7495 - SPECIFICATIONS - Denton Street Rehab - Project ManualAdopted September 2018
City of Denton
Standard Construction Specification
Documents
00 00 00 - 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 05 10 Construction Contract Ordinance
00 05 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Affidavit
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 36 Proposed Subcontractors Form
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 13 Bidder’s Minimum Qualification Statement
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 43 Corporate Resolution of Authorizing Signatories
00 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
00 73 73 Form 1295 – Certificate of Interested Parties
Division 01 - General Requirements
01 11 00 Summary of Work
01 25 00 Substitution Procedures
01 31 19 Preconstruction Meeting
01 31 20 Project Meetings
01 32 16 Construction Progress Schedule
01 32 33 Preconstruction Video
01 33 00 Submittals
01 35 13 Special Project Procedures
01 45 23 Testing and Inspection Services
01 50 00 Temporary Facilities and Controls
01 57 13 Storm Water Pollution Prevention Plan
01 58 13 Temporary Project Signage
01 60 00 Product Requirements
01 66 00 Product Storage and Handling Requirements
01 70 00 Mobilization and Remobilization
01 71 23 Construction Staking and Survey
01 74 23 Cleaning
01 77 19 Closeout Requirements
01 78 23 Operation and Maintenance Data
01 78 39 Project Record Documents
00 00 00 - 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
TECHNICAL SPECIFICATIONS
Contractor shall refer to the following documents for Technical Specifications, unless otherwise
noted in the contract documents:
North Central Texas Council of Governments Standard Specifications for Public Works
Construction – Fourth Edition, Divisions 200-800 (incorporated by reference)
North Central Texas Council of Governments Standard Specifications for Public Works
Construction – Fourth Edition, Divisions 200-800 – Amendments
Specific Technical Project Work Specifications for Construction
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
END OF SECTION
00 05 10 - 1
CONSTRUCTION CONTRACT ORDINANCE
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 05 10 1
CONSTRUCTION CONTRACT ORDINANCE 2
3
4
5
[Assembler: For Contract Document execution, remove this page and replace with the approved 6
Construction Contract Ordinance for the award of the project. Ordinance insert shall be on blue 7
paper.] 8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
END OF SECTION 25
00 05 15 - 1
ADDENDA
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 05 15 1
ADDENDA 2
3
4
5
[Assembler: For Contract Document execution, remove this page and replace with any addenda 6
issued during bidding.] 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
END OF SECTION 24
00 11 13 - 1
INVITATION TO BIDDERS
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 11 13 1
INVITATION TO BIDDERS 2
3
RECEIPT OF BIDS 4
Sealed bids for the construction of Denton Street Rehabilitation will be received by the City of 5
Denton Purchasing Office: 6
7
as outlined on http://dentontx.ionwave.net/CurrentSourcingEvents.aspx 8
9
GENERAL DESCRIPTION OF WORK 10
The major work will consist of the (approximate) following: 11
The full-depth repair and rehabilitation of forty-seven (47) asphalt street segments 12
totaling 16.64 lane miles within the City of Denton. 13
-94,760 SY of Asphalt Pavement 14
-38,535 LF of Concrete Curb & Gutter 15
16
DOCUMENT EXAMINATION AND PROCUREMENTS 17
The Bidding and Contract Documents may be examined or obtained on-line by logging in the 18
City of Denton’s Purchasing Division solicitation website at http://dentontx.ionwave.net. The 19
Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 20
suppliers. The contractor is required to fill out the Certificate of Interested Parties Form 21
1295 and the form must be submitted to the Project Manager before the contract will be 22
presented to the City Council. The form can be obtained at 23
https://www.ethics.state.tx.us/tec/1295-Info.htm . 24
25
PREBID CONFERENCE 26
A virtual prebid conference may be held as described in the Advertisement or in the City’s 27
solicitation website. To view pre-bid invitation log-in to your account at 28
http://dentontx.ionwave.net, and click the ‘Activities’ tab of this solicitation. 29
30
CITY'S RIGHT TO ACCEPT OR REJECT BIDS 31
City reserves the right to waive irregularities and to accept or reject bids. 32
33
INQUIRIES 34
All inquiries relative to this procurement should be addressed in the City’s solicitations website. 35
To submit and view questions log-in to your account at http://dentontx.ionwave.net, and click the 36
‘Questions’ tab of this solicitation. 37
38
END OF SECTION 39
00 21 13 - 1
INSTRUCTIONS TO BIDDERS
Page 1 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 21 13 1
INSTRUCTIONS TO BIDDERS 2
3
1. Defined Terms 4
5
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6
00 - GENERAL CONDITIONS. 7
8
