER-FUI2NISHED PRODUCTS [NOT USED]
8 2.2 EQUIPMENT AND MATERIALS
9 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of
10 the finished work.
11
12
13
14
15
B. Concrete: see Section 32 13 13.
l. 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
Concretel Cementitious, Compressive Water/ Aggregate
Lb./CY Strength2 Cementitious Maximum
psi Ratio Size,
inch
A 470 3000 0.58 1-1/2
16 C. Reinforcement: see Section 32 13 13.
17 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed
18 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless
19 otherwise shown on the Drawings or detailed specifications.
20 D. Joint Filler
21 1. Wood Filler: see Section 32 13 13.
22 2. Pre-Molded Asphalt Board Filler
23 a. Use only in areas where not practical for wood boards.
24 b. Pre-molded asphalt board iiller: ASTM D545.
25 c. Install the required size and uniform thickness and as speciiied in Drawings.
26 d. Include 2liners of 0.016 asphalt impregnated kraft paper filled with a mastic
27 mixture of asphalt and vegetable fiber and/or mineral iiller.
28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings.
29 2.3 ACCESSORIES [NOT USED]
30 2.4 SOURCE QUALITY CONTROL [NOT USED]
31 PART 3 - EXECUTION
32 3.1 INSTALLERS [NOT USED]
33 3.2 EXAMINATION [NOT USED]
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised Apri130, 2013
321320-4
CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS
Page 4 of 5
1 3.3 PREPARATION
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
A. Surface Preparation
1. Excavation: Excavation required for the construction of sidewalks, driveways and
barrier free ramps shall be to the lines and grades as shown on the Drawings or as
established by the City.
2. Fine Grading
a. The Contractor shall do all necessary filling, leveling and fine grading required
to bring the subgrade to the exact grades specified and compacted to at least 90
percent of malcimum density as determined by ASTM D698.
b. Moisture content shall be within minus 2 to plus 4 of optimum.
c. Any over-excavation shall be repaired to the satisfaction of the City.
B. Demolition / Removal
1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13.
3.4 INSTALLATION
A. General
1. Concrete sidewalks shall have a minimum thickness of 4 inches.
2. Sidewalks constructed in driveway approach sections shall have a minimum
thickness equal to that of driveway approach or as called for by Drawings and
speciiications within the limits of the driveway approach.
3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for
walks shall be 2 percent maac in accordance with cunent TAS/TDLR guidelines.
The construction of the driveway approach shall include the variable height radius
curb in accordance with the Drawings.
4. All pedestrian facilities shall comply with provisions of TAS including location,
slope, width, shapes, texture and coloring. Pedestrian facilities installed by the
Contractor and not meeting TAS must be removed and replaced to meet TAS (no
separate pay).
B. Forms: Forms shall be securely staked to line and grade and maintained in a true
position during the depositing of concrete.
C. Reinforcement: see Section 32 13 13.
D. Concrete Placement: see Section 32 13 13.
32 E. Finishing
33 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true,
34 even surface.
35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish.
36 3. Provide exposed aggregate iinish if specified.
37 4. Edge joints and sides shall with suitable tools.
38 F. Joints
39 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed
40 using redwood.
41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50
42 foot intervals for 5 foot wide and greater sidewalk.
CITY OF FORT WOR'I'H 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised Apri130, 2013
321320-5
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 5 of 5
1 3.
2
3
4
5 4.
6 5.
7
8 6.
9
10 7.
11
12
13
14
15
16
17
18
19
20
21
22 3.5
23
24
25
26
27
28
29
30
31
32
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match
updated City Details
4/30l2013 F. Gri�n Corrected Part 1, 1.2, A, 3, b, 1 to read; from .., square foot of Concrete Sidewalk.
to . . .each "Barrier Free Ramp" installed.
33
Expansion joints shall also be placed at all intersections, sidewalks with concrete
driveways, curbs, formations, other sidewalks and other adjacent old concrete work.
Similar material shall be placed around all obstructions protruding into or through
sidewalks or driveways.
All expansion joints shall be 1/2 inch in thickness.
Edges of all construction and expansion joints and outer edges of all sidewalks shall
be finished to appro�cimately a 1/2 inch radius with a suitable finishing tool.
Sidewalks shall be marked at intervals equal to the width of the walk with a
marking tool.
When sidewalk is against the curb, expansion joints shall match those in the curb.
G, Barrier Free Ramp
1. Furnish and install brick red color pre-cast detectable warning Dome-Tile,
manufactured by StrongGo Industries or approved equal by the City.
2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction
of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or
landing where the pedestrian access route enters the street,
3. Locate detectable warning surFace so that the edge nearest the curb line is a
minimum of 6-inch and maximum of 8-inch from the extension of the face of the
curb.
4. Detectable warning Dome-Tile surface may be curved along the corner radius.
5. Install detectable warning surface according to manufacturer's instructions.
REPAIRIItESTORATION [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 ACTIVITIES [NOT USEDj
3.12 PROTECTION [NOT USED)
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CTPY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised Apri130, 2013
3213 73 - 1
CONCRETE PAVING JOINT SEALANTS
Page 1 of 5
1
2
3 PART1- GENERAL
4 1.1 SLJMMARY
5
6
7
8
9
10
11
12
13
14
15
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
SECTION 3213 73
CONCRETE PAVING JOINT SEALANTS
A. Section Includes:
1. Speciiication for silicone joint sealing for concrete pavement and curbs.
B. Deviations from this City of Fort Worth Standard Specification
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- General Requirements
3. Section 32 13 13 - Concrete Paving
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measurement for this Item shall be by the linear foot of Joint Sealant completed
and accepted only FOR COURTESY JOINT ON EXISTING PAVEMENT
2. Payment
3. The work performed and materials furnished in accordance with this Item WILL
BE PAID FOR AT THE UNTI' PRICE BID PER LINEAR FOOT OF "JOINT
SEALANT" COMPLETED '� 'a' * *" :'� " "•'' '' " "+''�
�
> •
SUBSIDIARY WORK AND MATERIALS INCLUDE:
a. SAWING JOINTS
b. CLEANING JOINTS
c. APPLYING JOINT SEALAN'I'S UPON PLACING OF BOND BREAKER
ROD AND BREAKER TAPE
d. FURNISHING AND INSTALLING ALL MATERIALS
e. ALL MANIPULATIONS, LABOR, EQUIPMENT, APPLIANCES, TOOLS,
AND INCIDENTALS NECESSARY TO COMPLETE THE WORK.
CITY OF FORT WORTH 2O14 CTP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 13 73 - 2
CONCRETE PAVING JOINT SEALANTS
Page 2 of 5
1 1.3 REFERENCES
2
3
4
5
6
7
8
9
l0 1.4
A. Reference Standards
1. Reference standards cited in this Specification refer to the cunent reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is speciiically cited.
2. ASTM International (ASTM):
a. D5893, Standard Specification for Cold Applied, Single Component,
Chemically Curing Silicone Joint Sealant for Portland Cement Concrete
Pavements
ADMINISTRATIVE REQUIREMENTS [NOT USED]
ll 1.5 ACTION SUBMITTALS [NOT USED]
12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
13
14
15
16
17
18
19 1.7
A. Test and Evaluation Reports
l. Prior to installation, furnish certification by an independent testing laboratory that
the silicone joint sealant meets the requirements of this Section.
2. Submit verifiable documentation that the manufacturer of the silicone joint sealant
has a minimum 2-year demonstrated, documented successful field performance
with concrete pavement silicone joint sealant systems.
CLOSEOUT SUBMITTALS [NOT USED]
20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
21 1.9 QUALITY ASSURANCE [NOT USED]
22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
23
24
25
26
27
28
29
1.11 FIELD CONDITIONS
A. Do not apply joint sealant when the air and pavement temperature is less than 35
degrees F
B. Concrete surface must be clean, dry and frost free.
C. Do not place sealant in an expansion-type joint if surface temperature is below 35
degrees F or above 90 degrees F.
1.12 WARRANTY [NOT USED]
30 PART 2 - PRODUCTS
31 2.1 OWNER FURNISHED PRODUCTS [NOT USED]
32 2.2 MATERIA.LS & EQITIPMENT
33 A. Materials
34 1. Joint Sealant: ASTM D5893.
35 2. Joint Filler, Backer Rod and Breaker Tape
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
321373-3
CONCRETE PAVING JOINT SEALANTS
Page 3 of 5
1 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer
2 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal.
3 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent
4 the joint sealant from flowing to the bottom of the joint.
5 c. The backer rod and breaker tape shall be compatible with the silicone joint
6 sealant and no bond or reaction shall occur between them.
7 2.3 ACCESSORIES [NOT USED]
8 2.4 SOURCE QUALITY CONTROL [NOT U5ED]
9 PART 3 - EXECUTION
10 3.1 INSTALLERS [NOT U5ED]
11 3.2 EXAMINATION [NOT USED]
12 3.3 PREPARATION [NOT USED]
13 3.4 IN5TALLATION
14 A. General
15 1. The silicone sealant shall be cold applied.
16 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength
1� prior to sealing joints.
18 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint
19 sealant placement in a continuous sequence of operations.
20 4. See Drawings for the various joint details with their respective dimensions.
21 B. Equipment
22 1. Provide all necessary equipment and keep equipment in a satisfactory working
23 condition.
24 2. Equipment shall be inspected by the City prior to the beginning of the work.
25 3. The minimum requirements for construction equipment shall be as follows:
26 a. Concrete Saw. The sawing equipment shall be adequate in size and power to
2� complete the joint sawing to the required dimensions.
28 b. Air Compressors. The delivered compressed air shall have a pressure in excess
29 of 90 psi and shall be suitable for the removal of all free water and oil from the
30 compressed air.
31 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume
32 of sealant to the joint.
33 d. Injection Tool. This mechanical device shall apply the sealant uniformly into
34 the joint.
35 e. Sandblaster. The design shall be for commercial use with air compressors as
36 speciiied in this Section.
3� f, Backer Rod Roller and Tooling Instrument. These devices shall be clean and
38 free of contamination. They shall be compatible with the joint depth and width
39 requirements.
40 C. Sawing 7oints: see Section 32 13 13.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
321373-4
CONCRETE PAVING JOINT SEALANTS
Page 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
32
33
D. Cleaning joints
1. Dry saw in 1 direction with reverse cutting blade then sand blast.
2. Use compressed air to remove the resulting dust from the joint.
3. Sandblast joints after complete drying.
a. Attach nozzle to a mechanical aiming device so that the sand blast will be
directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the
face of the joint.
b. Sandblast both joint faces sandblasted in separate, 1 directional passes.
c, When sandblasting is complete, blow-out using compressed air.
d. The blow tube shall fit into the joints.
4. Check the blown joint for residual dust or other contamination.
a. If any dust or contamination is found, repeat sandblasting and blowing until the
joint is cleaned.
b. Do not use solvents to remove stains and contamination.
5. Place the bond breaker and sealant in the joint immediately upon cleaning.
6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of
the joint sealant.
7. Do not leave open, cleaned joints unsealed overnight.
E. Joint Sealant
l.
2.
3.
4.
5.
Apply the joint sealant upon placement of the bond breaker rod and tape, using the
mechanical injection tool.
Do not seal joints unless they are clean and dry.
Remove and discard excess sealant left on the pavement surface.
a. Do not excess use to seal the joints.
The pavement surface shall present a clean final condition as determined by City.
Do not allow traffic on the fresh sealant until it becomes tack-free.
F. Approval of Joints
1. The City may request a representative of the sealant manufacturer to be present at
the job site at the beginning of the iinal cleaning and sealing of joints.
a. The representative shall demonstrate to the Contractor and the City the
acceptable method for sealant installation.
b. The representative shall approve the clean, dry joints before the sealing
operation commences.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
321373-5
CONCRETE PAVING JOINT SEALANTS
Page 5 of 5
1 3.5 REPAIR/RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING [NOT USED]
7 3.11 CLOSEOUT ACTIVITIES [NOT USED]
8 3.12 PROTECTION [NOT USED]
9 3.13 MAINTENANCE [NOT USED]
l0 3.14 ATTACHMENTS [NOT USED]
11 END OF SECTION
12
13
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD. CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
321723-1
PAVEMENT MARKINGS
Page 1 of 11
1
2
3 PART1- GENERAL
4 l.l SLTMMARY
5
6
7
8
9
10
11
12
13
14
15
SECTION 3217 23
PAVEMENT MARKINGS
A. Section Includes:
l. Pavement Markings
a. Thermoplastic, hot-applied, spray (HAS) pavement markings
b. Thermoplastic, hot-applied, extruded (I-IAE) pavement markings
c. Preformed polymer tape
d. Preformed heat-activated thermoplastic tape
2. Raised markers
3. Work zone markings
4. Removal of pavement markings and markers
B. Deviations from this City of Fort Worth Standard Specification
1. None.
16 C. Related Specification Sections include, but are not necessarily limited to:
17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
ig 2. Division 1— General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
1. Pavement Markings
a. Measurement
1) Measurement for this Item shall be per linear foot of material placed.
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 "Pvmt Marking" installed for:
a) Various Widths
b) Various Types
c) Various Materials
d) Various Colors
c. The price bid shall include:
1) Installation of Pavement Marking
2) Glass beads, when required
3) Surface preparation
4) Clean-up
5) Testing (when required)
2. Legends
a. Measurement
1) Measurement for this Item shall be per each Legend installed.
b. Payment
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised November 22, 2013
321723-2
PAVEMENT MARKINGS
Page 2 of I 1
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
3.
4.
5
�
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Legend" installed for:
a) Various types
b) Various applications
c. The price bid shall include:
1) Installation of Pavement Marking
2) Glass beads, when required
3) Surface preparation
4) Clean-up
5) Testing
Raised Markers
a. Measurement
1) Measurement for this Item shall be per each Raised Marker 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 "Raised Marker" installed
for:
a) Various types
c. The price bid shall include:
1) Installation of Raised Markers
2) Surface preparation
3) Clean-up
4) Testing
Work Zone Tab Markers
a. Measurement
1) Measurement for this Item shall be per each Tab Marker 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 "Tab Marker" installed for:
a) Various types
c. The price bid shall include:
1) Installation of Tab Work Zone Markers
Fire Lane Markings
a. Measurement
1) Measurement for this Item shall be per the 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 "Fire Lane Marking" installed.
c. The price bid shall include:
1) Surface preparation
2) Clean-up
3) Testing
Pavement Marking Removal
a. Measurement
1) Measure for this Item shall be per linear foot.
b. Payment
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS CTI'Y PROJECT NO. 02370
Revised November 22, 2013
321723-3
PAVEMENT MARKINGS
Page 3 of 11
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
7.
E:j
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 "Rernove Pvmt Marking" performed for:
a) Various widths
c. The price bid shall include:
1) Removal of Pavement Markings
2) Clean-up
Raised Marker Removal
a. Measurement
1) Measurement for this Item shall be per each Pavement Marker removed.
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 "Remove Raised Marker"
performed.
c. The price bid shall include:
1) Removal of each Marker
2) Disposal of removed materials
3) Clean-up
Legend Removal
a. Measurement
1) Measure for this Item shall be per each Legend 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 Legend" perFormed for:
a) Various types
b) Various applications
c. The price bid shall include:
1) Removal of Pavement Markings
2) Clean-up
31 1.3 REFERENCES
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
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. Texas Manual on Uniform Traffic Control Devices (MLTTCD), 2011 Edition
a. Part 3, Markings
3. American Association of State Hi�hway and Transportation Officials (AA.SHTO)
a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09
4. Federal Highway Administration (FIIWA)
a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139
5. Texas De_partment of Transportation (TxDOT)
a. DMS-4200, Pavement Markers (Reflectorized)
b. DMS-4300, Traffic Buttons
c. DMS-8220, Hot Applied Thermoplastic
d. DMS-8240, Permanent Prefabricated Pavement Markings
e. DMS-8241, Removable Prefabricated Pavement Markings
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised November 22, 2013
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
32 17 23 - 4
PAVEMENT MARKINGS
Page 4 of 11
f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery and/or fabrication for
specials.
1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY A5SURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. The Contractor shall secure and maintain a location to store the material in
accordance with Section O1 50 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-SUPPLIED PRODUCTS
A. New Products
1. Refer to Drawings to deternune if there are owner-supplied products for the Project.
2.2 MATERIAL5
A. Manufacturers
l. 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 Speciiication 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 Ol 25 00.
B. Materials
1. Pavement Markings
a. Thermoplastic, hot applied, spray
1) Refer to Drawings and City Standard Detail Drawings for width of
longitudinal lines,
2) Product shall be especially compounded for traffic markings.
3) When placed on the roadway, the markings shall not be slippery when wet,
lift from pavement under normal weather conditions nor e�chibit a tacky
exposed surface.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONST'RUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised November 22, 2013
321723-5
PAVEMENT MARKINGS
Page 5 of 11
1 4) Cold ductility of the material shall permit normal road surface expansion
2 and contraction without chipping or cracking.
3 5) The markings shall retain their original color, dimensions and placement
4 under normal traffic conditions at road surface temperatures of 158 degrees
5 Fahrenheit and below.
6 6) Markings shall have uniform cross-section, clean edges, square ends and no
� evidence of tracking.
g 7) The density and quality of the material shall be uniform throughout the
9 markings.
10 8) The thickness shall be uniform throughout the length and width of the
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
markings.
9) The markings shall be 95 percent free of holes and voids, and free of
blisters for a minimum of 60 days after application.
10) The material shall not deteriorate by contact with sodium chloride, calcium
chloride or other chemicals used to prevent roadway ice or because of the
oil content of pavement markings or from oil droppings or other effects of
traffic.
11) The material shall not prohibit adhesion of other thermoplastic markings if,
at some future time, new markings are placed over existing rnaterial.
a) New material shall bond itself to the old line in such a manner that no
splitting or separation takes place.
12) The markings placed on the roadway shall be completely retroreflective
both internally and externally with traffic beads and shall exhibit uniform
retro-directive reflectance.
13) Traffic beads
a) Manufactured from glass
b) Sphericalinshape
c) Essentially free of sharp angular particles
d) Essentially free of particles showing cloudiness, surface scoring or
surface scratching
e) Water white in color
fl Applied at a uniform rate
g) Meet or exceed Specifications shown in AASHTO Standard
Specification for Glass Beads Used in Pavement Markings, AASHTO
Designation: M 247-09.
b. Thermoplastic, hot applied, extruded
1) Product shall be especially compounded for traffic markings
2) When placed on the roadway, the markings shall not be slippery when wet,
lift from pavement under normal weather conditions nor e�ibit a tacky
exposed surface.
3) Cold ductility of the material shall permit normal road surface expansion
and contraction without chipping or cracking.
4) The markings shall retain their original color, dimensions and placement
under normal traffic conditions at road surface temperatures of 158 degrees
Fahrenheit and below.
5) Marldngs shall have uniform cross-section, clean edges, square ends and no
evidence of tracking.
6) The density and quality of the material shall be uniform throughout the
markings.
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'IRACT 1
STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised November 22, 2013
321723-6
PAVEMENT MARKINGS
Page 6 of 11
2
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
c.
�
7) The thickness shall be uniform throughout the length and width of the
markings.
8) The markings shall be 95 percent free of holes and voids, and free of
blisters for a minimum of 60 days after application.
9) The minimum thickness of the marking, as measured above the plane
formed by the pavement surface, shall not be less than 1/8 inch in the center
of the marking and 3/32 inch at a distance of'h inch from the edge.
10) Maximum thickness shall be 3/16 inch.
11) The material shall not deteriorate by contact with sodium chloride, calcium
chloride or other chemicals used to prevent roadway ice or because of the
oil content of pavement markings or from oil droppings or other effects of
traffic.
12) The material shall not prohibit adhesion of other thermoplastic markings if,
at some future time, new markings are placed over existing material. New
material shall bond itself to the old line in such a manner that no splitting or
separation takes place.
13) The markings placed on the roadway shall be completely retroreflective
both internally and externally with traffic beads and shall exhibit uniform
retro-directive reflectance.