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9
meanings indicated below which are applicable to both the singular and plural thereof. 10
11
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12
directly through a duly authorized representative, submitting a bid for performing 13
the work contemplated under the Contract Documents. 14
15
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16
corporation acting directly through a duly authorized representative, submitting a 17
bid for performing the work contemplated under the Contract Documents whose 18
principal place of business is not in the State of Texas. 19
20
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21
(on the basis of City's evaluation as hereinafter provided) makes an award. 22
23
1.2.4. Purchasing Agent: City designated representative to assist in solicitation of bids 24
from vendors for City contracts. 25
26
2. Copies of Bidding Documents 27
28
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 29
resulting from the Bidders use of incomplete sets of Bidding Documents. 30
31
2.2. City and Engineer in making Bidding Documents available do so only for the purpose of 32
obtaining Bids for the Work and do not authorize or confer a license or grant for any 33
other use. 34
35
3. Minimum Qualifications 36
37
3.1. The following minimum requirements must be demonstrated in order for the submission 38
to be considered responsive. The form can be found in Section 00 45 13 – Bidder’s 39
Minimum Qualification Statement. 40
41
3.1.1. Bidder shall provide documentation demonstrating three (3) years minimum 42
experience providing services similar to those indicated in Section 00 11 13 – 43
Invitation to Bidders. 44
45
3.1.2. Bidder shall provide documentation of three (3) references from governmental 46
entities for which Bidder has performed similar services to those indicated in 47
Section 00 11 13 – Invitation to Bidders. 48
49
00 21 13 - 2
INSTRUCTIONS TO BIDDERS
Page 2 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
3.1.3. Bidder shall fill out provided safety record questionnaire. 1
2
4. Examination of Bidding and Contract Documents, Other Related Data, and Site 3
4
4.1. Before submitting a Bid, each Bidder shall: 5
6
4.1.1. Examine and carefully study the Contract Documents and other related data 7
identified in the Bidding Documents (including "technical data" referred to in 8
Paragraph 4.2. below). No information given by City or any representative of the 9
City other than that contained in the Contract Documents and officially 10
promulgated addenda thereto, shall be binding upon the City. 11
12
4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 13
site conditions that may affect cost, progress, performance or furnishing of the 14
Work. 15
16
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 17
progress, performance or furnishing of the Work. 18
19
4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 20
contiguous to the Site and all drawings of physical conditions relating to existing 21
surface or subsurface structures at the Site (except Underground Facilities) that 22
have been identified in the Contract Documents as containing reliable "technical 23
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 24
at the Site that have been identified in the Contract Documents as containing 25
reliable "technical data." 26
27
4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 28
the information which the City will furnish. All additional information and data 29
which the City will supply after promulgation of the formal Contract Documents 30
shall be issued in the form of written addenda and shall become part of the Contract 31
Documents just as though such addenda were actually written into the original 32
Contract Documents. No information given by the City other than that contained in 33
the Contract Documents and officially promulgated addenda thereto, shall be 34
binding upon the City. 35
36
4.1.6. Perform independent research, investigations, tests, borings, and such other means 37
as may be necessary to gain a complete knowledge of the conditions which will be 38
encountered during the construction of the project. On request, City may provide 39
each Bidder access to the site to conduct such examinations, investigations, 40
explorations, tests and studies as each Bidder deems necessary for submission of a 41
Bid. Bidder must fill all holes and clean up and restore the site to its former 42
conditions upon completion of such explorations, investigations, tests and studies. 43
44
00 21 13 - 3
INSTRUCTIONS TO BIDDERS
Page 3 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 1
cost of doing the Work, time required for its completion, and obtain all information 2
required to make a proposal. Bidders shall rely exclusively and solely upon their 3
own estimates, investigation, research, tests, explorations, and other data which are 4
necessary for full and complete information upon which the proposal is to be based. 5
It is understood that the submission of a proposal is prima-facie evidence that the 6
Bidder has made the investigation, examinations and tests herein required. Claims 7
for additional compensation due to variations between conditions actually 8
encountered in construction and as indicated in the Contract Documents will not be 9
allowed. 10
11
4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 12
between the Contract Documents and such other related documents. The Contractor 13
shall not take advantage of any gross error or omission in the Contract Documents, 14
and the City shall be permitted to make such corrections or interpretations as may 15
be deemed necessary for fulfillment of the intent of the Contract Documents. 16
17
4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 18
19
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 20
the site which have been utilized by City in preparation of the Contract Documents. 21
The logs of Soil Borings, if any, on the plans are for general information only. 22
Neither the City nor the Engineer guarantee that the data shown is representative of 23
conditions which actually exist. 24
25
4.2.2. those drawings of physical conditions in or relating to existing surface and 26
subsurface structures (except Underground Facilities) which are at or contiguous to 27
the site that have been utilized by City in preparation of the Contract Documents. 28
29
4.2.3. copies of such reports and drawings will be made available by City to any Bidder 30
on request. Those reports and drawings may not be part of the Contract 31
Documents, but the "technical data" contained therein upon which Bidder is entitled 32
to rely as provided in Paragraph 4.02. of the General Conditions has been identified 33
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 34
responsible for any interpretation or conclusion drawn from any "technical data" or 35
any other data, interpretations, opinions or information. 36
37
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 38
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 39
exception the Bid is premised upon performing and furnishing the Work required by the 40
Contract Documents and applying the specific means, methods, techniques, sequences or 41
procedures of construction (if any) that may be shown or indicated or expressly required 42
by the Contract Documents, (iii) that Bidder has given City written notice of all 43
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 44
written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 45
etc., have not been resolved through the interpretations by City as described in 46
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 47
and convey understanding of all terms and conditions for performing and furnishing the 48
Work. 49
50
00 21 13 - 4
INSTRUCTIONS TO BIDDERS
Page 4 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 1
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 2
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 3
Documents. 4
5
4.5. The Bidder acknowledges and agrees to comply with the requirements of City Ethics 6
Ordinance No. 18-157. 7
8
5. Availability of Lands for Work, Etc. 9
10
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 11
access thereto and other lands designated for use by Contractor in performing the Work 12
are identified in the Contract Documents. All additional lands and access thereto 13
required for temporary construction facilities, construction equipment or storage of 14
materials and equipment to be incorporated in the Work are to be obtained and paid for 15
by Contractor. Easements for permanent structures or permanent changes in existing 16
facilities are to be obtained and paid for by City unless otherwise provided in the 17
Contract Documents. 18
19
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 20
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-21
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 22
the award of contract at any time before the Bidder begins any construction work on the 23
project. 24
25
5.3. The Bidder shall be prepared to commence construction without all executed right-of-26
way, easements, and/or permits, and shall submit a schedule to the City of how 27
construction will proceed in the other areas of the project that do not require permits 28
and/or easements. 29
30
6. Interpretations and Addenda 31
32
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 33
City in writing on or before the deadline advertised on this solicitation’s page at 34
http://dentontx.ionwave.net. Questions received after this day WILL NOT be 35
responded to. Interpretations or clarifications considered necessary by City in response 36
to such questions will be issued by Addenda delivered to all parties recorded by City as 37
having received the Bidding Documents or by responding to individual questions via this 38
solicitation’s page in dentontx.ionwave.net. Only questions answered by formal written 39
Addenda or via ionwave.net will be binding. Oral and other interpretations or 40