14) Traffic beads
a) Manufactured from glass
b) Sphericalinshape
c) Essentially free of sharp angular particles
d) Essentially free of particles showing cloudiness, surface scoring or
surface scratching
e) Water white in color
fl Applied at a uniform rate
g) Meet or exceed Specifications shown in AASHTO Standard
Specification for Glass Beads Used in Pavement Markings, AASHTO
Designation: M 247-09.
Preformed Polymer Tape
1) Material shall meet or exceed the Specifications for SWARCO Director 35,
3M High Performance Tape Series 3801 ES, or approved equal.
Preformed Heat-Activated Thermoplastic Tape
1) Material shall meet or exceed the Specifications for HOT Tape Brand 0125
mil prefarmed tbermoplastic or approved equal.
2. Raised Markers
a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic
Control Devices.
b. Non-reflective markers shall be Type Y(yellow body) and Type W(white
body) round ceramic markers and shall meet or exceed the TxDOT
Speciiication DMS-4300.
c. The reflective markers shall be plastic, meet or exceed the T�cDOT
Specification DMS-4200 for high-volume retroreflective raised markers and be
available in the following types:
1) Type I-C, white body, 1 face reflects white
2) Type II-A-A, yellow body, 2 faces reflect amber
3) Type II-C-R, white body, 1 face reflects white, the other red
CITY OF FORT WORTii 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised November 22, 2013
321723-7
PAVEMENT MARKINGS
Page 7 of 11
1
2
3
4
5
6
7
8
9
10
11
12
13
3. Work Zone Markings
a. Tabs
1) Temporary flexible-reflective roadway marker tabs shall meet requirements
of T�cDOT DMS-8242, "Temporary Flexible-Reflective Road Marker
Tabs."
2) Removable markings shall not be used to simulate edge lines.
3) No segment of roadway open to traffic shall remain without permanent
pavement markings for a period greater than 14 calendar days.
b. Raised Markers
1) All raised pavement markers shall meet the requirements of DMS-4200.
c. Striping
1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-
8200.
14 2.3 ACCESSORIES [NOT USED]
15 2.4 SOURCE QUALITY CONTROL
16
17
18
A. Performance
l. Minimum maintained retroreflectivity levels for longitudinal markings shall meet
the requirements detailed in the table below for a minimum of 30 calendar days.
Posted S eed (m h)
< 30 35 — 50 > 55
2-lane roads with centerline I �a ( 100 I 250
19
20
21
22
23
24
25
26
27
All other roads (2) � n/a � 50 � 100
(1) Measured at standard 30-m geometry in units of mcd/m llux.
(2) Excepdons:
A. When raised reflective pavement marldngs (RRPMs) supplement or substitute for a
longitudinal line, minimum pavement marking retroreflectivity levels aze not applicable as
long as the RRPMs are maintained so that at least 3 aze visible from any position along that
line during nighttime conditions.
B. When continuous roadway lighting assures that the markings are visible, minimum
pavement marking retroreflectivity levels are not applicable.
PART 3 - EXECUTION
28 3.1 EXAMINATION [NOT USED]
29 3.2 PREPARATION
30
31
32
33
34
35
A. Pavement Conditions
1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing
markings and other forms of contamination.
2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the
curing membrane.
3. Pavement to which material is to be applied shall be completely dry.
CITY OF FORT WORTH 2O14 C1P CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised November 22, 2013
321723-8
PAVEMENT MARKINGS
Page 8 of 11
1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15
2 minutes, no condensation develops on the underside of a 1 square foot piece of
3 clear plastic that has been placed on the pavement and weighted on the edges.
4 5. Equipment and methods used for surface preparation shall not damage the
s pavement or present a hazard to motorists or pedestrians.
6 3.3 INSTALLATION
7
8
9
10
11
12
13
14
15
16
17
A. General
l. The materials shall be applied according to the manufacturer's recommendations.
2.
Markings and markers shall be applied within temperature limits recommended by
the material manufacturer, and shall be applied on clean, dry pavement having a
surface temperature above 50 degrees Fahrenheit.
Markings that are not properly applied due to faulty application methods or being
placed in the wrong position or alignment shall be removed and replaced by the
Contractor at the Contractor's expense. If the mistake is such that it would be
confusing or hazardous to motorists, it shall be remedied the same day of
notification. Notification will be made by phone and confirmed by fax. Other
mistakes shall be remedied within 5 days of written notification.
When markings are applied on roadways open to traffic, care will be taken to
ensure that proper safety precautions are followed, including the use of signs,
cones, barricades, flaggers, etc.
Freshly applied markings shall be protected from trafiic damage and disfigurement.
Temperature of the material must be equal to the temperature of the road surface
before allowing traffic to travel on it.
3.
18 4.
19
20
21 5.
22 6.
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
B. Pavement Markings
1
2.
�
Thermoplastic, hot applied, spray
a. This method shall be used to install and replace long lines — centerlines, lane
lines, edge lines, turn lanes, and dots.
b. Markings shall be applied at a 110 mil thickness.
c. Markings shall be applied at a 90 mil thickness when placed over existing
markings.
d. A sealer shall be used if concrete or asphalt is older than three (3) years.
e. Typical setting time shall be between 4 minutes and 10 minutes depending
upon the roadway surface temperature and the humidity factor.
f. Retroreflective raised markers shall be used to supplement the centerlines, lane
lines, and turn lanes. Refer to City Standard Detail Drawings for placement.
g. Minimum retroreflectivity of markings shall meet or exceed values shown in
subparagraph 2.4.A.1 of this Speciiication.
Thermoplastic, hot applied, extruded
a. This method shall be used to install and replace crosswalks and stop-lines.
b. Markings shall be applied at a 125 mil thickness.
c. Minimum retroreflectivity of markings shall meet or exceed values shown in
this Specification.
Preformed Polymer Tape
a. This method shall be used to install and replace crosswalks, stop-lines, and
legends.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised November 22, 2013
321723-9
PAVEMENT MARKINGS
Page 9 of 11
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
b. The applied marking shall adhere to the pavement surface with no slippage or
lifting and have square ends, straight lines and clean edges.
c. Minimum retroreflectivity of markings shall meet or exceed values shown in
this Speciiication.
4. Preformed Heat-Activated Thermoplastic Tape
a. This method shall be used to install and replace crosswalks, stop-lines, and
legends.
b. The applied marking shall adhere to the pavement surface with no slippage or
lifting and have square ends, straight lines and clean edges.
c. Minimum retroreflectivity of markings shall rneet or exceed values shown in
this Specification.
C. Raised Markers
l. All permanent raised pavement markers on Portland Cement roadways shall be
installed with epoxy adhesive. Bituminous adhesive is not acceptable.
2. All permanent raised pavement markers on new asphalt roadways may be installed
with epoxy or bituminous adhesive.
3. A chalk line, chain or equivalent shall be used during layout to ensure that
individual markers are properly aligned. All markers shall be placed uniformly
along the line to achieve a smooth continuous appearance.
D. Work Zone Markings
1. Work shall be performed with as little disruption to traffic as possible.
2. Install longitudinal markings on pavement surfaces before opening to traffic.
3. Maintain lane alignment traffic control devices and operations until markings are
installed.
4. Install markings in proper alignment in accordance with the Texas MU'I'CD and as
shown on the Drawings.
5. Place standard longitudinal lines no sooner than 3 calendar days after the placement
of a surface treatment, unless otherwise shown on the Drawings.
6. Place markings in proper alignment with the location of the final pavement
markings.
31 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or
32 transverse lines.
33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and
34 from a distance of at least 160 feet in nighttime conditions, illuminated by low-
35 beam automobile headlight.
36 9. The daytime and nighttime reflected color of the markings must be distinctly white
3� or yellow.
38
39
40
41
42
43
10. The markings must exhibit uniform retroreflective characteristics.
1 l. Epoxy adhesives shall not be used to work zone markings.
3.4 REMOVALS
1. Pavement Marking and Marker Removal
a. The industry's best practice shall be used to remove existing pavement
markings and markers.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised November 22, 2013
32 17 23 - 10
PAVEMENT MARKINGS
Page 10 of 11
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
b.
c.
d.
e.
f.
2. If a location is to be paved over, no additional compensation will be allowed for
marking or marker removal.
If the roadway is being damaged during the marker removal, Work shall be
halted until consultation with the City.
Removals shall be done in such a matter that color and texture contrast of the
pavement surface will be held to a minimum.
Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than
1/a inch in depth resulting from the removal of pavement markings and markers.
Driveway patch asphalt emulsion may be broom applied to reseal damage to
asphaltic surfaces.
Dispose of markers in accordance with federal, state, and local regulations.
Use any of the following methods unless otherwise shown on the Drawings.
1) Surface Treatment Method
a) Apply surface treatment at rates shown on the Drawings or as directed.
Place a surface treatment a minimum of 2 feet wide to cover the
existing marking.
b) Place a surface treatment, thin overlay, or microsurfacing a minimum
of 1 lane in width in areas where directional changes of traff'ic are
involved or in other areas as directed by the City.
2) Burn Method
a) Use an approved burning method.
b) For thermoplastic pavement markings or prefabricated pavement
markings, heat may be applied to remove the bulk of the marking
material prior to blast cleaning.
c) When using heat, avoid spalling pavement surfaces.
d) Sweeping or light blast cleaning may be used to remove minor residue.
3) Blasting Method
a) Use a blasting method such as water blasting, abrasive blasting, water
abrasive blasting, shot blasting, slurry blasting, water-injected abrasive
blasting, or brush blasting as approved.
b) Remove pavement markings on concrete surfaces by a blasting method
only.
4) Mechanical Method
a) Use any mechanical method except grinding.
b) Flail milling is acceptable in the removal of markings on asphalt and
concrete surfaces.
37 3.5 REPAIR / RESTORA.TION [NOT USED]
38 3.6 RE-INSTALLATION [NOT USED]
39 3.7 FIELD QUALITY CONTROL
40
41
42
43
A. All lines must have clean edges, square ends, and be uniform cross-section.
B. The density and quality of markings shall be uniform throughout their thickness.
C. The applied markings shall have no more than 5 percent, by area, of holes or voids and
shall be free of blisters.
CITY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONTRACT I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised November 22, 2013
32 17 23 - 11
PAVEMENT MARKINGS
Page 11 of 11
1
2
3
4
5
6
7
8
9
l0
11
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANI.NG
A. Contractor shall clean up and remove all loose material resulting from consiruction
operations.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED] .
DATE NAME
11/22/13 S. Arnold
12
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Removed paint type marking, updated references, added sealer language
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised November 22, 2013
321725-1
CURB ADDRESS PAINTING
Page 1 of 3
1
2
3 PART1- GENERAL
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
SECTION 3217 25
CURB ADDRESS PAINTING
1.1 SLTMMARY
A. Section Includes:
1. Painting of house addresses on curb of driveway radiuses that are removed and
replaced as shown on the Drawings
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.
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measurement for this Item shall include two curb faces. Both curb faces shall
be paid for as a single bid item.
2. Payment
a. The work performed and the materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Curb Address Painting"
completed per address.
3. The price bid shall include:
a. Furnishing all labor, materials and equipment
b. Any incidentals necessary to complete Curb Address Painting
1.3 REFERENCES
A. Reference Standards
l. Reference standards cited in this Specification refer to the latest revision date
logged at the end of this Specification, unless a date is specifically cited.
1.4 —1.12 [NOT USED]
PART 2 - PRODUCTS
32 2.1 OWNER-FURNISHED [NOT USED]
33 2.2 EQUII'MENT, PRODUCT TYPES, MATERIALS
34 A. Materials
35 l. All materials shall be of recent product and suitable for its intended purpose.
CTTY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Version November 4, 2013
321725-2
CURB ADDRESS PAINTING
Page 2 of 3
1
2
3
4
5
6
7
8
2. Background paint shall be 7100 Series 100% Acrylic Satin White paint
manufactured by Kwal Paint, or approved equal.
3. Lettering paint shall be 7100 Series 100% Acrylic Satin Black paint manufactured
by Kwal Paint, or approved equal.
B. Size Requirements
1. The minimum size for the background shall be 6-inches wide by 16-inches long, or
as directed in the Drawings.
2. The minimum size for letters shall be 4-inches high, or as directed in the Drawings.
9 2.3 ACCESSORIES [NOT USED]
10 2.4 SOURCE QUALITY CONTROL [NOT USED]
11
12
13
14
15
16
17
18
19
20
21
22
23
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION
A. Surface Preparation
1. Provide surface preparation in accordance with manufacturer's recommendations.
B. Surface Conditions
1. Unless approved otherwise by the City, surface conditions must meet the following
minimum requirements:
a. Concrete has cured for a minimum of 28-days
b. Surface temperature greater than 50°F and less than 95°F
2. No work shall occur if weather conditions may harm or damage the iinal finished
surface.
24 3.4 APPLICATION
25 A. Apply in accordance with the manufacturer's recommendations.
26 B
27
28
29 C
30
31
Background Application
1. Apply the background with 3- or 4-inch roller with ih-inch nap, unless otherwise
approved by the City.
Letter Application
1. Apply the lettering with 1- or'/a-inch artificial nylon or polyester or combination
brush and stencils, unless otherwise approved by the City.
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
CTI'Y PROJECT NO. 02370
Version November 4, 2013
321725-3
CURB ADDRESS PAINTING
Page 3 of 3
1 3.5 REPAIR / RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING [NOT U5ED]
7 3.11 CLOSEOUT ACTIVITIES [NOT USED]
8 3.12 PROTECTION [NOT USED]
9 3.13 MAINTENANCE [NOT USED]
10 3.14 ATTACIIMENTS [NOT USED]
i l END OF SECTION
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
11/4/2013 Fred Gri�n Clarified 1.2.A.l.a — to show bid item includes two curb faces. And 1.2.A.2.a —
includes per address.
CPI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Version November 4, 2013
32 91 19 - 1
TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS
Page 1 of 3
1
2
SECTION 32 91 19
TOPSOIL PLACEMENT ANU FINISHING OF PARKWAYS
3 PART1- GENERAL
4 l.l SUMMARY
5
6
7
8
9
10
11
12
13
14 1.2
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31 1.3
32 1.4
33 1.5
34 1.6
A. Section Includes:
l. Furnish and place topsoil to the depths and on the areas shown on the Drawings.
B. Deviations from this City of Fort Worth Standard Specification
l.
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
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment SUBSIDIARY TO CONCRETE PAV]NG
z�r¢Eu�H�CH3G�Ai
�.�
« »
l�id_no „}.'.. ,-.i ..F T., .,:1
,,.0 r .
tar-nvlr.i-nn_th�t o ,..t:.,.. ..:11 i�. ,7 .,„,7 .,,,;,�1 F.. ,�17 F 41.
r >
�. m�,o ., � �.;a �H.,n :.,,.i a
D. ���g
e—���Hg
�aei-�g
REFERENCES [NOT USED]
ADMIIVISTRATIVE REQUIREMENTS [NOT USED]
ACTION SUBMITTALS [NOT USED]
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
35 1.7 CLOSEOUT SUBMITTALS [NOT USED]
36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
37 1.9 QUALITY ASSURANCE [NOT USED]
38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
39 1.11 FIELD [SITE] CONDITIONS [NOT USED]
CiTY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
32 91 19 - 2
TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS
Page 2 of 3
1 1.12 WARRANTY [NOT USED]
2 PART 2 - PRODUCTS
3 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
4 2.2 MATERIALS
5 A. Topsoil
6 l. Use easily cultivated, fertile topsoil that:
7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non-
8 soil materials, roots, sturnps or stones larger than 1.5 inches
9 b. Has a high resistance to erosion
10 c. Is able to support plant growth
11 2. Secure topsoil from approved sources.
12 3. Topsoil is subject to testing by the City.
13 4. pH: 5.5 to 8.5.
14 5. Liquid Limit: 50 or less
15 6. Plasticity Index: 20 or less
16 7. Gradation: maximum of 10 percent passing No. 200 sieve
17 B. Water: Clean and free of industrial wastes and other substances harmful to the growth
18 of vegetation
19 2.3 ACCESSORIES [NOT USED]
20 2.4 SOURCE QUALITY CONTROL [NOT USED]
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Finishing of Parkways
1. Smoothly shape parkways, shoulders, slopes, and ditches.
2. Cut parkways to finish grade prior to the placing of any improvements in or
adjacent to the roadway.
3. In the event that unsuitable material for parkways is encountered, extend the depth
of excavation in the parkways 6 inches and backfill with top soil.
4. Make standard parkway grade perpendicular to and draining to the curb line.
a. Minimum: 1/4 inch per foot
b. Maximum:4:l
c. City may approve variations from these requirements in special cases.
5. Whenever the adjacent property is lower than the design curb grade and runoff
drains away from the street, the parkway grade must be set level with the top of the
curb.
6. The design grade from the parkway extends to the back of the walk line.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'IRACT i
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
329119-3
TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS
Page 3 of 3
1 7. From that point (behind the walk), the grade may slope up or down at ma�cimum
2 slope of 4: l.
3 B. Placing of Topsoil
4 1. Spread the topsoil to a uniform loose cover at the thickness specified.
5 2. Place and shape the topsoil as directed.
6 3. Hand rake finish a minimum of 5 feet from all flatwork.
7 4. Tamp the topsoil with a light roller or other suitable equipment.
8 3.5 REPAIR/I2ESTORATION] [NOT USED]
9 3.6 RE-INSTALLATION [NOT USED]
l0 3.7 FIELD QUALITY CONTROL [NOT USED]
11 3.8 SYSTEM STARTUP [NOT USED]
12 3.9 ADJUSTING [NOT USED]
13 3.10 CLEAI�IING [NOT USED]
14 3.11 CLOSEOUT ACTIVITIES [NOT USED]
15 3.12 PROTECTION [NOT USED]
16 3.13 MAINTENANCE [NOT USED]
17 3.14 ATTACHMENTS [NOT USED]
18
19
20
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
32 9213 - 1
HYDROMULCHING, SEEDING AND SODDING
Page 1 of 8
1
2
SECTION 32 9213
HYDROMUI,CHING, SEEDING AND SODDING
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14 1.2
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
A. Section Includes:
1. Furnishing and installing grass sod and permanent seeding as shown on Drawings,
or as directed.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication 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 91 19 — Topsoil Placement and Finishing of Parkways
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Block Sod Placement
a. Measurement
1) Measurement for this Item shall be by the square yard of Block Sod placed.
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 yard of Block Sod placed.
c. The price bid shall include:
1) Furnishing and placing all soti
2) Rolling and tamping
3) Watering (until established)
4) Disposal of surplus materials
2. Seeding
a. Measurement
1) Measurement for this Item shall be by the square yard of Seed spread.
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 yard of Seed placed for various installation methods.
c. The price bid shall include:
1) Furnishing and placing all Seed
2) Furnishing and applying water for seed fertilizer
3) Slurry and hydraulic mulching
4) Fertilizer
5) Watering and mowing (until established)
6) Disposal of surplus materials
3. Mowing
a. Measurement
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
329213-2
HYDROMULCHING, SEEDING AND SODDING
Page 2 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
1) Measurement for this Item shall per each.
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.
1.3 REFERENCES [NOT USED]
1.4 ADMIIVISTRATIVE REQUIREMENTS [NOT USED]
1.5 ACTION SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS
A. Seed
l. Vendors' certification that seeds meet Texas State seed law including:
a. Testing and labeling for pure live seed (PLS)
b. Name and type of seed
2. All seed shall be tested in a laboratory with certified results presented to the City in
writing, prior to planting.
3. All seed to be of the previous season's crop and the date on the container shall be
within 12 months of the seeding date.
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. Block Sod
l. Protect from exposure to wind, sun and freezing.
2. Keep stacked sod moist.
B. Seed
l. If using native grass or wildflower seed, seed must have been harvested within 100
miles of the construction site.
2. Each species of seed shall be supplied in a separate, labeled container for
acceptance by the City.
C. Fertilizer
l. Provide fertilizer labeled with the analysis.
2. Conform to Texas fertilizer law.
1.11 FIELD [5ITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
35 PART 2- PRODUCTS [NOT USED]
36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
37 2.2 MATERIALS AND EQUIPMENT
38 A. Materials
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PR07ECT NO. 02370
Revised December 20, 2012
32 92 13 - 3
IIYDROMULCHING, SEEDING AND SODDING
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
1
2.
Block Sod
a. Sod Varieties (match existing if applicable)
1) "Stenotaphrum secundatum" (St. Augustine grass)
2) "Cynodon dactylon" (Common Bermudagrass)
3) "Buchloe dactyloides" (Buffalograss)
4) an approved hybrid of Common Bermudagrass
5) or an approved Zoysiagrass
b. Sod must contain stolons, leaf blades, rhizomes and roots.
c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable
foreign materials and weeds and grasses deleterious to its growth or which
might affect its subsistence or hardiness when transplanted.
d. Minimum sod thickness: 3/4 inch
e. Maximum grass height: 2 inches
f. Acceptable growing beds
1) St. Augustine grass sod: clay or clay loam topsoil
2) Bermuda grasses and zoysia grasses: sand or sandy loam soils
g. Dimensions
1) Machine cut to uniform soil thickness.
2) Sod shall be of equal width and of a size that permits the sod to be lifted,
handled and rolled without breaking.
h. Broken or torn sod or sod with uneven ends shall be rejected.
Seed
a. General
1) Plant all seed at rates based on pure live seed (PLS)
a) Pure Live Seed (PLS) determined using the formula:
(1) Percent Pure Live Seed = Percent Purity x[(Percent Germination +
Percent Firm or Hard Seed) + 100]
2) Availability of Seed
a) Substitution of individual seed types due to lack of availability may be
pernutted by the City at the time of planting.
b) Notify the City prior to bidding of difficulties locating certain species.
3) Weed seed
a) Not exceed ten percent by weight of the total of pure live seed (PLS)
and other material in the mixture
b) Seed not allowed:
(1) Johnsongrass
(2) Nutgrass seed
4) Harvest seed within 1-year prior to planting
b. Non-native Grass Seed
1) Plant between April 15 and September 10
42
43
44
Lbs. Common Name Botanical Name Purity Germination
PLS/Acre (percent) (percent)
25 Bermuda (unhulled) cynodon dactylon 85 90
75 Bermuda (hulled) cynodon dactylon 95 90
2) Plant between September 10 and April 15
Lbs. Common Name Botanical Name Purity Germination
PLS/Acre (percent) (percent)
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTftACT 1
STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS CPI'Y PROJECT NO. 02370
Revised December 20, 2012
329213-4
IiYDROMULCHING, SEEDING AND SODDING
Page 4 of 8
220 Rye Grass lolium multiflorum
75 Bermuda (unhulled) cynodon dactylon
c. Native Grass Seed
1) Plant between February 1 and October l.
Lbs. PLS/Acre Common Name
1.6 Green 5prangletop
5.5 Sideoats Grama*
3.7 Little Bluestem*
17.0 Buffalograss
1.8 Indian Grass*
0.5 Sand Lovegrass*
6.0 Big Bluestem
S.0 Eastern Grama
1.2 Biue Grama
1.8 Switchgrass
10.0 Prairie Wildrye*
5
6 d. Wildflower Seed
7 1) Plant between the following:
8 a) March 5 and May 31
9 b) September 1 and December 1
10
11
12
13
14
15
85 90
95 90
Botanical Name
Leptochloa dubia
Bouteloua curtipendula
Schizachyrium scoparium
Buchloe dactyloides
Sorghastrum nutans
Eragrostis trichodes
Andropogon gerardii
Tripscacum dactyloides
Bouteloua gracilis
Panicum virgatu�n
Elymus canadensis
Lbs. PLS/Acre Common Name Botanical Name
3.0 Bush Sunflower Sinsia calva
5.0 Butterfly Weed Asclepias tuberosa
2.0 Clasping Coneflower* Rudbeckia amplexicaulis
3.0 Golden - Wave Coreopsis basalis
13.4 Illinois Bundleflower Desmanthus illinoensis
13.6 Partridge Pea Cassiafasciculata
2.0 Prairie Verbena Verbena bipinnatifida
8.0 Texas Yellow Star Lindheimeri texana
8.0 Winecup Callirhoe involcrata
2.0 Biack-eyed Susan Rudbeckia hirta
18.0 Cutleaf Daisy Engelmannia pinnatifida
2.0 Obedient Plant Physostegia intermedia
3.0 Pitcher Sage Salvia azurea
2.0 Plains Coreopsis Coreopsis tinctoria
8.0 Scarlet Sage Salvia coccinea
*not to be planted within ten feet of a road or parking lot or within three feet of a
walkway
e. Temporary Erosion Control Seed
1) Consist of the sowing of cool season plant seeds.
16 3. Mulch
17 a. For use with conventional mechanical or hydraulic planting of seed.
18 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products
19 (waste products frorn paper mills or recycled newspaper).
20 c. No growth or germination inhibiting factors.
21 d. No more than ten percent moisture, air dry weight basis.
22 e. Additives: binder in powder form.
C1TY OF FORT WORTH 2O14 CII' CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
329213-5
IIYDROMULCHING, SEEDING AND SODDING
Page 5 of 8
f. Form a strong moisture retaining mat.
4. Fertilizer
a. Acceptable condition for distribution
b. Applied uniformly over the planted area
c. Analysis
1) 16-20-0
2) 16-8-8
d. Fertilizer rate:
1) Not required for wildflower seeding
2) Newly established seeding areas - 100 pounds of nitrogen per acre
3) Established seeding areas - 150 pounds of nitrogen per acre
5. Topsoil: See Section 32 91 19.
6. Water: clean and free of indush�ial wastes or other substances harmful to the
gernunation of the seed or to the growth of the vegetation.
7. Soil Retention Blanket
a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624,
Arlington, Texas 76001, 1-800-777-SOIL or approved equal.
19 2.3 ACCESSORIES [NOT USED]
20 2.4 SOURCE QUALITY CONTROL [NOT U5ED)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION
A. Surface Preparation: clear surface of all material including:
1. Stumps, stones, and other objects larger than one inch.
2. Roots, brush, wire, stakes, etc.
3. Any objects that may interfere with seeding or maintenance.
B. Tilling
l. Compacted areas: till 1 inch deep
2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less
seed/water run-off
3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees.
3.4 INSTALLATION
A. Block Sodding
l. General
a. Place sod between curb and walk and on terraces that is the same type grass as
adjacent grass or existing lawn.
b. Plant between the average last freeze date in the spring and 6 weeks prior to the
average first freeze in the fall.
2. Installation
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
329213-6
HYDROMULCHING, SEEDING AND SODDING
Page 6 of 8
4
5
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
a. Plant sod specified after the area has been completed to the lines and grades
shown on the Drawings with 6 inches of topsoil.
b. Use care to retain native soil on the roots of the sod during the process of
excavating, hauling and planting.
c. Keep sod material moist from the time it is dug until planted.
d. Place sod so that the entire area designated for sodding is covered.
e. Fill voids left in the solid sodding with additional sod and tamp.
f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform
slope.
g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the
firm earth in areas that may slide due to the height or slope of the surface or
nature of the soil.
3. Watering and Finishing
a. Furnish water as an ancillary cost to Contractor by means of temporary
metering / irrigation, water truck or by any other rnethod necessary to achieve
an acceptable stand of turf as defined in 3.13.B.
b. Thoroughly water sod immediately after planted.
c. Water until established.
d. Generally, an amount of water that is equal to the average amount of rainfall
plus 1/2 inch per week should be applied until accepted. If applicable, plant
large areas by inigation zones to ensure areas are watered as soon as they are
planted.
B. Seeding
24 1. General
25 a. Seed only those areas indicated on the Drawings and areas disturbed by
26 construction.
27 b. Mark each area to be seeded in the field prior to seeding for City approval.
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
2. Broadcast Seeding
a. Broadcast seed in 2 directions at right angles to each other.
b. Harrow or rake lightly to cover seed.
c. Never cover seed with more soil than twice its diameter.
d. For wildflower plantings:
1) Scalp existing grasses to 1 inch
2) Remove grass clippings, so seed can make contact with the soil.
3. Mechanically Seeding (Drilling):
a. Uniformly distribute seed over the areas shown on the Drawings or as directed.
b. All varieties of seed and fertilizer may be distributed at the same time provided
that each component is uniformly applied at the specified rate.
c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type
drill.
d. Drill on the contour of slopes
e. After planting roll with a roller integral to the seed drill, or a cozrugated roller
of the "Cultipacker" type.
f. Roll slope areas on the contour.
4. Hydromulching
a. Mi�ng: Seed, mulch, fertilizer and water may be mixed provided that:
1) Mixture is uniformly suspended to form a homogenous slurry.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiT'I' PROJECT NO. 02370
Revised December 20, 2012
329213-7
IIYDROMULCHING, SEEDING AND SODDING
Page 7 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18 3.5
19 3.6
20 3.7
21 3.8
22 3.9
23
24
25
26
2) Mixture forms a blotter-like ground cover impregnated uniformly with
grass seed.
3) Mixture is applied within 30 minutes after placed in the equipment.
b. Placing
1) Uniformly distribute in the quantity speciiied over the areas shown on the
Drawings or as directed.
5. Fertilizing: uniformly apply fertilizer over seeded area.
6. Watering
a. Furnish water by means of temporary metering / irrigation, water truck or by
any other method necessary to achieve an acceptable stand of turf as defined in
3.13.B.
b. Water soil to a minimum depth of 4 inches within 48 hours of seeding.
c. Water as direct by the City at least twice daily for 14 days after seeding in such
a manner as to prevent washing of the slopes or dislodgement of the seed.
d. Water until final acceptance.
e. Generally, an amount of water that is equal to the average amount of rainfall
plus 1!2 inch per week should be applied until accepted.
REPAIR/RESTORATION [NOT USED]
RE-INSTALLATION [NOT USED]
FIELD QUALITY CONTROL [NOT USED]
SYSTEM STARTUP [NOT USED]
ADJUSTING [NOT USED]
3.10 CLEANING [NOT U5ED]
3.11 CLOSEOUT ACTIVITIES
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
27 A. Block Sodding
28 1. Water and mow sod until completion and final acceptance of the Project or as
29 directed by the City.
30 2. Sod shall not be considered finally accepted until the sod has started to peg down
31 (roots growing into the soil) and is free from dead blocks of sod.
32 B. Seeding
33 1. Water and mow sod until completion and final acceptance of the Project or as
34 directed by the City.
35 2. Maintain the seeded area until each of the following is achieved:
36 a. Vegetation is evenly distributed
37 b. Vegetation is free from bare areas
38 3. Turf will be accepted once fully established.
39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow
40 cycle performed by the Contractor prior to consideration of acceptance by the
41 City.
42 C. Rejection
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
329213-8
EiYDROMULCHING, SEEDING AND SODDING
Page 8 of S
1 1. City rnay reject block sod or seeded area on the basis of weed populations.
2 3.14 ATTACHMENTS [NOT USED]
3 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O14 CIP CONCRETE REPALCEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
330510-1
UTILI'I'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 1 of 19
1
2
SECTION 33 OS 10
UTII,TTY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL
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
A. Section Includes:
1. Excavation, Embedment and Backfill for:
a. Pressure Applications
1) Water Distribution or Transmission Main
2) Wastewater Force Main
3) Reclaimed Water Main
b. Gravity Applications
1) Wastewater Gravity Mains
2) Storm Sewer Pipe and Culverts
3) Storm Sewer Precast Box and Culverts
2. Including:
a. Excavation of all material encountered, including rock and unsuitable materials
b. Disposal of excess unsuitable material
c. Site specific trench safety
d. Pumping and dewatering
e. Embedment
f. Concrete encasement for utility lines
g. Backf'ill
h. Compaction
B. Deviations from this City of Fort Worth Standard Specification
1. 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 02 41 13 — Selective Site Demolition
4. Section 02 41 15 — Paving Removal
5. Section 02 41 14 — Utility Removal/Abandonment
6. Section 03 30 00 — Cast-in-place Concrete
7. Section 03 3413 — Controlled Low Strength Material (CLSM)
8. Section 31 10 00 — Site Clearing
9. Section 31 25 00 — Erosion and Sediment Control
10. Section 33 OS 26 — Utility Markers/Locators
11. Section 34 71 13 — Trafiic Control
39 1.2 PRICE AND PAYMENT PROCEDURES
40 A. Measurement and Payment
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTItACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised June 19, 2013
330510-2
UT1LiTY TRENCH EXCAVATION, EMBEDMENT, AND BACKFII.L
Page 2 of 19
3
4
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.
4.
Trench Excavation, Embedment and Backfill associated with the installation of an
underground utility or excavation
a. Measurement
1) This Itern is considered subsidiary to the installation of the utility pipe line
as designated in the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are considered subsidiary to the installation of the utility pipe for the
type of embedment and backfill as indicated on the plans. No other
compensation will be allowed.
Imported Embedment or Backf'ill
a. Measurement
1) Measured by the cubic yard as delivered to the site and recorded by truck
ticket provided to the City
b. Payment
1) Imported fill shall only be paid when using materials for embedment and
backiill other than those identified in the Drawings. The work performed
and materials furnished in accordance with pre-bid item and measured as
provided under "MeasuremenY' will be paid for at the unit price bid per
cubic yard of "Imported EmbedmentBackf'ill" delivered to the Site for:
a) Various embedmentlbackfill materials
c. The price bid shall include:
1) Furnishing backfill or embedment as specified by this Specification
2) Hauling to the site
3) Placement and compaction of bad�ill or embedment
Concrete Encasement for Utility Lines
a. Measurement
1) Measured by the cubic yard per plan quantity.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "MeasurerrienY' will be paid for at the unit
price bid per cubic yard of "Concrete Encasement for Utility Lines" per
plan quantity.
c. The price bid shall include:
1) Furnishing, hauling, placing and finishing concrete in accordance with
Section 03 30 00
2) Clean-up
Ground Water Control
a. Measurement
1) Measurement shall be lump sum when a ground water control plan is
specifically required by the Contract Documents.
b. Payment
1) Payment shall be per the lump sum price bid for "Ground Water Control"
including:
a) Submittals
b) Additional Testing
c) Ground water control system installation
d) Ground water control system operations and maintenance
e) Disposal of water
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTPY PROJECT NO. 02370
Revised June 19, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
330510-3
TJ'I'II..TI'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 3 of 19
fl Removal of ground water control system
5. Trench Safety
a. Measurement
1) Measured per linear foot of excavation for all trenches that require trench
safety in accordance with OSHA excavation safety standards (29 CFR Part
1926 Subpart P Safety and Health regulations for 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 linear foot of excavation to comply with OSHA excavation
safety standards (29 CFR Part 1926.650 Subpart P), including, but not
limited to, all submittals, labor and equipment.
1.3 REFERENCES
A. Definitions
1. General — Definitions used in this section are in accordance with Terminologies
ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise
noted.
2. De�nitions for trench width, backf'ill, embedment, initial backfill, pipe zone,
haunching bedding, springline, pipe zone and foundation are defined as shown in
the following schematic:
11NFAVE� AftEAS
INITIA�
�
BACKFILL
w.
�.
o.
m SPRINGLINE
�
w
HAUNCHING
BEDDING
FOUNDATION
:�
�
�
Y
C�
2
m
J
Q
Z
�
w
z
0
N
w.
�
�
OD CLEARANCE
EXGAVATEp TRENCN WIOTH.
21
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised June 19, 2013
330510-4
UTILTI'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFiI.L
Page 4 of 19
1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic
2 rnaterial
3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding
4 or the trench foundation
5 5. Final Bacl�ill Depth
6 a. Unpaved Areas — The depth of the final backfill measured from the top of the
7 initial backf'ill to the surface
8 b. Paved Areas — The depth of the final backf'ill measured from the top of the
9 initial backfill to bottom of permanent or temporary pavement repair
10 B, Reference Standards
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
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. ASTM Standards:
a. ASTM C33-08 Standard Specifications for Concrete Aggregates
b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or
Magnesium Sulfate
c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate
d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and
Bridge Construction.
e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large-
Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine
f. ASTM D588 — Standard Test method for Moisture-Density Relations of Soil-
Cement Mixture
g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of
Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)).
h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in
Place by Sand Cone Method.
i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers
and Other Gravity-Flow Applications
k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil
Aggregate in Place by Nuclear Methods (Shallow Depth)
l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in
place by Nuclear Methods (Shallow Depth)
m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit
Weight of Soils and Calculations of Relative Density
39 3. OSHA
40 a. Occupational Safety and Health Administradon CFR 29, Part 1926-Safety
41 Regulations for Construction, Subpart P- Excavations
42 1.4 ADMINISTRATIVE REQUIREMENTS
43
44
45
46
A. Coordination
l. Utility Company Notification
a. Notify area utility companies at least 48 hours in advance, excluding weekends
and holidays, before starting excavation.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised June 19, 2013
330510-5
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACI4IL.L
' Page 5 of 19
1
2
3
4
5
6
7
8 1.5
9
10
11 1.6
12
13
14
15
16
17
18
19
20
21
1.10 DELIVERY, STORAGE, AND HANDLING
22 1.7 CLOSEOUT SUBMITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
24 1.9 QUALITY A5SURANCE [NOT USED]
�
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
b. Request the location of buried lines and cables in the vicinity of the proposed
work.
B. Sequencing
l. Sequence work for each section of the pipe installed to complete the embedment
and backf'ill placement on the day the pipe foundation is complete.
2. Sequence work such that proctors are complete in accordance with ASTM D698
prior to commencement of construction activities.
SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to construction.
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Shop Drawings
l. Provide detailed drawings and explanation for ground water and surface water
control, if required.
2. Trench Safety Plan in accordance with Occupational Safety and Health
Administration CFR 29; Part 1926-Safety Regulations for Construction, Subpart P-
Excavations
3. Stockpiled excavation and/or backf'ill material
a. Provide a description of the storage of the excavated material only if the
Contract Documents do not allow storage of materials in the right-of-way of the
easement.
A. Storage
l. Within Existing Rights-of-Way (ROW)
a. Spoil, imported embedment and backf'ill materials may be stored within
existing ROW, easements or temporary construction easements, unless
specifically disallowed in the Contract Documents.
b. Do not block drainage ways, inlets or driveways.
c. Provide erosion control in accordance with Section 3125 00.
d. Store materials only in areas barricaded as provided in the traffic control plans.
e. In non-paved areas, do not store material on the root zone of any trees or in
landscaped areas.
2. Designated Storage Areas
a. If the Contract Documents do not allow the storage of spoils, embedment or
backf'ill materials within the ROW, easement or temporary construction
easement, then secure and maintain an adequate storage location.
b. Provide an aff'idavit that rights have been secured to store the materials on
private property.
c. Provide erosion control in accordance with Section 31 25 00.
CITY OF FORT WORTH 2O14 CiP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised June 19, 2013
330510-6
UTII.IT'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 6 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
d. Do not block drainage ways.
e. Only materials used for 1 working day will be allowed to be stored in the work
zone.
B. Deliveries and haul-off - Coordinate all deliveries and haul-off.
1.11 FIELD [SITE] CONDITIONS
A. Existing Conditions
1. Any data which has been or may be provided on subsurface conditions is not
intended as a representation or warranty of accuracy or continuity between soils. It
is expressly understood that neither the City nor the Engineer will be responsible
for interpretations or conclusions drawn there from by the Contractor.