clarifications will be without legal effect. 41
42
Address questions in this solicitation’s IONWAVE page in the ‘Questions’ tab 43
(dentontx.ionwave.net). 44
45
Addenda may also be issued to modify the Bidding Documents as deemed advisable by 46
City. 47
48
00 21 13 - 5
INSTRUCTIONS TO BIDDERS
Page 5 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
6.2. Addenda or clarifications may be posted via the City’s online hosting site, which can be 1
located by visiting and logging-in the City of Denton’s Purchasing solicitation website at 2
http://dentontx.ionwave.net and clicking on this solicitation’s link. 3
4
6.3. A prebid conference may be held at the time and place indicated in the Advertisement or 5
INVITATION TO BIDDERS. Representatives of City will be present to discuss the 6
Project. Bidders are encouraged to attend and participate in the conference. City will 7
transmit to all prospective Bidders of record such Addenda as City considers necessary 8
in response to questions arising at the conference. Oral statements may not be relied 9
upon and will not be binding or legally effective. 10
11
7. Bid Security 12
13
7.1. Each Bid for projects over $100,000, must be accompanied by Bid Bond made payable to 14
City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, 15
issued by a surety meeting the requirements of Paragraphs 5.01 of the General 16
Conditions, and in accordance with Texas Local Government Code 262.032. 17
18
7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 19
have been satisfied. If the Successful Bidder fails to execute and deliver the complete 20
Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 21
default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 22
Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 23
other Bidders whom City believes to have a reasonable chance of receiving the award 24
will be retained by City until final contract execution. 25
26
8. Contract Times 27
The number of days within which, or the dates by which, Milestones are to be achieved in 28
accordance with the General Requirements and the Work is to be completed and ready for 29
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 30
attached Bid Form. 31
32
9. Liquidated Damages 33
Provisions for liquidated damages are set forth in the Agreement. 34
35
10. Substitute and "Or-Equal" Items 36
The Contract, if awarded, will be on the basis of materials and equipment described in the 37
Bidding Documents without consideration of possible substitute or "or-equal" items. 38
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-39
equal" item of material or equipment may be furnished or used by Contractor if acceptable to 40
City, application for such acceptance will not be considered by City until after the Effective 41
Date of the Agreement. The procedure for submission of any such application by Contractor 42
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 43
Conditions and is supplemented in Section 01 25 00 of the General Requirements. 44
45
11. Subcontractors, Suppliers and Others 46
47
11.1. No Contractor shall be required to employ any Subcontractor, Supplier, other person 48
or organization against whom Contractor has reasonable objection. 49
50
00 21 13 - 6
INSTRUCTIONS TO BIDDERS
Page 6 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
12. Bid Form 1
2
12.1. The Bid Form is included with the Bidding Documents; additional copies may be 3
obtained from the City. 4
5
12.2. All blanks on the Bid Form must be completed and the Bid Form signed. Erasures or 6
alterations shall be initialed by the person signing the Bid Form. A Bid price shall be 7
indicated for each Bid item, alternative, and unit price item listed therein. In the case 8
of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may 9
be entered. Bidder shall state the prices, in both words and numerals, for which the 10
Bidder proposes to do the work contemplated or furnish materials required. If 11
handwritten, all prices shall be written legibly. In case of discrepancy between price 12
in written/typed words and the price in written/typed numerals, the price in 13
written/typed words shall govern. 14
15
12.3. Bids by corporations shall be executed in the corporate name by the president or a 16
vice-president or other corporate officer accompanied by evidence of authority to 17
sign, as provided herein, Section 00 45 43 – Corporate Resolution of Authorizing 18
Signatories. The corporate address and state of incorporation shall be shown below 19
the signature. 20
21
12.4. Bids by partnerships shall be executed in the partnership name and signed by a 22
partner, whose title must appear under the signature accompanied by evidence of 23
authority to sign. The official address of the partnership shall be shown below the 24
signature. 25
26
12.5. Bids by limited liability companies shall be executed in the name of the firm by a 27
member and accompanied by evidence of authority to sign. The state of formation of 28