2. Data is made available for the convenience of the Contractor.
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
14 2.1 OWNER-FUIZNISHED [ox] OWNER-SUPPLIED PRODUCTS
15 2.2 MATERIALS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. Materials
1, Utility Sand
a. Granular and free flowing
b. Generally meets or exceeds the limits on deleterious substances per Table 1 for
fine aggregate according to ASTM C 33
c. Reasonably free of organic rnaterial
d. Gradation:
Sieve Size Percent Retained
1 inch 0
3/8 inch 0-10
#40 20-60
#100 95
2. Crushed Rock
a. Durable crushed rock or recycled concrete
b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67
c. May be unwashed
d. Free from significant silt clay or unsuitable materials
e. Percentage of wear not more than 40 percent per ASTM C131 or C535
f. Not more than a 12 percent maximum loss when subjective to 5 cycles of
sodium sulfate soundness per ASTM C88
3. Fine Crushed Rock
a. Durable crushed rock
b. Meets the gradation of AST'M D448 size numbers 8 or 89
c. May be unwashed
d. Free from significant silt clay or unsuitable materials.
e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised June 19, 2013
33OS 10-7
U'I'II,iTY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 7 of 19
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
�
:
7.
f. Not more than a 12 percent maximum loss when subjective to 5 cycles of
sodium sulfate soundness per ASTM C88
4. Ballast Stone
a. Stone ranging from 3 inches to 6 inches in greatest dimension.
b. May be unwashed
c. Free from significant silt clay or unsuitable materials
d. Percentage of wear not more than 40 percent per ASTM C131 or C535
e. Not more than a 12 percent maximum loss when subjected to 5 cycles of
sodium sulfate soundness per ASTM C88
Acceptable Backfill Material
a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with
ASTM D2487
b. Free from deleterious materials, boulders over 6 inches in size and organics
c. Can be placed free from voids
d. Must have 20 percent passing the number 200 sieve
Blended Backfill Material
a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487
b. Blended with in-situ or imported acceptable backfill material to meet the
requirements of an Acceptable Backfill Material
c. Free from deleterious materials, boulders over 6 inches in size and organics
d. Must have 20 percent passing the number 200 sieve
Unacceptable Backf'ill Material
a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM
D2487
8. Select Fill
a. Classified as SC or CL in accordance with ASTM D2487
b. Liquid limit less than 35
c. Plasticity index between 8 and 20
9. Cement Stabilized Sand (CSS)
a. Sand
1) Shall be clean, durable sand meeting grading requirements for iine
aggregates of ASTM C33 and the following requirements:
a) Classified as SW, SP, or SM by the United Soil Classification System
of ASTM D2487
b) Deleterious materials
(1) Clay lumps, ASTM C142, less than 0.5 percent
(2) Lightweight pieces, ASTM C123, less than 5.0 percent
(3) Organic impurities, ASTM C40, color no darker than standard
color
(4) Plasticity index of 4 or less when tested in accordance with ASTM
D4318.
b. Minimum of 4 percent cement content of Type I/II portland cement
c. Water
1) Potable water, free of soils, acids, alkalis, organic matter or other
deleterious substances, meeting requirements of ASTM C94
d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant.
e. Strength
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised June 19, 2013
330510-8
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKI��I.L
Page 8 of 19
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
1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM
D1633, Method A
2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM
D1633, Method A
3) The ma�cimum compressive strength in 7 days shali be 400 psi. Backfill
that exceeds the maximum compressive strength shall be removed by the
Contractor for no additional compensation.
f. Random samples of delivered product will be taken in the field at point of
delivery for each day of placement in the work area. Specimens will be
prepared in accordance with ASTM D1632.
10. Controlled Low Strength Material (CLSM)
a. Conform to Section 03 34 13
11. Trench Geotextile Fabric
a. Soils other than ML or OH in accordance with ASTM D2487
1) Needle punch, nonwoven geotextile composed of polypropylene fibers
2) Fibers shall retain their relative position
3) Inert to biological degradation
4) Resist naturally occurring chemicals
5) W Resistant
6) Mirafi 140N by Tencate, or approved equal
b. Soils Classified as MI, or OH in accordance with ASTM D2487
1) High-tenacity monofilament polypropylene woven yam
2) Percent open area of 8 percent to10 percent
3) Fibers shall retain their relative position
4) Inert to biological degradation
5) Resist naturally occurring chemicals
6) UV Resistant
7) Mirafi FW402 by Tencate, or approved equal
12. Concrete Encasement
a. Conform to Section 03 30 00.
31 2.3 ACCESSORIES [NOT USED]
32 2.4 SOURCE QUALITY CONTROL [NOT USED]
33 PART 3 - EXECUTION
34 3.1 INSTALLERS [NOT USED]
35 3.2 EXAMINATION
36 A. Verification of Conditions
37 1. Review all known, identified or marked utilities, whether public or private, prior to
38 excavation.
39 2. Locate and protect all known, identiiied and marked utilities or underground
40 facilities as excavation progresses.
41 3. Notify all utility owners within the project limits 48 hours prior to beginning
42 excavation.
CiTY OF FORT WORTFI 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTTY PROJECT NO. 02370
Revised June 19, 2013
330510-9
U'tILiTY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 9 of 19
1
2
3
4
5
6
7
8
9
4. The information and data shown in the Drawings with respect to utilities is
appro�mate and based on record information or on physical appurtenances
observed within the project limits.
5. Coordinate with the Owner(s) of underground facilities.
6. Immediately notify any utility owner of damages to underground facilities resuldng
from construction activities.
7. Repair any damages resulting from the construction activities.
B. Notify the City immediately of any changed condition that impacts excavation and
installation of the proposed utility.
10 3.3 PREPARATION
i l A. Protection of In-Place Conditions
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
1. Pavement
a. Conduct activities in such a way that does not damage existing pavement that is
designated to remain.
1) Where desired to move equipment not licensed for operation on public
roads or across pavement, provide means to protect the pavement from all
damage.
b. Repair or replace any pavement damaged due to the negligence of the
contractor outside the limits designated for pavement removal at no additional
cost to the City.
2. Drainage
a. Maintain positive drainage during construction and re-establish drainage for all
swales and culverts affected by construction.
3. Trees
a. When operating outside of existing ROW, stake permanent and temporary
construction easements.
b. Restrict all construction activities to the designated easements and ROW.
c. Flag and protect all trees designated to remain in accordance with Section 31 10
00.
d. Conduct excavation, embedment and backfill in a manner such that there is no
damage to the tree canopy.
e. Prune or trim tree limbs as speciiically allowed by the Drawings or as
specifically allowed by the City.
1) Pruning or trimming may only be accomplished with equipments
specifically designed for tree pruning or trimming.
f. Remove trees specifically designated to be removed in the Drawings in
accordance with Section 31 10 00.
38 4. Above ground Structures
39 a. Protect all above ground structures adjacent to the construction.
40 b. Remove above ground structures designated for removal in the Drawings in
41 accordance with Section 02 41 13
42 5. Traffic
43 a. Maintain existing traffic, except as modified by the traffic control plan, and in
44 accordance with Section 34 71 13.
45 b. Do not block access to driveways or alleys for extended periods of time unless:
46 1) Alternative access has been provided
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised June 19, 2013
33 OS 10 - 10
IITILTI'1' TRENCH EXCAVATION, EMBEDMENT, AND BACKFII.L
Page 10 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
2) Proper notification has been provided to the property owner or resident
3) It is specifically allowed in the traffic control plan
c. Use traffic rated plates to maintain access until access is restored.
6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops
a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any
excavation that could impact the operations of an existing traffic signal.
b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit
and detector loops.
c. Immediately notify the City's Traffic Services Division if any damage occurs to
any component of the traffic signal due to the contractors activities.
d. Repair any damage to the traffic signal poles, mast arms, pull boxes, trafiic
cabinets, conduit and detector loops as a result of the construction activities.
7. Fences
a. Protect all fences designated to remain.
b. Leave fence in the equal or better condition as prior to construction.
16 3.4 INSTALLATION
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. Excavation
1. Excavate to a depth indicated on the Drawings.
2. Trench excavations are defined as unclassified. No additional payment shall be
granted for rock or other in-situ materials encountered in the trench.
3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings
and bracing in accordance with the Excavation Safety Plan.
4. The bottom of the excavation shall be firm and free from standing water.
a. Notify the City immediately if the water and/or the in-situ soils do not provide
for a iirm trench bottom.
b. The City will determine if any changes are required in the pipe foundation or
bedding.
5. Unless otherwise permitted by the Drawings or by the City, the limits of the
excavation shall not advance beyond the pipe placement so that the trench may be
bacl�illed in the same day.
6. Over Excavation
a. Fill over excavated areas with the specified bedding material as specified for
the specific pipe to be installed.
b. No additional payment will be made for over excavation or additional bedding
material.
7. Unacceptable Backfill Materials
a. In-situ soils classified as unacceptable backfill material shall be separated from
acceptable backf'ill materials.
b. ff the unacceptable backfill material is to be blended in accordance with this
Specification, then store material in a suitable location until the material is
blended.
c. Remove all unacceptable material from the project site that is not intended to be
blended or modified.
8. Rock — No additional compensation will be paid for rock excavation or other
changed field conditions.
B. Shoring, Sheeting and Bracing
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised June 19, 2013
33OS10-11
UTILTI'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 11 of 19
1
2
4
5
1. Engage a Licensed Professional Engineer in the State of Texas to design a site
specific excavation safety system in accordance with Federal and State
requirements.
2. Excavation protection systems shall be designed according to the space limitations
as indicated in the Drawings.
6 3. Furnish, put in place and maintain a trench safety system in accordance with the
7 Excavation Safety Plan and required by Federal, State or local safety requirements.
8 4. If soil or water conditions are encountered that are not addressed by the current
9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of
10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the
11 City.
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
5. Do not allow soil, ar water containing soil, to migrate through the Excavation
Safety System in sufficient quantities to adversely affect the suitability of the
Excavation Protection System. Movable bracing, shoring plates or trench boxes
used to support the sides of the trench excavation shall not:
a. Disturb the embedment located in the pipe zone or lower
b. Alter the pipe's line and grade after the Excavation Protection System is
removed
c. Compromise the compaction of the embedment located below the spring line of
the pipe and in the haunching
C. Water Control
l. Surface Water
a. Furnish all materials and equipment and perform all incidental work required to
direct surface water away from the excavation.
2. Ground Water
a. Furnish all materials and equipment to dewater ground water by a method
which preserves the undisturbed state of the subgrade soils.
b. Do not allow the pipe to be submerged within 24 hours after placement.
c. Do not allow water to flow over concrete until it has sufficiently cured.
d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water
Control Plan if any of the following conditions are encountered:
1) A Ground Water Control Plan is specifically required by the Contract
Documents
2) If in the sole judgment of the City, ground water is so severe that an
Engineered Ground Water Control Plan is required to protect the trench ox
the installation of the pipe which may include:
a) Ground water levels in the trench are unable to be maintained below
the top of the bedding
b) A firm trench bottom cannot be maintained due to ground water
c) Ground water entering the excavation undermines the stability of the
excavation.
d) Ground water entering the excavation is transporting unacceptable
quantities of soils through the Excavation Safety System.
e. In the event that there is no bid item for a Ground Water Control and the City
requires an Engineered Ground Water Control Plan due to conditions
discovered at the site, the contractor will be eligible to submit a change order.
f. Control of ground water shall be considered subsidiary to the excavation when:
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCT`ION SPECIFICATION DOCUMENTS CiT'Y PROJECT NO. 02370
Revised June 19, 2013
33 05 10-12
UTILiTY TRENCH EXCAVATION, EMBEDMENT, AND BACI�ILL
Page 12 of 19
2
3
4
10
11
12
13
14
15
1) No Ground Water Control Plan is specifically identified and required in the
Contract Documents
g. Ground Water Control Plan installation, operation and maintenance
1) Furnish all materials and equipment necessary to implement, operate and
maintain the Ground Water Control Plan.
2) Once the excavation is complete, remove all ground water control
equipment not called to be incorporated into the work.
h. Water Disposal
1) Dispose of ground water in accordance with City policy or Ordinance.
2) Do not discharge ground water onto or across private property without
written permission.
3) Permission from the City is required prior to disposal into the Sanitary
Sewer.
4) Disposal shall not violate any Federal, State or local regulations.
D. Embedment and Pipe Placement
16 1. Water Lines less than, or equal to, 12 inches in diameter:
17 a. The entire embedment zone shall be of uniform material.
18 b. Utility sand shall be generally used for embedment.
19 c. If ground water is in sufficient quantity to cause sand to pump, then use
20 crushed rock as embedment.
21 1) ff crushed rock is not speciiically identified in the Contract Documents,
22 then crushed rock shall be paid by the pre-bid unit price.
23 d. Place evenly spread bedding material on a firm trench bottom.
24 e. Provide firm, uniform bedding.
25 f. Place pipe on the bedding in accordance with the alignment of the Drawings.
26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the
27 proposed grade, unless speciiically called for in the Drawings.
28 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not
29 more than 12 inches, above the pipe.
30 i. Where gate valves are present, the initial backfill shall extend to 6 inches above
31 the elevation of the valve nut.
32 j. Form all blocking against undisturbed trench wall to the dimensions in the
33 Drawings.
34 k. Compact embedment and initial backf'ill.
35 1. Place marker tape on top of the initial trench bacl�ill in accordance with
36 Section 33 OS 26.
37
38
39
40
41
42
43
44
45
46
47
48
49
2. Water Lines 16-inches through 24-inches in diameter:
a. The entire embedment zone shall be of uniform material.
b. Utility sand may be used for embedment when the excavated trench depth is
less than 15 feet deep.
c. Crushed rock or fine crushed rock shall be used for embedment for excavated
trench depths 15 feet, or greater.
d. Crushed rock shall be used for embedment for steel pipe.
e. Provide trench geotextile fabric at any location where crushed rock or fine
crushed rock come into contact with utility sand
f. Place evenly spread bedding material on a firm trench bottom.
g. Provide frm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
CiTY OF FORT WORTFI 2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised June 19, 2013
33OS10-13
UTILI'I'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 13 of 19
1 2) If additional crushed rock is required not speci�cally identified in the
2 Contract Documents, then crushed rock shall be paid by the pre-bid unit
3 price.
4 h. Place pipe on the bedding according to the alignment shown on the Drawings.
5 i. The pipe line shall be within:
6 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water
7 lines
8 j. Place and compact embedment material to adequately support haunches in
9 accordance with the pipe manufacturer's recommendations.
10 k. Place remaining embedment including initial backfill to a minimum of 6 inches,
11 but not more than 12 inches, above the pipe.
12 1. Where gate valves are present, the inifial backfill shall extend to up to the valve
13
14
15
16
17
18
19
20
nut.
m. Compact the embedment and initial bacl�ill to 95 percent Standard Proctor
ASTM D 698.
n. Density test may be performed by City to verify that the compaction of
embedment meets requirements.
o. Place trench geotextile fabric on top of the initial backf'ill.
p. Place marker tape on top of the trench geotextile fabric in accordance with
Section 33 05 26.
21 3. Water Lines 30-inches and greater in diameter
22 a. The entire embedment zone shall be of uniform material.
23 b. Crushed rock shall be used for embedment.
24 c. Provide trench geotextile fabric at any location where crushed rock or fine
25 crushed rock come into contact with utility sand.
26 d. Place evenly spread bedding material on a ium trench bottom.
27 e. Provide firm, unifarm bedding.
28 1) Additional bedding may be required if ground water is present in the
29 trench.
30 2) If additional crushed rock is required which is not specifically identified in
31 the Contract Documents, then crushed rock shall be paid by the pre-bid unit
32 price.
33 f. Place pipe on the bedding according to the alignment shown on the Drawings.
34 g. The pipe line shall be within:
35 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines
36 h. Place and compact embedment material to adequately support haunches in
37 accordance with the pipe manufacturer's recommendations.
38 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall
39 not exceed the spring line prior to compaction.
40 j. Place remaining embedment, including initial backf'ill, to a minimum of 6
41 inches, but not more than 12 inches, above the pipe.
42 k. Where gate valves are present, the initial backfill shall extend to up to the valve
43
44
45
46
47
48
49
50
m.
n.
o.
nut.
Compact the embedment and initial backf'ill to 95 percent Standard Proctor
ASTM D 698.
Density test may be performed by City to verify that the compaction of
embedment meets requirements.
Place trench geotextile fabric on top of the.initial backf'ill.
Place marker tape on top of the trench geotextile fabric in accordance with
Section 33 05 26.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised June 19, 2013
33 OS 10 - 14
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 14 of 19
3
4
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
4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE)
a. The entire embedrnent zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
c. Place evenly spread bedding rnaterial on a%rm trench bottom.
d. Spread bedding so that lines and grades are maintained and that there are no
sags in the sanitary sewer pipe line.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not speciiically identifed in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
f. Place pipe on the bedding according to the alignment shown in the Drawings.
g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent
with the grade shown on the Drawings.
h. Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not
exceed the spring line prior to compaction.
j. Place remaining embedment including initial bacl�ill to a minimum of 6 inches,
but not more than 12 inches, above the pipe.
k. Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
1. Density test may be performed by City to verify that the compaction of
embedment meets requirements.
m. Place trench geotextile fabric on top of the initial bacl�'ill.
n. Place marker tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
5. Storm Sewer (RCP)
a. The bedding and the pipe zone up to the spring line shall be of uniform
material.
b. Crushed rock shall be used for embedment up to the spring line.
c. The specified backfill material may be used above the spring line.
d. Place evenly spread bedding material on a firm trench bottom.
e. Spread bedding so that lines and grades are maintained and that there are no
sags in the storm sewer pipe line.
f. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identiiied in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
pnce.
g. Place pipe on the bedding according to the alignment of the Drawings.
h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent
with the grade, shown on the Drawings.
i. Place embedment material up to the spring line.
1) Place embedment to ensure that adequate support is obtained in the haunch.
j. Compact the embedment and initial bacl�ill to 95 percent Standard Proctor
ASTM D 698.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised June 19, 2013
33OS10-15
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page IS of 19
1 k. Density test may be performed by City to verify that the compaction of
2 embedment meets requirements.
3 l. Place trench geotextile fabric on top of pipe and crushed rock.
4 6. Storm Sewer Reinforced Concrete Box
5 a. Crushed rock shall be used for bedding.
6 b. The pipe zone and the initial backfill shall be:
7 1) Crushed rock, or
8 2) Acceptable bacl�ill material compacted to 95 percent Standard Proctor
9 density
10 c. Place evenly spread compacted bedding material on a firm trench bottom.
11 d. Spread bedding so that lines and grades are maintained and that there are no
12 sags in the storm sewer pipe line.
13 e. Provide firm, uniform bedding.
14 1) Additional bedding may be required if ground water is present in the
15 trench.
16 2) If additional crushed rock is required which is not specifically identified in
17 the Contract Documents, then crushed rock shall be paid by the pre-bid unit
18 price.
19 f. Fill the annular space between multiple boxes with crushed rock, CLSM
20 according to 03 34 13.
21 g. Place pipe on the bedding according to the alignment of the Drawings.
22 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the
23 grade, shown on the Drawings.
24 i. Compact the embedment initial bacl�'ill to 95 percent Standard Proctor ASTM
25 D698.
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
7. Water Services (Less than 2 Inches in Diameter)
a. The entire embedment zone shall be of uniform material.
b. Utility sand shall be generally used for embedment.
c. Place evenly spread bedding material on a iu-m trench bottom.
d. Provide firm, uniform bedding.
e. Place pipe on the bedding according to the alignment of the Plans.
f. Compact the initial backfill to 95 percent Standard Proctor AST'M D698.
8. Sanitary Sewer Services
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
c. Place evenly spread bedding material on a firm trench bottom.
d. Spread bedding so that lines and grades are maintained and that there are no
sags in the sanitary sewer pipe line.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identiiied in
the Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
f. Place pipe on the bedding according to the alignment of the Drawings.
g. Place remaining embedment, including initial bacl�'ill, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
h. Compact the initial backfill to 95 percent Standard Proctor AST'M D698.
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised June 19, 2013
33OS10-16
UTILTTY TRENCH EXCAVATION, EMBEDMENT, AND BACKF"ILL
Page 16 of 19
1
2
i. Density test may be required to verify that the compaction meets the density
requirements.
E. Trench Backf'ill
4 1. At a minimum, place backf'ill in such a manner that the required in-place density
5 and moisture content is obtained, and so that there will be no damage to the surface,
6 pavement or structures due to any trench settlement or trench movement.
7 a. Meeting the requirement herein does not relieve the responsibility to damages
8 associated with the Work.
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
2. Backfill Material
a. Final backfill depth less than 15 feet
1) Bacl�ill with:
a) Acceptable bacl�ill material
b) Blended bacl�'ill material, or
c) Select bacl�ill material, CSS, or CLSM when specifically required
b. Final bacl�ill depth 15 feet or greater: (under pavement or future pavement)
1) Bacl�ill depth from 0 to15 feet deep
a) Bacl�ill with:
(1) Acceptable bacl�'ill material
(2) Blended bacl�ill material, or
(3) Select bacl�ill material, CSS, or CLSM when specifically required
2) Backfill depth from 15 feet and greater
a) Bacl�ill with:
(1) Select Fill
(2) CSS, or
(3) CLSM when specifically required
c. Final backiill depth 15 feet or greater: not under pavement or future pavement)
1) Backfill with:
a) Acceptable backfill material, or
b) Blended bacl�ill material
d. Backfill for service lines:
1) Bacl�ill for water or sewer service lines shall be the same as the
requirement of the rnain that the service is connected to.
3. Required Compaction and Density
a, Final backFill (depths less than 15 feet)
1) Compact acceptable bacl�ill material, blended backfill material or select
backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at
moisture content within -2 to +5 percent of the optimum moisture.
2) CSS or CLSM requires no compaction.
b. Final backfill (depths 15 feet and greater/under existing or future pavement)
1) Compact select backfill to a minimum of 98 percent Standard Proctor per
ASTM D 698 at moisture content within -2 to +5 percent of the optimum
moisture.
2) CSS or CLSM requires no compaction.
c. Final bacl�ill (depths 15 feet and greater/not under existing or future pavement)
1) Compact acceptable bacl�ill material blended bacl�ill material, or select
backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at
moisture content within -2 to +5 percent of the optimum moisture.
4. Saturated Soils
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised June 19, 2013
33 05 10 - 17
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 17 of 19
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
a. If in-situ soils consistently demonstrate that they are greater than 5 percent over
optimum moisture content, the soils are considered saturated.
b. Flooding the trench or water jetting is strictly prohibited.
c. If saturated soils are identified in the Drawings or Geotechnical Report in the
Appendix, Contractor shall proceed with Work following all bacl�ill
procedures outlined in the Drawings for areas of soil saturation greater than 5
percent.
d. If saturated soils are encountered during Work but not identified in Drawings or
Geotechnical Report in the Appendix:
1) The Contractor shall:
a) Immediately notify the City.
b) Submit a Contract Claim for Extra Work associated with direction from
City.
2) The City shall:
a) Investigate soils and determine if Work can proceed in the identiiied
location.
b) Direct the Contractor of changed backfill procedures associated with
the saturated soils that may include:
(1) Imported backfill
(2) A site specific backfill design
5. Placement of Backf'ill
a. Use only compaction equipment specifically designed for compaction of a
particular soil type and within the space and depth limitation experienced in the
trench.
b. Flooding the trench or water setting is strictly prohibited.
c. Place in loose lifts not to exceed 12 inches.
d. Compact to speciiied densities.
e. Compact only on top of initial backfill, undisturbed trench or previously
compacted backf'ill.
f. Remove any loose materials due to the movement of any trench box or shoring
or due to sloughing of the trench wall.
g. Install appropriate tracking balls for water and sanitary sewer trenches in
accordance with Section 33 05 26.
34 6. Backfill Means and Methods Demonstration
35 a. Notify the City in writing with sufficient time for the City to obtain samples
36 and perform standard proctor test in accordance with ASTM D698.
37 b. The results of the standard proctor test must be received prior to beginning
38 excavation.
39 c. Upon commencing of backfill placement for the project the Contractor shall
40 demonstrate means and methods to obtain the required densities.
41 d. Demonstrate Means and Methods for compaction including:
42 1) Depth of lifts for backfill which shall not exceed 12 inches
43 2) Method of moisture control for excessively dry or wet backfill
44 3) Placement and moving trench box, if used
45 4) Compaction techniques in an open trench
46 5) Compaction techniques around structure
47 e. Provide a testing trench box to provide access to the recently backfilled
48 material.
CTI'Y OF FORT WORTH 2O14 C1P CONCRETE REPLACEMENT, CON'IRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CtTY PRO7ECT NO. 02370
Revised June 19, 2013
33 OS 10 - 18
UTILTtl' TRENCH EXCAVATION, EMBEDMENT, AND BACKFII.L
Page 18 of 19
f. The City will provide a qualified testing lab full time during this period to
randomly test density and moisture continent.
1) The testing lab will provide results as available on the job site.
4 7. Varying Ground Conditions
5 a. Notify the City of varying ground conditions and the need for additional
6 proctors.
7 b. Request additional proctors when soil conditions change.
8 c. The City may acquire additional proctors at its discretion.
9 d. Significant changes in soil conditions will require an additional Means and
10 Methods demonstration.
11 3.5 REPAIR [NOT USED]
12 3.6 RE-INSTALLATION [NOT USED]
13 3.7 FIELD QUALITY CONTROL
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
A. Field Tests and Inspections
1. Proctors
a. The City will perform Proctors in accordance with ASTM D698.
b. Test results will generally be available to within 4 calendar days and distributed
c.
d.
e.
to:
1) Contractor
2) City Project Manager
3) City Inspector
4) Engineer
Notify the City if the characteristic of the soil changes.
City will perform new proctors for varying soils:
1) When indicated in the geotechnical investigation in the Appendix
2) If notified by the Contractor
3) At the convenience of the City
Trenches where different soil types are present at different depths, the proctors
shall be based on the mixture of those soils.
2. Density Testing of Bacl�ill
a. Density Tests shall be in conformance with ASTM D2922.
b. Provide a testing trench protection for trench depths in excess of 5 feet.
c. Place, move and remove testing trench protection as necessary to facilitate all
test conducted by the City.
d. For iinal backfill depths less than 15 feet and trenches of any depth not under
existing or future pavement:
1) The City will perform density testing twice per working day when
backfilling operations are being conducted.
2) The testing lab shall take a minimum of 3 density tests of the current lift in
the available trench.
e. For final backfill depths 15 feet and greater deep and under existing or future
42 pavement:
43 1) The City will perform density testing twice per working day when
44 backfilling operations are being conducted.
45 2) The testing lab shall take a minimum of 3 density tests of the current lift in
46 the available trench.
47 3) The testing lab will remain onsite sufficient time to test 2 additional lifts.
CTPY OF FORT WORTH 2O14 CIl' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised June 19, 2013
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
33OS10-19
UTILI'I'Y TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 19 of 19
f. Make the excavation available for testing.
g. The City will determine the location of the test.
h. The City testing lab will provide results to Contractor and the City's Inspector
upon completion of the testing.
i. A formal report will be posted to the City's Buzzsaw site within 48 hours.
j. Test reports shall include:
1) Location of test by station number
2) Time and date of test
3) Depth of testing
4) Field moisture
5) Dry density
6) Proctor identifier
7) Percent Proctor Density
3. Density of Embedment
a. Storm sewer boxes that are embedded with acceptable bacl�ill material,
blended bacl�ill material, cement modified backfill material or select material
will follow the same testing procedure as backf'ill.
b. The City may test fine crushed rock or crushed rock embedment in accordance
with ASTM D2922 or ASTM 1556.
B. Non-Conforming Work
1. All non-conforming work shall be removed and replaced.
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]
END OF SECTION
Revision Log
DATE NAME SiJMMARY OF CHANGE
1.2 — Added Item for Concrete Encasement for Utility Lines
V arious Sections — Revised Depths to Include 15' and greater
12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage.
3.4.E.2 — Added requirements for backfill of service lines.
3.4.E.5 — Added language prohibiting flooding of trench
1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan
6/18/2013 D. Johnson quantity
2.2.A — Added language for concrete encasement
CiTY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised June 19, 2013
33OS14-1
ADNSTING MANFIOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 1 of 8
1
2
3
SECTION 33 0514
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO
GRADE
4 PART1- GENERAL
5 1.1 SUMMARY
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 1.2
31
32
33
34
35
36
37
A. Section Includes:
1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test
stations and other miscellaneous structures to a new grade
B. Deviations from this City of Fort Worth Standard Specification
- - __ .. ,_
l.� FOR THIS PROIECT AD7US'TIIVG MANHOLE COVERS, WATER METER
BOX AND VALVE BOX SHALL B� CONSiDERED SUBSIDIARY TO
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 O1 17 — Permanent Asphalt paving Repair
4. Section 32 O1 29 — Concrete Paving Repair
5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
6. Section 33 05 13 — Frame, Cover and Grade Rings
7. Section 33 39 10 — Cast-in-Place Concrete Manholes
8. Section 33 39 20 — Precast Concrete Manholes
9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
10. Section 33 12 21— AWWA Rubber-Seated Butterfly Valve
11. Section 33 04 11 — Corrosion Control Test Station
12. Section 33 04 12 — Magnesium Anode Cathodic Protection System
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Manhole — Minor Adjustment: SUBSIDIARY TO CONCRETE PAVING
�. r�o ��
�.��
a
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUC'I`ION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
330514-2
ADJUSTING MANiIOLES, INLETS, VALVE BOXES, AND OTHER STRUC"I'URES TO GRADE
Page 2 of 8
2
3
4
5
6
7
8
9
1�
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
«
>
r�•� ,.>+,. .....io}o,�_
E. Tl, o 1,;.7 �l,.,il ;,,�1».7�:
1�D.,..o..,�;:� :.,..... : »l.
�l\ L'.....,<..,r:.,.,
�� u,..,i;,,,.
��
n� n• �„y „� �.,,.o� „,.�,o.:.,�
.,r.,�.,. .,. _,..._.,., ----------
�\ D F th :�+'.,.. ,Y. „},.�1�£ ., ,,.i ..
'7\ R 1.' 1 .�1 r' F � 1, .7 �- -r .,...7 1..,..Tazxx
u
.� � �
°����«�as� .....�.,..�'.
(]\ D t l, lt t t-.
Y i' r
im ��
2. Manhole - Major Adjustment
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to raise or lower a manhole to a grade as specified on the
Drawings.
�
c.
Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Major" completed.
The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modiiications, grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) Furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
35 3. Manhole - Major Adjustment with Frame and Cover
36 a. Measurement
3� 1) Measurement for this Item shall be per each adjustment requiring structural
3g modifications to raise or lower a manhole to a grade specified on the
39 Drawings or structural modifications for a manhole requiring a new frame
40 and cover, often for changes to cover diameter.
41
42
43
44
45
46
47
48
49
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Major w/ Cover" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised December 20, 2012
330514-3
ADJUSTING MANHOLES, INI.ETS, VALVE BOXES, AND OTHER STRUCT'LJRES TO GRADE
Page 3 of 8
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
5.
�
5) Structural modifications, grade rings or other adjustment device
6) Frame and cover
7) Furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
4. Inlet
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to inlet to a grade specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Inlet Adjustment"
completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modiiications
6) Furnishing, placing and compaction of embedment and bacl�ill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
Valve Box: SUBSIDIARY TO CONCRETE PAVING
TiT� .,+
ei�-�i�����3Wi�ST
�—�u�nzeiit
1\ Tl,� .-1. o,-F.. o.a ,,.7 tt,o .,ro .,1� fi, �ho(1 � �d� ,;*l, rl.�
.. ...... t...�. .......... ....... ..,... ..,...,..,....... �........,...... �.. »...,..,_ »...__.. .. "" "".,
=�e�x� .'�"-oe-�.,:,�����e=�=�se-�Pe� eas�t « „
Ee�le�e�
1 \ D.,..o.-.-.o..* .- ..,1
�� �..,..,..,,*;,,.,
�}�[�t�g
�t\ Tl:...,.,�.,7 .,f o....o�� ,,,�ro,-;�l
�
,
�� r,..,,,,-o+e �..,,.o .,.,,*o.-;.,i ,.o,�
�"
4� c.,,-F., ..r„ .,t•„ „� ., .,t,.,tr .,.,r..h .� to ..�
� .�.,w....�....::� j.�.........�.... �t,....... i,....�-" ..a ..-.,._..,�.,..- j.»._�b =�t...."_=� ....,
�r�
m ��
Cathodic Protection Test Station
a. Measurement
1) Measurement for this Item shall be per each adjustment to a grade specified
on the Drawings.
b. Payment
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
33OS 14-4
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STFtUCTURES TO GRADE
Page 4 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
46
47
48
49
7.
E:�
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Cathodic Protection
Test Station Adjustment" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment device
6) Furnishing, placing and compaction of embedment and bacl�ill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
Fire Hydrant
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring stem
extensions to meet a grade speciiied by the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Fire Hydrant Stem
Extension" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment materials
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
Miscellaneous c-� LTTILITY ADJUSTMENT
a. Measurement
�} Measurement for this Item shall be per each adjustment requiring structural
modifications to UTILITY/IRRIGATON LINE AND APPURTENANCES
WHERE SUCH UTILITY/IRRIGATION LINE ARE THE PROPERTY
OWNER'S RESPONSIBILITY TO MA1N'TAIN ^�a �*�,^+,.�� +� ^����'�
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid PER AC'I'UAL COST OF THE ADNSTMENTS PLUS
TEN PERCENT TO COVER THE COST OF BOND AND OVERHEAD
]NCiJRRED BY THE CONTRACTOR IN IiANDLING THE UTILITY
ADJUSTMNETS � ,-*,,_ _.,:+„w,.o,�_�, „o.. .,,.t, «r�;;�e»�,.;o�,��
�-- -- r--- - - - r -- - . .
cv}crccccm cTa�ciairix zr�i ��oxzzp^ic`�'?
c. The price bid shall include:
1) Pavement removal
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
330514-5
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCT'URES TO GRADE
Page 5 of 8
1
2
3
4
5
6
7
8
9 1.3
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
2) Excavation
3) Hauling
4) Disposal of excess material
5) �e-� UTILTTY modifications
6) Furnishing, placing and compaction of ernbedment and bacl�ill
7) Concrete base material
8) Permanent asphalt patch or concrete paving repair, as required
9) Clean-up
REFERENCES
A. Definirions
1. Minor Adjustment
a. Refers to a small elevation change performed on an existing manhole where the
existing frame and cover are reused.
2. Major Adjustment
a. Refers to a significant elevation change performed on an existing manhole
which requires structural modification or when a 24-inch ring is changed to a
30-inch ring.
B. 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. Texas Commission on Environmental Quality (TCEQ):
a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and
Related Structures.
1.4 ADMINISTRATIVE REQUIItEMENTS [NOT USED�
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
32 111 FIELD [SITE] CONDITIONS [NOT USED]
33 1.12 WARRANTY [NOT USED]
34 PART 2 - PRODUCTS
35 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
36 2.2 MATERIALS
37 A. Cast-in-Place Concrete
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PRO7ECT NO. 02370
Revised December 20, 2012
.
33OS 14-6
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUC'I'L1RF..S TO GRADE
Page 6 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
1. See Section 03 30 00.
B. Modifications to Existing Concrete Structures
l. See Section 03 80 00.
C. Grade Rings
l. See Section 33 OS 13.
D. Frame and Cover
1. See Section 33 05 13.
E. Backfill material
l. See Section 33 OS 10.
F. Water valve box extension
1. See Section 33 12 20.
G. Corrosion Protection Test Station
1. See Section 33 0411.
H. Cast-in-Place Concrete Manholes
1. See Section 33 39 10.
I. Precast Concrete Manholes
1. See Section 33 39 20.
2.3 ACCESSORIE5 [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLER5 [NOT USED]
3.2 EXAMINATION
A. Verification of Conditions
1. Examine existing structure to be adjusted, for damage or defects that may affect
grade adjustment.
a. Report issue to City for consideration before beginning adjustment.
3.3 PREPARA.TION
A. Grade Verification
l. On major adjustments confirm any grade change noted on Drawings is consistent
with field measurements.
a. If not, coordinate with City to verify final grade before beginning adjustment.
3.4 ADJUSTMENT
A. Manholes, Inlets, and Miscellaneous c��TUTII,TTY AD7USTMENT
1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with
30-inch frame and cover assembly per TCEQ requirement.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised December 20, 2012
330514-7
ADNSTING MANIIOLES, INLETS, VALVE BOXES, AND OTHER STRUCT[IRES TO GRADE
Page 7 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21 3.5
2. On manhole major adjustments, inlets and miscellaneous structures protect the
bottom using wood forms shaped to fit so that no debris blocks the invert or the
inlet or outlet piping in during adjustments.
a. Do not use any more than a 2-piece bottom.
3. Do not extend chirnney portion of the manhole beyond 24 inches.
4. Use the least number of grade rings necessary to rneet required grade.
a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch
rings.
5. A LICENSED TEXUS PLUMBER SHALL BE RESPONSIBLE FOR
REPAIR/ADJUST�VIENT OF UTII,ITY/Il2RIGATION LINE AND
APPURTENANCES
B. Valve Boxes
1. Utilize typical3 piece adjustable valve box for adjusting to final grade as shown on
the Drawings.
C. Bacl�'ill and Grading
l. Backfill area of excavation surrounding each adjustment in accordance to Section
33 OS 10.
D. Pavement Repair
1. If required pavement repair is to be performed in accordance with Section 32 O1 17
or Section 32 Ol 29.
REPAIR / RESTORATION [NOT USED]
22 3.6 RE-INSTALLATION [NOT USED]
23 3.7 FIELD (ox] SITE QUALITY CONTROL [NOT USED]
24 3.8 SYSTEM STARTUP [NOT USED]
25 3.9 ADJUSTING [NOT USED]
26 3.10 CLEANING [NOT USED]
27 3.11 CLOSEOUT ACTIVITIE5 [NOT USED]
28 3.12 PROTECTION [NOT USED]
29 3.13 MAINTENANCE [NOT USED]
30 3.14 ATTACHMENTS [NOT USED]
31
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A — Pay i[em added for a major manhole adjustment which reuses the existing
frame and cover and a major adjustment requiring a new frame and cover; Added
12/20/2012 D. Johnson items to be included in price bids; Blue tex[ added for clarification for miscellaneous
structure adjustments
3.4 — Pavement repair requirements were added
CiTY OF FORT WORTH 2O14 CII' CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPI'Y PROJECT NO. 02370
Revised December 20, 2012
33OS 14-8
ADNSTING MANIIOLES, INLETS, VALVE BOXES, AND OTHER STRUCT[JRES TO GRADE
Page 8 of 8
I I ( I
1
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
334600-1
SUBDRAINAGE
Page 1 of 6
1
2
3 PART1- GENERAL
4 1.1 SIIMMARY
SECTION 33 46 00
SUBDRAINAGE
5 A. Section Includes:
6 1. Installation of pipe subdrains at the locations, lines and grades shown on the
7 Drawings.
8 a. If details are not shown on the Drawings, construct the subdrain in accordance
9 with this Section and standard storm drain details.
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12
13
14
15
16
17
18
19 1.2
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
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 37 00 — Riprap
4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways
5. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backf'ill
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Measured by the linear foot along the top of the pipe and includes the length of
elbows, wyes, tees, and cleanouts
2. Payment
a. The work performed and rnaterial furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit pzice
bid per linear foot of "Pipe Underdrain" installed for:
1) Various types
2) Various sizes
b. The price bid shall include:
1) Furnishing and installing the specified Underdrain
2) Pipe
3) Couplers
4) Plugs
5) Screens
6) Filter material
7) Filter fabric
8) Excavation
9) Hauling
10) Disposal of excess materials
11) Connection to existing structures
CIT'Y OF FORT WOR'I'H 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICAITON DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
334600-2
SUBDRAINAGE
Page 2 of 6
1
2
3
4
5 1.3
6
7
8
9
10
il
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28 1.4
12) Riprap
13) Furnishing, placing and compaction of embedment
14) Furnishing, placing and compaction of backf'ill
15) Clean-up
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. American Association of State Highway and Transportation Officials (AASHTO):
a. M36, Corrugated Steel Pipe, Metallic-Coated, for Sewers and Drains.
b. M190, Standard Speciiication for Bituminous-Coated Corrugated Metal Culvert
Pipe and Pipe Arches
c. M196, Corrugated Aluminum Pipe for Sewers and Drains.
d. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe.
e. M278, Standard Specification for Class PS46 Polyvinyl Chloride (PVC) Pipe.