the firm and the official address of the firm shall be shown. 29
30
12.6. Bids by individuals shall show the Bidder's name and official address. 31
32
12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 33
indicated on the Bid Form. The official address of the joint venture shall be shown. 34
35
12.8. All names shall be typed below the signature. 36
37
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 38
which shall be filled in on the Bid Form. 39
40
12.10. Postal and e-mail addresses and telephone number for communications regarding the 41
Bid shall be shown. 42
43
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 44
Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 45
to State Law Non Resident Bidder. 46
47
13. Submission of Bids 48
49
00 21 13 - 7
INSTRUCTIONS TO BIDDERS
Page 7 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
13.1. Bids may be submitted electronically. Electronic submittals must be submitted using 1
this solicitation’s page in http://dentontx.ionwave.net. Electronic submittals will not 2
be accepted via email. 3
4
13.2. Hard copies of bid bonds shall be submitted. Bonds must be submitted in a sealed 5
envelope before the due date and time as indicated in Section 00 11 13 – Invitation to 6
Bidders. 7
8
13.3. Bids shall be submitted on the prescribed Bid Form, provided with the Bidding 9
Documents, at the time and place indicated in the Advertisement or INVITATION 10
TO BIDDERS. All bids must be submitted in IONWAVE (no emails or hard copies 11
allowed). All required documents, as indicated in Section 00 41 00 - Bid Form, must 12
be attached and submitted via IONWAVE, with the exception of the Bid Bond. Bid 13
Bond must be submitted by the deadline to the address indicated in this solicitation’s 14
IONWAVE page, attributes tab. 15
16
14. Modification and Withdrawal of Bids 17
18
14.1. Bids addressed to the Purchasing Agent and filed with the Purchasing Division may 19
be withdrawn prior to the time set for bid opening. A request for withdrawal must be 20
made in writing by an appropriate document duly executed in the manner that a Bid 21
must be executed and delivered to the place where Bids are to be submitted at any 22
time prior to the opening of Bids. After all Bids not requested for withdrawal are 23
opened and publicly read aloud, the Bids for which a withdrawal request has been 24
properly filed may, at the option of the City, be returned unopened. 25
26
14.2. Bidders may modify their Bid by electronic communication at any time prior to the 27
time set for the closing of Bid receipt. 28
29
15. Opening of Bids 30
Bids will be opened and read aloud publicly in a virtual meeting as indicated in this 31
solicitation’s IONWAVE page. An abstract of the amounts of the base Bids and major 32
alternates (if any) will be made available to Bidders after the opening of Bids. 33
34
16. Bids to Remain Subject to Acceptance 35
All Bids will remain subject to acceptance for the time period specified for Notice of Award 36
and execution and delivery of a complete Agreement by Successful Bidder. City may, at 37
City's sole discretion, release any Bid and nullify the Bid security prior to that date. 38
39
17. Evaluation of Bids and Award of Contract 40
41
00 21 13 - 8
INSTRUCTIONS TO BIDDERS
Page 8 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
17.1. City reserves the right to reject any or all Bids, including without limitation the rights 1
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 2
and to reject the Bid of any Bidder if City believes that it would not be in the best 3
interest of the Project to make an award to that Bidder, whether because the Bid is 4
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 5
meet any other pertinent standard or criteria established by City. City also reserves 6
the right to waive informalities not involving price, contract time or changes in the 7
Work with the Successful Bidder. Discrepancies between the multiplication of units 8
of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 9
between the indicated sum of any column of figures and the correct sum thereof will 10
be resolved in favor of the correct sum. Discrepancies between words and figures 11
will be resolved in favor of the words. 12
13
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 14
among the Bidders, Bidder is an interested party to any litigation against City, 15
City or Bidder may have a claim against the other or be engaged in litigation, 16
Bidder is in arrears on any existing contract or has defaulted on a previous 17
contract, Bidder has performed a prior contract in an unsatisfactory manner, or 18
Bidder has uncompleted work which in the judgment of the City will prevent or 19
hinder the prompt completion of additional work if awarded. 20
21
17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 22
other persons and organizations proposed for those portions of the Work as to which 23
the identity of Subcontractors, Suppliers, and other persons and organizations must 24
be submitted as provided in the Contract Documents or upon the request of the City. 25
City also may consider the operating costs, maintenance requirements, performance 26
data and guarantees of major items of materials and equipment proposed for 27
incorporation in the Work when such data is required to be submitted prior to the 28
Notice of Award. 29
30
17.3. City may conduct such investigations as City deems necessary to assist in the 31
evaluation of any Bid and to establish the responsibility, qualifications, and financial 32
ability of Bidders, proposed Subcontractors, Suppliers and other persons and 33
organizations to perform and furnish the Work in accordance with the Contract 34
Documents to City's satisfaction within the prescribed time. 35
36
17.4. Contractor shall perform with his own organization, work of a value not less than 37
35% of the value embraced on the Contract, unless otherwise approved by the City. 38
Contractor shall complete and submit Section 00 43 36 – Proposed Subcontractors 39
Form. 40
41
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 42
responsive Bidder whose evaluation by City indicates that the award will be in the 43
best interests of the City. 44
45
00 21 13 - 9
INSTRUCTIONS TO BIDDERS
Page 9 of 9
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 1
contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than 2
the lowest bid submitted by a responsible Texas Bidder by the same amount that a 3
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 4
comparable contract in the state in which the nonresident’s principal place of 5
business is located. 6
7
17.7. A contract is not awarded until formal City Council authorization. If the Contract is 8
to be awarded, City will award the Contract within 120 days after the day of the Bid 9
opening unless extended in writing. No other act of City or others will constitute 10
acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 11
the City. 12
13
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 14
15
17.9. Contractor is required to fill out the Certificate of Interested Parties Form 1295 and 16
the form must be submitted to the City Project Manager before the contract will be 17
presented to the City Council. The form can be obtained at 18
https://www.ethics.state.tx.us/tec/1295-Info.htm. 19
20
18. Signing of Agreement 21
When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 22
required number of unsigned counterparts of the Agreement. Within 14 days thereafter 23
Contractor shall sign and deliver the required number of counterparts of the Agreement to 24
City with the required Bonds, Certificates of Insurance, and all other required documentation. 25
City shall thereafter deliver one fully signed counterpart to Contractor. 26
27
END OF SECTION 28
00 35 13 - 1
CONFLICT OF INTEREST AFFIDAVIT
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 35 13 1
CONFLICT OF INTEREST AFFIDAVIT 2
END OF SECTION 3
CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as
defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after
the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a
misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the
date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship
as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer
named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an
officer or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
00 41 00 - 1
BID FORM
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 41 00 1
BID FORM 2
TO: Laura Hermosillo 3
c/o: Purchasing Division 4
901-B Texas Street 5
Denton, Texas 76209 6
7
FOR: Denton Street Rehabilitation 8
9
1 Enter Into Agreement 10
11
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement 12
with City in the form included in the Bidding Documents to perform and furnish all Work as 13
specified or indicated in the Contract Documents for the Bid Price and within the Contract Time 14
indicated in this Bid and in accordance with the other terms and conditions of the Contract 15
Documents. 16
17
2 BIDDER Acknowledgements and Certification 18
19
2.1 In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION 20
TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those 21
dealing with the disposition of Bid Bond. 22
2.2 Bidder is aware of all costs to provide the required insurance, will do so pending contract 23
award, and will provide a valid insurance certificate meeting all requirements within 14 24
days of notification of award. 25
2.3 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any 26
undisclosed individual or entity and is not submitted in conformity with any collusive 27
agreement or rules of any group, association, organization, or corporation. 28
2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false 29
or sham Bid. 30
2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 31
2.6 Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing 32
for the Contract. For the purposes of this Paragraph: 33