3. ASTM International (ASTM):
a. C33, Standard Speciiication for Concrete Aggregates.
b. D448, Standard Classification far Sizes of Aggregate for Road and Bridge
Construction.
c. D2751, Standard Specification for Acrylonitrile-Butadiene-Styrene (ABS)
Sewer Pipe and Fittings.
d. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated
Sewer Pipe With a Smooth Interior and Fittings.
4. Texas Department of Transportation (T�OT):
a. Departmental Materials Specification (DMS):
1) DMS 6200, Filter Fabric.
ADMINISTRA.TIVE REQUIREMENTS [NOT USED]
29 1.5 SUBMITTALS [NOT USED]
30 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS
31 A. Product Data — Submit the following information in accordance with Section Ol 33 00.
32 l. Subdrain pipe material to be used.
33 2. Filter fabric material to be used.
34 3. Sieve Analysis for filter material to be used.
35 1.7 CLOSEOUT SUBMITTALS [NOT USED]
36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
37 1.9 QUALITY ASSURANCE [NOT USED]
38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
39
40
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT U5ED]
C1TY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised December 20, 2012
334600-3
SUBDRAINAGE
Page 3 of 6
1 PART 2 - PRODUCTS
2 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
3 2.2 MATERIALS
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
A. Pipe
1. Use only 1 type of pipe for any subdrain system on the project.
a. Use perforated pipe in areas to be drained and non-perforated pipe between the
perforated pipe and the outfall.
2. Type 1
a. Corrugated steel pipe conforming to any type specified in AASHTO M36,
fabricated from corrugated galvanized sheet.
3. Type 2
a. Corrugated aluminum pipe conforming to AASHTO M196, Type I or IA,
fabricated from corrugated sheet.
4. Type 3
a. Bituminous-coated corrugated steel pipe conforming to the requirements of
Type 1 and uniformly coated inside and out with a minimum thickness of 0.05
inches with a bituminous material meeting the requirements of AASHTO
M190.
5. Type 4
a. Bituminous-coated corrugated aluminum pipe conforming to the requirement of
Type 2 and uniformly coated inside and out with a minimum thiclrness of 0.05
inches with a bituminous material meeting the requirements of AASHTO
M190.
6. Type 5
a. Acrylonitrile-butadiene-styrene pipe conforming to ASTM D2751, SDR-35
b. Perforations must meet the requirements of AASHTO M278.
7. Type 6
a. Corrugated polyethylene plastic tubing conforming to ASTM M252.
8. Type 7
a. Corrugated polyvinyl chloride (PVC) pipe conforming to ASTM F949.
9. Type 8
a. Smooth-wall PVC pipe conforming to AASHTO M278, Class PS 46.
33 B. Filter Material
34 1. Furnish Crushed Rock in accordance with Section 33 OS 10.
35 2. Use only 1 type of filter material for any subdrain system on a project.
36 C. Filter Fabric
37 1. Use iilter fabric that meets the requirements of DMS-6200, "Filter Fabric," Type l.
38 D. Riprap
39 1. When required, provide concrete riprap in accordance with Section 31 37 00.
40 2.3 ACCESSORIES [NOT USED]
41 2.4 SOURCE QUALITY CONTROL [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTTON SPECIFICATION DOCUMENT3
Revised December 20, 2012
2014 CIP CONCRETE REPLACEMENT, CONTRACT 1
CTI'Y PROJECT NO. 02370
334600-4
SUBDRAINAGE
Page 4 of 6
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 INSTALLATION
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
A. Excavation
1. Begin excavation of the trench at the outfall and proceed toward its upper end,
following the lines and grades shown on the Drawings or as directed by the
Engineer.
2. Hold the minimum horizontal limits of excavation for filter material to the
dimensions shown in Table 3 or as shown on the Drawings.
B. Filter Fabric
1. In areas to be drained, place filter fabric in the bottom and sides of the trench before
placing pipe or filter material.
2. Provide enough width of fabric to overlap on top of the filter material.
C. Subdrain Pipe
1. Center perforated pipe in the excavated ditch with the perforations below the
horizontal axis.
2. Lay pipe according to Drawing Details with the perforations on the underside of the
pipe, unless otherwise directed by the Engineer.
3. Join the pipe with appropriate couplers in accordance with the manufacturer's
recommendations.
4. Install non-perforated pipe sections between the perforated pipe and the outfall.
a. The sections of non-perforated pipe do not require iilter fabric or filter material.
5. Place a2-inch layer of filter material as a bottom course.
6. Firmly embed the subdrain pipe in the filter material.
7. Install cleanouts at the upstream end of the line, at approacimately 200-foot spacing,
at bends and other locations shown on the Drawings, and in accordance with City
Standard Details.
8. Place plugs recommended by the pipe manufacturer in the upper ends of all pipe.
D. Filter Material
CTI'Y OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CON'IRACT 1
STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised December 20, 2012
Table 3
Minimnm Nnri�nntal T,lmlfc nf �:XC9V3t1011 fOT F'11iC1' M$tCL'I'dl
334600-5
SUBDRAINAGE
Page 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
1. Place iilter material at least 10 inches above the top of the pipe or as shown on the
Drawings.
2. Do not allow filter rnaterial to displace the pipe.
3. After placing pipe and iilter material, lap iilter fabric over the top of the filter
material according to the manufacturer's recommendation or as shown on the
Drawings.
E. Connection to Existing Structures
1. Storm Drain Structures
a. Core hole in drainage structures such as inlets, manholes and junction boxes
and connect downstream end of subdrain pipe.
b. Seal connection with non-shrink grout.
2. Drainage Channels
a. Where the subdrain discharges into a drainage channel, center the pipe outlet in
a 2-foot by 2-foot concrete riprap pad.
b. Place the riprap to match the contour and grade of the embankment slope.
c. Cut the pipe to the slope of the riprap.
3. Retaining Walls
a. Where the subdrain discharges through the face of a retaining wall, cut pipe to
be flush with the face of wall.
F. Backfill
1. Place backfill over the pipe in accordance with City Standard Details and Section
33 05 10 or as shown on the Drawings
23 3.5 RESTORATION
24 A. Surface Restoration
25 1. In unpaved areas, restore surface in accordance with Section 32 91 19 and Section
26 32 92 13, as appropriate.
27 3.6 RE-INSTALLATION [NOT USED]
28 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
29 3.8 SYSTEM STARTUP [NOT USED]
30 3.9 ADJUSTING [NOT USED]
31
32
33
34
35
36
37
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTAC�IMENTS [NOT USED]
END OF 5ECTION
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR07ECT NO. 02370
Revised December 20, 2012
1
334600-6
SUBDRAINAGE
Page 6 of 6
CITY OF FORT WOR'I'H 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICAI`ION DOCUMENTS CITY PROJECT NO. 02370
Revised December 20, 2012
34 71 13 -1
TRAFFIC CONTROL
Page 1 of 6
1
2
3 PART1- GENERAL
4 1.1 SiJM1VIARY
5
6
7
8
9
10
il
12
13
14
15
16
17
18
19
20
21
22 1.2
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
SECTION 34 7113
TREIFFIC CONTROL
A. Section Includes:
1. Installation of Traffic Control Devices and preparation of Traffic Control Plans
B. Deviations from this City of Fort Worth Standard Specification
_._..._ _..-----
i� :�niz �rrrr� pR�r�rT TUA'FFiC CONTROL SECTI0IV34 71 13 SHALLBE
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. Installation of Traffic Control Devices: SUBSIDIARY NO SEPARATE PAY
TiTo .,t
�x-r�e�:
� n +�, • a f•.,oa .,� �n ,..,io,,,��r_,�.,..�
............ ...., .,.
��
�� m�, i .-� a ,� ..,.,,o .,i� �,� t, a ,a •rt, ,t,• r�
« »
. „
E. Tl. 0 1.:.� �h.,il ;,,�l,�dq.
y\ T.,����17�r�.'�
�� r,r.,:,,+o,,.,,,,.A
�� n��:d§i:���n �
c��P�a��=�e�s
����
'71 D i' ;�+.,,,..o .a,,.-�,�,.:_ o.,i. 1,.,,
2. Portable Message Signs
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 02370
Revised November 22, 2013
e
34 71 13 - 2
TRAFFIC CONTROL
Page 2 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
1%
I8
19
20
21
22
23
24
25
a. Measurement
1) Measurement for 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: SUBSIDIARY NO SEPARATE PAY
T R ., o.,r
1\ T� yy` r f tlz Tt �4, 1, T f^ !'' -r 7 T r'1 a
r
V—l��
11 1-. '.a F + ft, 'r o i,:l1 .. ��1, ��T Ff' f'' r 1 Tl r'1'e
y r r�
��
E mt, o t,•,� �t,n�i :.,,.�.,ao
Y�
��
r��n�
26 1.3 REFERENCES
27 A. Reference Standards
28 1
29
30
31 2
32 3
33
34
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.
Texas Manual on Uniform Traffic Control Devices (TMLTTCD).
Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of
Transportation, Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges.
35 1.4 ADMINISTRATIVE REQUIREMENTS
36
37
38
A. Coordination
l. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to
implementing Traffic Control within 500 feet of a traffic signal.
39 B. Sequencing
40 1. Any deviations to the Traff'ic Control Plan included in the Drawings must be %rst
41 approved by the City and design Engineer before implementation.
42 1.5 SUBMITTALS
43 A, Provide the City with a current list of qualified flaggers before beginning flagging
44 activities. Use only flaggers on the qualified list.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTI'Y PROJECT NO. 02370
Revised November 22, 2013
34 71 13 - 3
'I'RAFFIC CONTftOL
Page 3 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14 1.6
�'?
C.
Obtain a Street Use Permit from the Street Management Section of the Traffic
Engineering Division, 311 W. 10`� Street. The Traff'ic 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 Pernut.
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 Traff'ic Control Plan sheets.
E. Lane closures 24 hours or longer shall require a site-specific traff'ic control plan.
F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal
changes to the Traffic Control Plan(s) developed by the Design Engineer.
G. Design Engineer will furnish standard details for Traffic Control.
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
15 1.7 CLOSEOUT SUBMITTALS [NOT USED]
16 1.8 MA.INTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE [NOT USED]
18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
19
�
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
21 PART 2 - PRODUCTS
22 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
23
24
25
26
27
28
29
30
31
32
33
2.2 ASSEMBLIES AND MATERIALS
A. Description
l. Regulatory Requirements
a. Provide Trafiic 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. Trafiic Control Devices must meet all reflectivity requirements included in the
TMU'TCD and TxDOT Specifications — Item 502 at all times during
construction.
b. Electronic message boards shall be provided in accordance with the TIVIUTCD.
CITY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY PR07ECT NO. 02370
Revised November 22, 2013
1
2
3
34 71 13 - 4
TRAFFIC CONTROL
Page 4 of 6
2.3 ACCES50RIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
4 3.1 EXAMINATION [NOT USED]
5 3.2 PREPARATION
6 A. Protection of In-Place Conditions
� l. Protect e�sting traffic signal equipment.
8 3.3 INSTALLATION
9 A.
10
11 B.
12 C.
13
14
15 D.
16
17
18
19
20 E.
21
22
23
24
25 F.
26
27
28 G.
29
30 H.
31
32
33 I.
34 J.
35
36
Follow the Traffic Control Plan (TCP) and install Traff'ic Control Devices as shown on
the Drawings and as directed.
Install Traffic Control Devices straight and plumb.
Do not make changes to the location of any device or implement any other changes to
the Traffic Control Plan without the approval of the Engineer.
1. Minar adjustments to meet field constructability and visibility are allowed.
Maintain Traffic Control Devices by taking corrective action as soon as possible.
1. Corrective action includes but is not limited to cleaning, replacing, straightening,
covering, or removing Devices.
2. Maintain the Devices such that they are properly positioned, spaced, and legible,
and that retroreflective characteristics meet requirements during darkness and rain.
If the Inspector discovers that the Contractor has failed to comply with applicable federal
and state laws (by failing to furnish the necessary flagmen, waming devices, barricades,
lights, signs, or other precautionary measures for the protection of persons or property), the
Inspector may order such additional precautionary measures be taken to protect persons
and property.
Subject to the approval of the Inspector, portions of this Project, which are not affected by
or in conflict with the proposed method of handling traffic or utility adjustments, can be
constructed during any phase.
Barricades and signs shall be placed in such a manner as to not interfere with the sight
distance of drivers entering the highway from driveways or side streets.
To facilitate shifting, barricades and signs used in lane closures or trafFic staging may
be erected and mounted on portable supports.
1. The support design is subject to the approval of the Engineer.
Lane closures shall be in accordance with the approved Traff'ic Control Plans.
If at any time the existing traffic signals become inoperable as a result of construction
operations, the Contractor shall provide portable stop signs with 2 orange flags, as
approved by the Engineer, to be used for Traffic Control.
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CTPY PROJECT NO. 02370
Revised November 22, 2013
34 71 13 - 5
TRAFFIC CONTROL
Page 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
K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal
turn-ons, sireet light pole installation, or other construction will be done during peak traffic
times (AM: 7 am — 9 am, PM: 4 pm - 6 pm).
L. Flaggers
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 qualiiied flagger must be independently certified by 1 of the organizations listed
above or trained by the Contractor's certified 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 'I'MUTCD.
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.
M. Removal
1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights
and other Trafiic Control Devices used for work-zone traffic handling in a timely
manner, unless otherwise shown on the Drawings.
25 3.4 REPAIR / RESTORATION [NOT USED]
26 3.5 RE-INSTALLATION [NOT USED]
27 3.6 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
28 3.7 SYSTEM STARTUP [NOT USED�
29 3.8 ADJUSTING [NOT USED]
30 3.9 CLEANING [NOT USED]
31 3.10 CLOSEOUT ACTIVITIES [NOT USED]
32
33
34
35
36
3.11 PROTECTION [NOT USED]
3.12 MAINTENANCE [NOT USED]
3.13 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CiTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJECT NO. 02370
Revised November 22, 2013
1
34 71 13 - 6
TRAFFIC CONTROL
Page 6 of 6
DATE NAME
11/22/13 S. Arnold
SUMMARY OF CHANGE
Added police assistance, requirement for when a site specific TCP is required
CTTY OF FORT WORTH 2O14 CIP CONCRETE REPLACEMENT, CONTRACT 1
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS CPI'Y PROJECT NO. 02370
Revised November 22, 2013
SECTION 99 99 00
SPECIAL SPECIFICATION
Geogrid, Tensar TriAX140-475
1. Description: Furnish and place geogrid in accordance with the lines and grades shown on the
plans or as directed.
2. Materials: Geogrid, a synthetic planar st�•ucture formed by a regular network of integrally
connected polymeric tensile elements with triangular apertures designed to interlock with the
suirounding fill material. Geogrid is used for the reinforceinent of roadway base or embankment
materials, Furnish geogrid that meets the requirernents of Table 1. Use roll widths and lengths
shown on the plans or as approved. Deliver each roll of geogrid in suitable packaging to protect it
from environmental degradation; each roll will be one continuous piece without discontinuities in
the ribs. The Engineer will obtain at least one (1) sample of the geogrid per project for testing, as
needed, to verify compliance with Table 1.
Table 1
Geogrid Re uirements
TX140
Index Properties Longitudinal Diagonal Transverse General
Rib pitch, mm (in) 40 (1.60) 40 (1.60) -
Mid-rib depth, mm (in) - 1.2 (0.05) 1.2 (0.05)
Mid-rib width, mm (in) - 1.1 (0.04) 1.1 (0.04)
Nodal thickness, mm (in) 3.1 (0.12)
Rib shape rectangular
Aperture shape triangular
Rib Aspect Ratio (depth: width) > lA
Structural Integrity
Junction efficiency, °l0 93
Aperture stability,�'`� kg-cm/deg @ S.Okg-cm 3.0
Radial stiffness at low strain,�3�
kN/m @ 0.5% strain 225
Radial stiffness at low strain,�3�
(lb/ft @ 0.5% strain) 15,430
Durability
Resistance to chemical degradation 100%
Resistance to ultra-violet light and 100%
weathering�5�
Notes:
l. Load transfer capability detenruned in accordance with GRI-GG2-87 and GRI-GGl-87 and
expressed as a percentage of ultimate tensile strength.
2. In-plane torsional rigidity measured by applying a moment to the central junction of a 225mm
x 225mm specimen restrained at its perimeter in accordance with U.S. Army Corps of
Engineers Methodology for Measurement of Torsionai Rigidity, (Kinney, T.C. Aperture
stability Modulus ref 3, 3-1-2000).
3. Radial stiffness is determined from tensile stiffness measured in any in-plane axis from testing
in accordance with the scope of ISO 10319:1996.
4. Resistance to loss of load capacity when subjected to chemically aggressive envu•onments in
accordance with testing to IS012960 as part of a durability assessment in accordance with
IS013434:1999 7.3
5. Resistance to loss of load capacity when subjected to ultra-violet light and weathering in
accordance with testing to EN12224 as part of a durability assessment in accordance with
IS013434:1999 7.2
6. All dimensions and values are typical unless okherwise stated.
3. Identi�cation: Identify each roll with a tag or label securely affixed to the outside of the roll on
one end. List the following information on the label:
• unique roll number, serially designated;
• lot number or control number;
• name of producer;
• style or catalog designation of product; and
• roll width and length.
4. Construction: Prepare the sub�ade as indicated on the plans or as directed. Set string lines for
alignment, if directed. Install geogrid 'ui accordance with lines and grades as shown on the plans or
as directed. Place base material in lift thicknesses and compact as shown on the plans or as
d'u-ected. Do not operate tracked construction equipment on the geogrid without a minimum iill
cover of six (6) inches. Rubber tire construction equipment may operate directly on the geogrid at
speeds less than five (5) mph if the underlying material supports the loads. Where excessive
substructure deformation is apparent, coirect the grid placement operations as recommended by
the manufacturers or as directed.
A. Placement: Orient the geogrid length as unrolled parallel to the direction of roadway.
Overlap geogrid sections as shown on the plans or as d'u•ected. Use plastic ties at overlap
joints or as directed. Placement of geogrid around corners may require cutting and
diagonal lapping. Pin geogiid at the beginning of the backfill section as directed. Keep
geogrid taut at the beginning of the backf'illing section but not restrained from stretching or
flattening.
1. Longitudinal Joints: Overlap longitudinal joints by a minimum of 1 ft. Space
longitudinal ties 10 ft. to 15 ft. or as directed.
2. Transverse Joints: Overlap transverse joints by a minimum of 1 ft. Space
transverse ties 4 ft. to 5 ft. or as directed.
B. Damage Repair: As directed, remove and replace contractor damaged or excessively
deformed areal without additional compensation. Lap repair areas a minimum of 3 ft. in all
directions. Tie each side of repair grid in at least three (3) locations but do not exceed
normal construction spacing; tie spacing for odd shapes will be as duected. Repair
excessively deformed materials underlying the grid as duected.
5. Measurement: Geogrid will be measured by the square yard of roadway placement as shown in
the plans with no allowance for overlapping at transverse and longitudinal joints.
Payment: The work performed and materials fiu•nished in accordance with this item, as measured,
will be paid for at the unit price bid for "Geogrid, Tensar TriAX140-475". This price is full
compensation for furnishing, preparing, hauling and placing materials including labor, materials,
freight, tools, equipment and incidentals.
ATTACHMENT1A
Page 1 of 4
FO-.,.-R..�„Wi O�R,TH City of Fort Worth
7�[
MBE Subcontractors/Suppliers Utilization Form
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid. Marketplace is the geographic area of Tarrant Dallas Denton Johnson, Parker, and Wise counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1 S` tier, a payment by a subcontractor to
its supplier is considered 2"d tier
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies
that the City may deem appropriate and accepted by the City of Fort Worth.
If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates
at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from
another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks
from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned
bv the MBE as outlined in the lease agreement.
Rev. 5/30/12
Identify all subcontractors/suppliers you will use on this project
FORTWORTH ATTACHMENT 1A
� Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and _non-MBEs.