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing 34
of value likely to influence the action of a public official in the bidding process. 35
36
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to 37
influence the bidding process to the detriment of City (b) to establish Bid prices 38
at artificial non-competitive levels, or (c) to deprive City of the benefits of free 39
and open competition. 40
41
c. "collusive practice" means a scheme or arrangement between two or more 42
Bidders, with or without the knowledge of City, a purpose of which is to 43
establish Bid prices at artificial, non-competitive levels. 44
45
d. "coercive practice" means harming or threatening to harm, directly or indirectly, 46
persons or their property to influence their participation in the bidding process or 47
affect the execution of the Contract. 48
49
00 41 00 - 2
BID FORM
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
2.7 The Bidder acknowledges and agrees to comply with the requirements of City Ethics 1
Ordinance No. 18-757. 2
3
3 Time of Completion 4
5
3.1 The Work will be complete for Final Acceptance within 600 days after the date when the 6
Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 7
3.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of 8
failure to complete the Work {and/or achievement of Milestones} within the times 9
specified in the Agreement. 10
11
4 Attached to this Bid 12
13
The following documents are attached to and made a part of this Bid: 14
a. This Bid Form 15
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of 16
Paragraph 5.01 of the General Conditions. 17
c. Proposal Form Section – Hard Copy 18
d. Proposal Form Section – Electronic Copy (either included in the Bid, or 19
submitted prior to bid opening via http://dentontx.ionwave.net) 20
e. Vendor Compliance to State Law Non-Resident Bidder, Section 00 43 37 21
f. Conflict of Interest Affidavit, Section 00 35 13 22
g. Proposed Subcontractors Form, Section 00 43 36 23
h. Bidders Minimum Qualification Statement, Section 00 45 13 24
i. Corporate Resolution of Authorized Signatories, Section 00 45 43 25
j. Any additional documents that may be required by Section 12 of the Instructions to 26
Bidders 27
28
5 Total Bid Amount 29
30
5.1 Bidder will complete the Work in accordance with the Contract Documents for the 31
following bid amount. In the space provided below, please enter the total bid amount for 32
this project. Only this figure will be read publicly by the City at the bid opening. 33
5.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount 34
entered below is subject to verification and/or modification by multiplying the unit bid 35
prices for each pay item by the respective estimated quantities shown in this proposal and 36
then totaling all of the extended amounts. 37
38
Total Bid Amount: $____________________________ 39
40
41
00 41 00 - 3
BID FORM
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
6 Bid Submittal 1
2
This Bid is submitted on _____________________________, 20___ by the entity named below. 3
4
5
Respectfully submitted, 6
7
By: ______________________________ 8
(Signature) 9
10
_________________________________ 11
(Printed Name) 12
13
Title: _____________________________ 14
15
Company: _________________________ 16
17
Address: __________________________ 18
___________________________ 19
State of Incorporation: _______________ 20
Email: ____________________________ 21
Phone: ____________________________ 22
Receipt is acknowledged of
the following Addenda: Initial
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
00 42 43
BID PROPOSAL
Page 1 of 14
1 Barricades, Warning and Detour Signs, Traffic Handling 801.1 LS 1
2 Joint Storm Water Pollution Prevention Plan 202 LS 1
3 Mobilization and General Site Preparation 203.1 LS 1
4 Pre-Construction Video LS 1
5 Additional Water Valve Adjustments EA 10
6 Additional Manhole or Cleanout Adjustments EA 7
7
Additional Sawcut, Remove and Replace Asphalt Pavement
(Full Depth) for Residential Street Type SY 6800
8
Additional Sawcut, Remove and Replace Asphalt Pavement
(Full Depth) for Residential Collector Street Type
SY 1865
9
Additional Sawcut, Remove and Replace Asphalt Pavement
(Full Depth) for Secondary Arterial Street Type
SY 815
10
Additional Sawcut, Remove and Replace Concrete Curb &
Gutter LF 7710
11 Sawcut, Remove and Replace Concrete Driveways 402 SF 13050
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 7025
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF 267
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY 29
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 2985
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA None
21 Adjust Existing Water Valve to Final Grade EA 3
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 2985
Total Base Bid Section II (Items 12-23)
Section 2 - ANGELINA BEND DRIVE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Bid
Quantity Unit Price Extended Price
Section 1 - PROJECT ITEMS
Bidlist
Item No.