_
MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a
copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for
verification. Please note that onl certified MBEs will be counted to meet an MBE oal.
Attach N
NCTRCA Certificate �
SUBCONTRACTOR/SUPPLIER T Detail Detail
Company Name i Subcontracting Supplies Dollar Amount
Address e M W S M Work Purchased
Telephone/Fax � B B B B
E E E E
� �
� �
� �
� �
�� �
� �
Rev. 5/30112
BID DATE:
PROJECT NAME:
CITY PROJECT NO. :
DOE NO. :
PROJECT MANAGER:
DOCUMENTS SUBMITTED BY:
NAME
TITLE
COMPANY
RECEIVED BY:
MBE / MWBE DOCUMENT RECEIVED
ENGINEERING BUSINESS SERVICES
10-02-14P03:41 FILE
July C? C:\crP1e
((23-7
vs*
-ep Ace Yhc.01- CO rolce c
ENGINEERING BUSINESS SERVICES STAFF PERSON
ATTACHMENT1A
Page 1 of 4
FORT WORTH City of Fort Worth
MBE Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
CD B u i 1 d r M/W/DBE NON-M//WDBE
PROJECT NAME:
BID DATE
2014 CIPConcrete Re lacement Contract 1 Se t. 25 2014
City's MBE ProJect Goal: Prlme's MBE ProJect Commitment: PROJECT NUMBER
% % 02370
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formaf agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid. Marketplace is the geographic area of Tarrant. Dallas, Denton, Johnson, Parker, and Wise counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1 S` tier, a payment by a subcontractor to
its supplier is considered 2"d tier
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies
that the City may deem appropriate and accepted by the City of Fort Worth.
If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates
at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from
another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks
from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned
by the MBE as outlined in the lease agreement.
�. ,, - � i
Rev. 5/30/12
FORT WORT'H
ATTACHMENTIA
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs.
Please list MBE �rm's first, use additional sheets if necessary. If a subcontractodsuppiier is identified as an SBE, please attach a copy
of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for
verification. Piease note that onl certified MBEs will be counted to meet an MBE oal.
Attach N
NCTRCA Certiflcate °
SUBCONTRACTOR/SUPPLIER T � Detail Detail
Company Name I Subcontracting Suppiies
Address e M w S M Work Purchased Doilar Amount
Telephone/Fax � B B B e
E E E E
C. Green X ❑ ❑ Sod� $10,000
Scaping
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
Rev. 5/30/12
FoR� H
ATTACHMENT 1A
Page 4 of 4
Total Dollar Amount of MBE Subcontractors/Suppliers $
341 700.00
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $
66 500
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
1 006 200.00
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of
Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may
result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a
detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the
detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)
and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of
any books, records and files held by their company. The bidder agrees to allow the transmission of interviews
with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the
contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized
officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of the contract and may result in a determination of an irresponsible
Offeror and debarment from participating in City work for a period of time not less than one (1) year.
�.
Authorize Ignature
�I President
T(tle
CD Builders In
Company Name
Address
9008 Trinitv Blvd
F�rt W�rth,TX 7hn5'�
Clty/StatelZip
1S !'�'lA �1 C� r� � � I, � 0
�
Printed Signature
Prsident
Contact NamelTitle (if dlfferent)
817-520-6557/817-51�-h559
Telephone and/or Fax
ICarrasquillo cdbuilders.com
E-mail Address
1(�.�/ �/ � fl 1!�
Date
10-02-14P03:41 FIL�
Rev. 5/30/12
M&C Review
• � �'
Page 1 of 1
OFficial site of Che City of Fort'North, Texas
��tftT�`OR7ft
�.���..z�,�����v..���. xu,,x_�.:�_ .._.,�-.�.,,�.��._�,�--,��..� , _.�_... ---.�._._...,v.,�..�,.z,_ �_;
COUNCIL ACTION: Approved on 10I29/2013
. ��,�,�.:_�.��.,��� .�.��� .��_ � �..�,...,._ ����a,�_..a�._w � _,:�.��:�-.�.,�._..�_yw��: _.� .�;-��u.:.__.� �� —.�,� ...�_.., �.-�
DATE:
���
SUBJECT:
10/29/2013 REFERENCE **C-26534 LOG NAME: 20PREVAILING WAGE
NO.: RATES 2013
C TYPE: CONSENT PUBLIC N�
HEARING:
Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL
COUNCIL DISTRICTS)
��_ W z.u.�..__.�_..�,:�i: --��_. : � -� ::�� _. - _� _� _ �� --���,� __ �-=.-� � �.�,�...
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City-
awarded Public Works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public
Works shall determine the general prevailing rate of per diem wages for each craft or type of worker
needed to execute the contract. The public body is required to specify in the bid documents for any
Public Works contract, and in the contract itself, the wages as determined and adopted by the pubiic
body.
The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects
identifies the current Davis-Bacon Act prevailing wages for heavy and highway construction projects
applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for
Commercial Construction projects identifies average wage rates based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012). The 2013 Prevailing Wage
Rates will be included in future City-awarded infrastructure bid documents and contracts once
adopted.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that this action wili have no material effect on
City funds.
TO Fund/Account/Centers
Submitted for Citv Manaqer's Office bv:
Oriqinatinq Department Head:
Additional Information Contact:
ATTACHMENTS
NewCOFW Hor.pdf
NewCOFW Vert.pdf
FROM Fund/Account/Centers
Fernando Costa (6122)
Douglas W. Wiersig (7801)
Roy Teal (7958)
http://apps.cfwnet.org/council�acicet/mc review.asp?ID=19155&councildate=l0/29/2013 I1/7/2013
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Broom or Sweeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine Operator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 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 Builder/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 End Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Backhoe Operator
Mechanic
Milling Machine Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Roller Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Small Slipform Machine Operator
Spreader Box Operator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truck Driver, Single Axle
Truck Driver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Welder
Work Zone Barricade Servicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
16.05
14.48
18.12
17.27
20.52
14.07
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.07
13.69
14.72
10.72
12.32
15.18
17.68
14.3 Z
17.19
16.02
12.25
13.63
13.24
11.01
16.18
13.08
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
12.62
12.86
14.84
11.68
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
2013 PREVAILING WAGE RATES
(Commercial Construction Projects)
CLASSIFICATION DESCRIPTION
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling installer
Acoustical Ceiling Installer Helper
Bricklayer/Stone Mason
Bricklayer/Stone Mason Trainee
ericklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Cutter/Sawer
Concrete Cutter/Sawer Helper
Concrete Finisher
Concrete Finisher Helper
Concrete Form Builder
Concrete Form Builder Helper
Drywall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (lourneyman)
Electrician Apprentice (Helper)
Electronic Technician
Floor Layer
floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Metal Building Assembler
Metal Building Assembler Helper
Metal Installer (Miscellaneous)
Metal Installer Helper (Miscellaneous)
Metal Stud Framer
Metal Stud Framer Helper
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
Plumber
Plumber Heiper
Reinforcing Steel Setter
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.24
13.67
16.83
12.70
19.45
13.31
10.91
17.75
14.32
17.00
11.00
15.77
11.00
15.27
11.00
15.36
12.54
15.00
11.50
19.63
15.64
20.00
18.00
10.00
21.03
12.81
16.59
11.21
10.89
14.15
12.99
16.00
12.00
13.00
11.00
16.12
12.54
16.44
9.98
21.22
15.39
16.17
12.85
21.98
15.85
12.87
Page 1 of 2
Reinforcing Steel Setter Helper
Roofer
Roofer Helper
Sheet Metal Worker
Sheet Metal Worker Helper
Sprinkler System Installer
Sprinkler System Instalier Helper
Steel Worker Structural
Steel Worker Structural Helper
Waterproofer
Equipment Operators
Concrete Pump
Crane, Clamsheel, eackhoe, Derrick, D'Line Shovel
Forklift
Foundation Drill Operator
Front End Loader
Truck Driver
Welder
Welder Helper
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
11.08
16.90
11.15
16.35
13.11
19.17
14.15
17.00
13.74
15.00
18.50
19.31
16.45
22.50
16.97
16.77
19.96
13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independentiy compiled by the Lane Gorman
Trubitt, PILC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Page 2 of 2
APPENDIX A:
STREET LIST
ALTA VISTA RD *
BAMBERG LN
BASSWOOD BLVD *
BASSWOOD BLVD "
CHAMPIONS VIEW PKWY *
DELANEY DR
FELTON ST
GENERAL WORTH DR
GRAND RIVER RD *
GRINSTEIN DR
HARMON RD *
HERITAGE GLEN DR *
HERITAGE TRACE PKWY *
HERITAGE TRACE PKWY *
HERITAGE TRACE PKWY *
HERITAGE TRACE PKWY"
HERITAGE TRACE PKWY *
HIGH RIVER RD "
JESSICA ST
KIMBELL DR
MARK IV PKWY *
MERIBEE DR
N BEACH ST
N BEACH ST *
2014 CIP CONCRETE REPLACEMENT CONTRACT 1
3500-3599
3920-3999
3700-4399
2701-2799
3300-3349
3500-3699
5200-5299
9342-9599
14800-15299
4828-4999
9600-10298
4350-4407
1700-2837
2850-3499
4000-4023
4100-4499
4500-4699
3000-3699
10000-10099
3900-4099
6027-6198
9700-9799
8900-9699
8500-8699
WESTPORT PKWY - LOST SPURS RD
SHELBURNE RD - STEDMAN TRL
N RIVERSIDE DR - N BEACH ST
CANDLER DR - OLD SANTA FE TRL
SARATOGA SPRINGS CIR - TRAVERS TRL
PAINTBRUSH DR - ALDERSYDE DR
RAY WHITE RD - SARATOGA RD
DUNN ST - HERITAGE TRACE PKWY
FROM DEAD END - TRINITY BLVD
STEINER ST - HAWLEY DR
HERITAGE TRACE PKWY - GOLDEN TRIANGLE BLVD
CENTENNIAL DR - LAMPLIGHTER TRL
CHOLLA CACTUS TRL - NORTH FWY SR SB
NORTH FWY - OLD DENTON RD
OLD DENTON RD - BARKSDALE DR
BRAZENDINE DR - N BEACH ST
N BEACH ST - BEN HOGAN LN
TRINITY BLVD - GRAND RIVER RD
VISTA MEADOWS DR - SPRUCE PINE CT
GENERAL WORTH DR - BEND NORTH
SWEETWOOD DR - ADONIA DR
BARKSDALE DR - STEDMAN TRL
SHIVER RD - HERITAGE GLEN DR
N TARRANT PKWY - BRIMSTONE DR
1
1,000
309
600 4
78 2
248 7
258 4
188 4
629 4
2,500 5
510 4
483 7
100 4
2,746 7
1,593 4
796 4
310 4
105 4
2,500 5
200 7
483 4
66 2
77 4
1,000 4
120 4 36E
7
4
8P
21V
36N
35P
8X
21V
36C
21Z
56Z
36B
21S
22W
21X
21Y
21Z
22S
22X
56Z
22S
21Z
49A
21V
36A
2014 CIP CONCRETE REPLACEMENT CONTRACT 1
STREET NAME ' BLOCK LIMITS
N SYLVANIA AVE *
OLD DECATUR RD *
PENDLETON DR
QUARRY CIR
RAY WHITE RD *
SHIVER RD *
STEDMAN TRL
TRACE RIDGE PKWY *
VAN ZANDT DR
VAN ZANDT DR
WIGGINS DR
WOODLAND SPRINGS DR *
WOODLAND SPRINGS DR *
2800-3315
4700-4999
3900-4099
4500-4525
8690-8899
4500-5199
3900-3999
8500-9049
4754-4799
4832-4845
9014-9199
11601-11749
12200-12249
STREET LIMITS
NE 28TH ST- NE 33RD ST
NW JIM WRIGHT FWY - RIVER ROCK BLVD
W CUL-DE-SAC - KIMBELL DR
GRANITE PATH - LIMESTONE DR
8690 RAY WHITE RD - SHIVER RD
N BEACH ST- RAY WHITE RD
W CUL-DE-SAC - BAMBERG LN
N TARRANT PKWY - CRANDALL DR
WIGGINS DR - CRANDALL DR
GRANGER LN - MONCRIEF ST
VAN ZANDT DR - VAN ZANDT DR
PETUNIA DR - FICUS DR
COFFEETREE DR - CADDO DR
TOTAL
1,500
200
2,001
887
200
800
232
2,225
528
650
200
64
605
26,991
* = Replace with 8 inch thick HES Concrete Paving (3,000 psi compressive strength in 48 hrs) over 8 inch thick
Flexbase and Geogrid
2
4 63C
2 47L
4 21Z
4 36A
4 36C
4 36C
4 21V
4 36B
4 22X
4 22X
4 36B
7 22H
7 22H
4'
���
62.
. .! � ' � '� � _
_ •.,F��„ i . rwt,^'il?"' �
k�;., +(t � v✓�g,
;'�- '�',��u��4 ��s',�:`
_ tz.-�;, __ r, ^-xa�, �
a>>i�r
�'��,
��¢r�
3„ �'raject �t e
— � 1 ��
4� 82�� Funding .
,
3"
,,,,
2
22�
, �„
z
� i,�
2
� i,�
2
R1" iYP.
1 " "I'YP.
1„
2
11 ��
2
� 1"
� 1,�
21,�
2
FONTS: NOTES:
FORT WORTH LOGO IN CH6LTItJGHAM BOLd • IF APf'LICA�L� TO THE PE20J�CT,
ALL OTHPR LETTEf2ING it1 AR[AL BO�.D CONTF2ACTOR SHALL OBTAIN VINYL
STiCKER "CITY GAS LEASE REVENUE
COLORS: IN ACTION" ( LOGO AT CDR SIGN AND
FORT WORTH • PMS 288 - BLUE ENGRAVff1G, 6371 EAST IANCASTER
L.ONGHORN LOGO - PMS 72S - BROWN AVE (8'17-459-4684), PE�L AND PLAG�
LETTERING - PMS 288 - BLUE lN FUNDING SECTION.
BACKGROUND - WHITE
BORDER-BLUE
PROJECT DESIGNATIC�N SIGN
Contractor:
=Contractor's Name-
� Questions on this Project Call:-
(8'17) 392 - xJOCX
After Hours CaiL (817) 392 - X:XXX
COLlAR CONFIGURATION COLLAR CONFIGURATION
FOR PAVED AREA �—�" FOR UNPAVED AREA
i 5'-0" i
MANNO�E FRAME AND•
32" DIA. DUCT1lE IRON
COVER. (REFER TO
STU. PRODUCT LIST)
A
�
4000 PSf
CONCRETE
8—#4 REBARS TYP.
V
f��
cr'j •�7�
�,•• .`.1:
'� f
.�t` � 't�'
a • r�+��'::�- i+ . . : � ;�,. :�. � . •, �,ti
' :�:1=,,.� �.,: 'o '•1� ..', :t.: �'r�`,'rv~t.
: r •�: :ti • " -.,_ ':,,.ti; :�'r .
�E'� :'• � / � ` � r:� ��• :i
�,�ii . / � \ ��.: .'•�ti
:�� / 1 '�i�,
{w ' � . �.
� ��
1•; � / r.!t
� ��:: �� SE �F- � : '�`��
��, ��.. � / / 'f'•��<
j.:�r?::j�, � '"� .r�,:;.: •1: �!
?l.,f'�"��••'~:'.t:^ '•. •,:'�:','•, ,V•/' •,'
' �`1! ��y:..;•��: y.'•i.�"r•��C+ ','••
.•:./� �7;,�i t�-�:—i','�t`-;1.1'•.' :' ' � �
;+�;.�• ...._ ._. ._ ... . _.,_
; �'�':1:
0
MIN. �32" IMIN.
� �
.. ; :d 3" 7YP.
i; • � :
.� f A
i�. ;
���+tr-c ,: i�. � o
;Yy. : � �
� ti
�4' CHAMFER (TYP.)
;PVh1T.; -:r:. � �;,: :f,4 .;: •;�.,,; � z
:� �: �: :�: : :, : ?; �':�`: '� � �.`�•, •;,; ;� �
�•�.+t.J�..i.••�;4.�r.; .r; ;;� 'h' Y+. �a� �,� .i"'�n
�.:'+rj�Yt^G.�2�•�<i�•`'�'..�•'i���w ''• r.:i�i�<••r �III
�L� �sY: 7:.��r' 'r� :Kii. � �5�1� !��.' � _.. _--. _. _ ...._ �•.� r Y �:
'',';;" FL..,�_.30" CLEAR I •��•, �
' � � � OPENING �,•�� ~'.L": O.1
L�;� I �1�� �
•';':.�: 2 ROWS OF RAM—NEK SEAL �'�:
2" x 8" x 30" I.D. �.:�•' w/STAGGERED JOINTS OR •%�� •
GONCRETE PRECAST ..;.:�;;� qpPROVEO EQUAL.
GRADE RINGS PER r�•;•� '},;.i
ASTM C478. .: �•• � :''a��.
1� REBAR SHALL BE PLACED 3"
MfN. FROM TOP AND BOTTOM
OF CONCRETE COLL.AR.
J�I,.IIVIV N—H
O WHERE MANHOLES ARE 1N
7HE STREEi, INSTAL� 2 OR
MORE GRADE RINGS, AS
NEEDED, BETWEEN CASTWG
AND TOP OF PAVEMENT.
GROUND I
CONCRETE COIlAR
HEIGHT VARIES
3U HINGED LIDS ARE REQUIRED
ON �Al.L ELEVATEO MANHOLES,
JUNCTION BOXES AND WHERE
SPECIFIED aN PLANS. (REFER
TO STD. PRODU,CTS LIST)
O LOCKS TQ BE INSTAILED ON
¢� HINGED UDS INSTALLED IN AlL MANHO�E LIDS BELOW
Et-14, Ei-20, E1-21 MATERIAL STREETS SHALL OPEN THE 100�YEAR F1.00D ELEV,
E2--14, E2-20, E2--21 CONSiRUCTI�N AGAiNST TNE FLOW OF AND WHERE SPECIFIED ON
� TRAFFIC. ' PLANS.
OR+j+�� CITY QF �ORT WORi'H, 7EXAS DATE: OCT. 200s
MANNOLE FRAME, Ct�VER, GRADE
RINGS ANtJ CONCRETE COLLAR SAN-009
�N' �, ..4.�r
�
Water. _ Valve Riser Cross Section vYew
"� �'�---' 12 gage G90 galvanized steel
' ncw asphalt averlay
3/8" D.O.M. 7'ube
ltem lta�
Plumbsr D��r�1
�� Sleet Skirt
MAterial Dcscription
12 g�ge A.I.S.l. l020 S1eei (A-�6)
G-90 Gafvaniud
Tensile � Tensile
Yfetd llltimate
33.0�00 A S.1. 60.00b P.S.I.
3 �)l8" wide D.0 M iube � D. O. M. Tube A.I.S.I. 1026 (A313 type S) j 72,000 Y.S.f. � 67,004 P
Cross Section view
"'�^� E'F—" l0 ar 12 gage G90 galvaniud stee!
�
�
\` J "_ Height new �sphalt overtay
�
4
"'4----"" 3/4" thick riser bar
Exoandin� Linkae+e
,� 2 1/�" 3,,. 17/64" Diameter holes
�
�.,..,.. - . �. s _ , _ . ..,�.,.�,
j _i
�1•M/Y . w� � � .}n � � . � � � I'Y•YW
i
. �
5 5/8" 4 4 1(4" ,.,�
Item Item Material Dacription
Number Descri tion
I 3/8" Rcalll Piro ]02 StzinJm Stad 14 000 L.8 Doubk Sha
2 Stal 57cin 12 or !0 ge{pe A.1.S.l. 1020 Stce) (A-36}
G90 CnJvaniae�
3 WCid 65'/r70'.i cirtiurt�tercrxx �+eldod
4 )l4" widk Risrr Bar Hot Rolkd Stad A1,S.1. 1020 A-36
S Rod Erds Forgin� A1.S.1. Gt030 Stcel Hcat Treatcd BFIN 240
Zinc P1ata! with Dicfunrrsue Finish
6 Tumbucick A.I.S.I. 1024 BFW 149' �
Linc P1ued dit�ood in Lineb�dca rud intubitcx
"°" Dia. Hole .
h 302 Staintess
:1 Rol! Pin
�
3/4" O.p.
3/8" T. D.
3/8" - I6 Thread
Tensile Tensile
Yield Uitinu�tt
��
33,OQ0 F.S,l. 60,000 P.S.1.
7�000 P.S,t. 85,000 P.S.t,
33.000 P.S.i. b0U00 P.S.i.
70,000 P.S.i. 92,000 P S.I.
70,000 P S.1 80.OQ0 P S I
Manhole Riser
0
C
2- QEAR
57MOARD
SIDEMAN
INN
'PARKWAY VAOCI
TAMPED TOPSIDE
1(' PER FT, (NH.)
6'
COMPACTED
SELECT BACKFlLL
2' MN.
RE2FORK'EO Ca4fJiETE-
YAVEMENT
p BARS 0
24- 0.0.13.V4
CEOCRID-1EHSAR 1RIAX 140-475
•'R.0. VAR!I F
'ROADWAY VA0E2
µ : 36- DETORwED
NUNS • 16' 0.0.
2N Nat
LON:MDNAL CONSTRUCTION 400NT
1MTN S1UCCHE JOINT CAI ANT
(SEE JOINT DETNL N0. 2)
27i--W1.
-'PATHWAY VMI:C
6• (�, E-TAMPED TOP50e. STANDARD
)4. FT
6.
1/ll PER F(MN.) �SOEYALIC
4:1 T.
i
PROPOSE B-INCH FLEX BASE
(LOOT TYPE A. GRADE 2)
TYPICAL REINFORCED -CONCRETE ROADWAY
NOT TO SCALE
DISTANCE BETWEEN EXPANSION JOINTS VARIES (BOO 52X4W)
TEE TRANSVERSE ca mRA4110N JOINT SPAOHO (TABLE 3)
IALF-MAY BETWEEN CONTRACTION JOIHTT
TRANSVERSE EIAANSION JOKNT SAWED DUMMY JOINT RITtI CONTRACTION JOO(T Y1TH RFJIFORCED
(SEE JQNT DETAIL H0. I) ,rN BANS • MAT SEALER 9UCONE JOINT SEALER P2010 2
24. O.C.B.w ( JOINT OCTAL N0. 2) (SEE JOINT DETAIL. HO. 2)) �PAVEM£HT SEE TABLE 2
ti S,J-(•. ••r:; .'''•;^ }.•�...^. '•\ ?•.K, '.f;i - /:"5.1111aC L•='+,.,'i•}`: 1y,.:.,.,A •�]1: Y.,e; !.•✓•
-Q'FJi�P'}. Tr :•. ... %; "1 {: ��'H ii:'.i: iir 'Tti�/t: �•O �.N: rv:;?!i7.R.:.7,•(.�. N-:{- I r
�:;i:�N q-.'7' �, ..-„�'6 ii: R �k�.••,.. ••. :.: `t.'.ti;•rcji'
:.- ,iA.. _ ti4•. c4i-,`^. ); �•{•�� •,ya...,7'c L•:•1;R',2. 4i>7: ��;1;�F•;t�?),,'r:wiyY;•�1;�t�,4t},(.y..
2• CLEAR LONGITUDINAL PAVING SECTION
NOT TO SCALE
FIRST POUR SECOND POUR
-
CONSTHUCiICH JOINT VAIN
SUCONE JOINT SEALANT
(SEE JOINT DETAIL NO. 2) I -'SEE TABLE 2
fit...-. N, 2:[{[{•. : ' ,::>.�v:l,;•,,. '..:: :.L.•,.�i::','••15� A. TI
13 BARS O µ x 36. OFFORMW
24' 0.0.B.1L BARS • 111. O.C.
LONGITUDINAL CONSTRUCTION JOINT
NOt TO SCALE
FIRST POUR SECCNO POUR
CONSTRUCTION JOINT MOH
1B' sUC(SEE JR JOINT . LANT
NO,
(SEE JOINT OTN. NO, 2) r SEE TABLE 2
`.1.4.iii,aii.:41.7:7:f.A5
13 BARS 0 p . 36' DEFORMED
24 O.C.RLW BARS • 16. 0.C.
TRANSVERSE CONSTRUCTION JOINT
NOT TO SCALE
►5 x 1e 00200MEO BARS
DOWELED MO EPDXTEn10
Dart ND PAYEIENT O(i8'2o.C.
METING CONCRETE
PAVEMENT
TRANSVERSE CONStRUcTICN JCRIT
M1H SILICONE JOINT 'UNFIT ANT
(SEE .It7NT DIAL N0. 2)
PRCPDSED /3 • 24'
PAVELEHT 0.0.0.w. rSEE TABLE 2
•
TRANSVERSE CONSTRUCTION JOINT
(BETWEEN EXIST. AM) PROP. PAVEMENT)
NOT TO SCALE
•
/3 BARS •
24' 0.0...ELIE
13 BMs
24•
SEE TABLE 2-1
L.KjrY
4•. • 24- SM010p1H
00WEL 012^O,C.
DllOtrtL SUPPORT
0R BASKET
13 BMS0
24' 0.0.aW.
CONPACTOO
SELECT 0ACKFILL
* ME/SONS VARY FOR EAOI
STREET. SEE PLAN SHLL-2S
FOR DIMENSIONS
TRANSVERSE E30AA2SON JOINT
WITHOUT 004E. SUPPORT BASKET
(SEE JOINT DETAIL N0, 1).
1)(' UN.
CLEARANCE
2' MN.
DOWEL SLEEVE OR CAP
TO FIT )4 5 DOWEL AND
BE SECURED
BM STOP
3
d
PRCPOSE0
PAVEMENT
r42 TABLE 2
T I.
TRANSVERSE EXPANSION CONSTRUCTION JOINT
(USED ONLY AT ENO OF RADIUS. P.C. OR P.T. STATIONS. BETWEEN EXIST. AND PROP. PAVEMENT)
NOT TO SCALE
SAWED DUMMY JOINT YOH
SLICOIE JOINT SEALANT
(sEE JOINT DETAT. NO. 2)
A''L �. t:i N�..A.•r 1y �C
i1'f� I t'JA Il%�11 H:I�I I F-R I f=:i I
SAWED DUMMY JOINT
NOT TO SCALE
24' SMOOTH DOWEL 0
0.C. k EPDXIED NTD
TINC PAVEMENT
F-5EE TABLE 2
rt
r T
r5EE TABLE 2
• `-4; mo %,E hx`*O;• , I. •
00Y13. S3PPCRT
CR BASKET
SAWED DUMMY JONI MDT
Sa11CONE JOINT SEALANT
(SEE JOINT DETAIL Ha 2)
101 x 16• s4COTH
DOWEL BARS O 12' 0.C.
CONTRACTION JOINT
NOT TO SCALE
2'
16' COWL
CSATINO
TRANSVERSE ExPAN570N ,ENT FORMED
MOVE 2204100E) TO 1(- RA0A5 WNTH
SIMONE .10NT SEALER AND RED1,00D EXP.
JOINT FLIER (SEE JOINT DETAIL ND. 1)
I); NUN. CLEARANCE
PROPOSED SJBO(ADE PER
1111ICAL ROADWAY SECTION
DOWEL SLEEVE OR CAP TO FIT
1:•s DOWEL AND eE SEGARED
BAR STOP
TRANSVERSE EXPANSION JOINT
NOT TO SCALE
SXICONE JOINT S A;N
POLYETM•UTIE BOIHD
BREAKER TAW," ..
corm SUPPORTwL•; i.`'
BASKET :.
REAR OD
-•1E7PANSION
PAVEMENT
1F0CKNE55
9'44 22 SMOOTH
JOINT DETAIL NO. 1
NOT TO SCALE
MONE
J0'0DR
SFAI ANT
SAWED JOINT FACE
if' DA. CLOSED
CELL FOAMED
FP0YEE
BACHER
R00
JOINT DETAIL NO. 2
NOT TO ScALE
J •A
txarttrJ:stt¢a
LEGEND
CLNCRE0E GARB
EDGE or ASPNA.T
EDGE OF GRAVEL
SURVEYDAMP(L055 NOTED AS
PROPERTY LIFE
ROA UNE
EASEMENT uNE
WWIIA0E FLOW ARROW
NW AC TRANSITION
PROPOSED CONCRETE
DIVING CONCRETE TO BE REMOVED
AHD REPLACED
E3a5RA'O cOEICRETE TO BE RDADVEE
CONSTRUCTION NOTES
0. FOR DEFORMED BAR SPLICES LAP BARS 40 DIAMETERS AN0 TE
2. ALL HMO POURS IN THE STREET SMALL BE 6 SACK.
3. DEMO CURB k GUTTEA, IF ANY, MUST BE SAWED AS DIRECTED BY TFE FNONEER_
4. AU. 0L0cROU15 SNAIL BE D' FROM BACH CF CURB. EXCEPT FOR INLETS
5 F CURB SECOCN IS POURED AFTER IRE PAVIN0 5LA8 HAS BEEN CONSTRUCTED. THE
SUPERIMPOSED CURB MAY BE USED AS AN ALTERNATE METHOD FCR CONSTW3CT/(C
iF£ ATTACHED CUREL
TABLE 1
(SA5F9 DIA.IY JOINT OEPRI)
DIY 7* Dy T4-
PAYEMIXT
MIME= JOINT M
IV Or
7' Ili'
S 2•
(PAVDAFNTT TNOP1E551
r
6-
TABLE 2
(PAVp.OIT RONFO1ON0 STL71 RARMWT)
a.
(ACFMA4(C FR FAZE OF CONCRETE)
21L•
NOTE: ALL OORaS TD LE p1ALTD A7 T/L
TABLE 3
(AMU TRANSVERSE 004131401104 MKT SPA0N0)
PAVEMENT 31REET ROADWAY MAJIMUM
Tb2O2E3S 4ASSK1CA110N OE9OIATlOR LOIN 4A41N0
U. 24' 30'
RESDENRAL I L
SMOGS I L
( D
u.
L
RE9DEM1L4.
SIREE1S
O
EL
6' c
MG
LSD
RESODIOAL
STREET/
[ROOMTRA.
MEETS
ARALS
25
ad
3e•
24'
26'
30'
4(Y
24•
22
30•
30•
40•
5LT
30•
W
30•
0a
30'
30'
30'
30•
37
30'
30'
30•
30'
NM
NP:ARS�A SE DUWY JONF3 6TSAJL DE
N4A'-1 4Y DEFsgt1 RUNTERSF CO(1RAGna JO•`TS
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS
INFRASTRUCTURE
MANAGEMENT DIVISION
REINFORCED CONCRETE PAVEMENT
CONSTRUCTION DETAILS
DESIGNED:
DRAWN;
I s2AI
F•
N/A
I DATE:
APRtL 2011 I
�
OF SHEET
24 O.CB,W, .
FS . JO' DEFOR k'D
BARS O 08' 0.0
4. SXNEWALK 80CT10N WRIT DRIVEWAY TO BE
PO1.RED SAYE TRIMNESS AS DRIVEWAY
APPROACH, ANT PAO FOR AS DRIVEWAY
APPROACH. EASING SIDEWALK IF ANY.
SHALL EC REU0VE0 A4O REPLACED.
PARKWAY ON 'A' 04 '8'
14DM
I 10' 1 S'
11'TO14' Y TOS' 0'
15 TO 18' 3' TO 7' 12"
I TO 22' 3' 113 r 15'
i TABLE 2
HALF -WAY EGL)k!X
TRANSVERSE
CONTRACTION JOINT
DRIVEWAY NOTES
I. PRONDE )1' PRE60.0E0 EXPAN90N .DINT STANDARD
.4 9LI000E JOINT SEALANT, ONLY F [AWL TABLE) 9DEWALC
0:MECnMO TO ENSTNc CONCRETE DRIVE
OR 00EWAX (SUBSOIMY TO DRIVEWAY).
DOWEL. INTO MISTING CONCRETE DRIVEWAY
1YTN /4.24' BARS 0 10' DC
2. DUMMY JOIIN OO NT VEIYAY RA1P IS
OPTIONAL IN 11'-0. CUM,
ONLY.
1 SCEWALN 2.0PC SHALL PP % PER FOOT
TO THE FACE OF 0R AS DIRECTED B
BY TIC ENCRIEER. (SEE
TABLE)
MASAN .12H1i
i SPACING)
STD. CURB
01 CU11ER
EXPANSION JQNT
(EXCEPT SUP -FORUM)
i
11'-0' FOR SCCLE OWY.
I2'-0" FOR DOUBLE DWt,
SEE NOTE
REINFORCE 6'I
DRIVE W/ 13
BARS • ID'
D.D..46
SEED
NOTE 2
LA
10'-0' MN. SNORE OWE
17.-0' ION. DOUBLE DVS
20'-0' NN. SNQE OWY.
27'-0' LOC DOUBLE 0040.
PLAN VIEW
:,7IVENAY PAY UST
'MKWAY RIDER
(5EE 'SEE TABLE)
TABLE) �4'-0' SIDEWALK----.-
SEE NOTE 3
6' .
1
Z' SAND
CUSHON CR
APPROVED
5U&:IAOE
SEE NOTE 4
R.O.W.
rRONF'O10E 4' WAUR
le ac.s.00,
1CB.W
HALF 1FNCM PAD AS
ATTACHED CURB
(CCNC PAVEMENT 0H1.Yj
COARSER JOINT
(DXCCPT SUP -FORMED)
LIB' 0R MATCH
AS DIRECTED
BY DICKER
PAD PER L.F. AS CURB
OR CURB R CUTTER
1'-3' '—1e'—•-
1AY0064 STANDARD
CUTS (SEE STD.
6. 0 CURB
aDETAI
L)
SFr11oN A —A
DRIVEWAY APPROACH
NOT 10 SCALE
`IMMERSE CC4TMCEON JOINT
WTM SEJCONE JGM SEALANT
C': mommem:: ■
C:: �:: • lc
A BARS O C:1 ECNI♦
. >'l�R1tMlI:i7_'fintim (i f1R;Tlifl
c...w"rr--- {J{Jmj:ialuu uusiU eJY':Iiii i
:zummemmine sue':amosimmes.:ss
C::off ■immemmocammommimimommismimms
�':�er::ee
0
'gib}j�,•;:iisW'j
`-STAMMFD
co SUBCRAOE
DAM CF CURB
TRMSLERSE CONS1RUCTKX4
20NT MM 9UCONE JOINT
SEALANT
SWED TRANSVERSE CUUW J01Kr
TAM SIUCONC JOINT SERENE
PLAN OF STEEL LAYOUT
NOT 10 SCALE
BACK CF CURB
B'. . I6' SUCOM
00YE7.5 P I2' O.0
LONEIU(XHA. C015TRUcn0R
JOINT 4TM 9UC1Y•E JOINT
SEALANT
f4 . 36' DEFORMED
BARS • 16' 0.C.
p•� PAY ULLT
1)f'
TAMPED
PANNC SLAB •••1 1 TOP506•
SEE TABLE 2
T-*k--' ;(3, A.
i I
f3 BARS •
24' 0.CB.W.
13 'u' BARS O 24' 0.C.
(MESS BARS LOST DE
PLACED AT TIE TIME THE
PANNC SLAB 1S POURED)
PANNC SLAB
SEE TABLE 21
EXPANSION JOINTS
•
EXPANSION JCM
PROP05E0 SEAGRAM
PER TYPICAL ROADWAY
SECTOR
COE6'ACTED
SELECT
BACKED.
MONOLITHIC CURB
HOT TO SCALE
X' SLOPE
NBMSo-+
24' 0.C8.W. PROP05E0 SUBCRADE
PER TYPICAL ROADWAY
SECTION
CONSTRUCTION
JOINT
TAMPED
• r TOPSOIL /
03 CONY. \\
1, , �� \
2' \(
(
--- 44. ,
,
sELECTCTED1 E' /
BACKFILL ,s. ,,,,,..1 I+
SUPERIMPOSED CURB
NOT 10 SCALE
SEE CURB DETAIL
SUCCNE .DINT SEALANT
(SEE DETAIL N0. 2)
.2UDNT OMDEDMATERIALEXPAN510N
)(' PER FOOT
Y::.
OPOaE64.E :1
-S�M�Az
2' SAL
CU4IKNN
EXPANSION JOINT
BETWEEN CURB & SIDEWALK
NOT TO SCALE
CURB FOR 9' BLOCK -DUE FROM 00420 OF ///•••END OF EACH BLOCK our
(SEE NOEf 4RNEYfAY APPROACH / 1 NISVE 5+ �1WRtl A /BACX OF CNflp
)
1
I 1 1
1 I I ( 1 I I I 1
I 1
I �� I 11 1 I
F
CANERAL'TION JOINTS
A-BAC.X CF CURB
CC4MAOnON JOINT >_ 42' BLOCK -OUR FRC44
BACK OF CURB FOR
ON-UNE PASTS, AND 24'
N1ER5:C11NC STREET (104.) CURB FOR RECESSE0 04.ET5
(SCE NOTE 4)
SPACING DIAGRAM FOR JOINTS & BLOCKOUTS
NOT TO SCALE
CURB RETURN
D' BLOCK -OUT FROM 64<K
OF CURS FOR IN(ETSECOON
(SEE NOTE 4)
ati
W03 rem
ip
LEGEND
CONCRETE CURB
EOM OF ASPHALT
EDGE OF CRAWL
CENTERLNE.(UN10A5 NOTED AS
SURVEY ETA
PROPERTY U1E
RO.W. LNE
EASEMENT WC
DRNMACE FLOW ARROW
HMAC TRN4511164
PROPOSED CONCRETE
EXISTING CONCRETE TO BE RIMOTFD
AND REPLACED
EXISTING CONCEIE TO SE REM0Ttn
CONSTRUCTION NOTES
1. FCR DEFORUED BM SPLICES, LAP BARS 40 0AAETERS AND TE.
2. AL NANO POURS N T1E STREET SHALL BE 6 SACJE.
3. EXISTIND CURB 6 CUTTER. IF ANY, Uu5T BE SAWED AS COMC1E° 8Y THE ENONEER.
4. ALL ELOCKCUTS SHALL BE 9' MOM BACK CF CURB, EXCEPT FOR INLETS.
3. F CURB SECTION IS POURED AFTER THE PANNE SLAB HAS BEEN OHSIRUC108. TEE
SUPERIMPOSED CURB NAY EC USED AS AN ALTERNATE UE7N00 FOR CONSTAUCTNC
ME ATTACHED CUN9.
TABLE 1 I I TABLE 2
(SAMI) LOWY JOINT EMI) (PA40ENT RDNFOROYC STED. P(AC3:1091T)
DIM T. //
P800 ESS bNTT6EPM ( (PAN]IDIT 7NOOE55)
O N6' 0'
✓ ix. r
6' 2' ) 8'
(n446a., my
FACE CF 10040(Trj
Y
2x'
21E'
N01E; All DOSS TO EC P1ACEn AT T/2.
TABLE 3
(NAN116114 76M31.]RL CON110680N JOINT SPASM)
PAVEUENT 51REET
11.11601E55 0A0EIGTIGN
RESOENITAL
STREETS
7, REStOEN1NL
SOWED
6'
I vC
I 10050;u 1 La,
ANTEDAE.S
R DICER
DEs01ATO4 M.XIAY
LL I 24'
L I 2Y
L I 3V
C I 34'
LL 24'
L 2X
L 30'
C 36'
MC 40
LL 24'
L 76
3V
C I 36'
66'
10'
NW I SC
MAMMUM
SPAONC
30'
xt
xr
30'
36'
N010 TRANSNRSE 5A140 DEWY Jd113 SHALL BE PLACED
W1F-1.41. =MCDI 16NIS'ERY CCWRACICH JW0I
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS
INFRASTRUCTURE
MANAGEMENT DIVISION
REINFORCED CONCRETE PAVEMENT
CONSTRUCTION DETAILS
SHEET
DRAWN:ED: I SCN/A ( APRILDATe 2011 I IN Of
la