SECTION 00 42 43
PROPOSAL FORM
Total Base Bid Section 1 (Items 1-11)
Bidder's Proposal
Description
UNIT PRICE BID Bidder's Application
Specification
Section No.
Unit of
Measure
Section 3 - ARCHER TRAIL Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 2 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 1600
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA 5
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 2170
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 985
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 3
21 Adjust Existing Water Valve to Final Grade EA 2
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1360
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
Total Base Bid Section 3 (Items 12-23)
Section 4 - AVENUE A Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 4 (Items 12-23)
Section 5 - AVENUE B Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 3 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 325
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA None
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY None
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY 1570
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF 100
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY 11
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 435
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA None
21 Adjust Existing Water Valve to Final Grade EA 1
22 Remove and Reinstall Wheel Stop EA 8
23 Pavement Markings LS 1
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1240
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF 206
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY 23
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 480
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
Total Base Bid Section 5 (Items 12-23)
Section 6 - AVENUE D Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 6 (Items 12-23)
Section 7 - AVENUE H Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 4 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA None
21 Adjust Existing Water Valve to Final Grade EA 4
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1350
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 610
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 2
21 Adjust Existing Water Valve to Final Grade EA 4
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY None
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY 7340
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 2575
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 9
21 Adjust Existing Water Valve to Final Grade EA 6
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS 1
Total Base Bid Section 7 (Items 12-23)
Section 8 - BROWN DRIVE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 8 (Items 12-23)
Section 9 - CRESCENT STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 9 (Items 12-23)
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 5 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1095
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 510
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 2
21 Adjust Existing Water Valve to Final Grade EA 1
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 13005
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 6040
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 16
21 Adjust Existing Water Valve to Final Grade EA 15
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
Section 10 - FANNIN STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 10 (Items 12-23)
Section 11 - FOXCROFT CIRCLE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 11 (Items 12-23)
Section 12 - FULTON STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 6 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY None
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY 8145
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 3105
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA 1
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 5
21 Adjust Existing Water Valve to Final Grade EA 19
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS 1
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY None
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY 2550
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 895
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA 1
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA None
21 Adjust Existing Water Valve to Final Grade EA 2
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS 1
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 4130
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
Total Base Bid Section 12 (Items 12-23)
Section 13 - W. HICKORY STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 13 (Items 12-23)
Section 14 - HILLCREST STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 7 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 1645
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 2
21 Adjust Existing Water Valve to Final Grade EA 1
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 2150
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 955
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA 2
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 915
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY 2985
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 1385
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
Total Base Bid Section 14 (Items 12-23)
Section 15 - LOCKSLEY LANE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 15 (Items 12-23)
Section 16 - MACK DRIVE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 8 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 3
21 Adjust Existing Water Valve to Final Grade EA None
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS 1
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1560
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 545
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA 1
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1415
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 515
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA 1
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA 3
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS 1
Total Base Bid Section 16 (Items 12-23)
Section 17 - MAY DRIVE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 17 (Items 12-23)
Section 18 - MCCORMICK STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 18 (Items 12-23)
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 9 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 4070
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF 138
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY 15
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 2005
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 3
21 Adjust Existing Water Valve to Final Grade EA 3
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 905
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 90
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA None
21 Adjust Existing Water Valve to Final Grade EA 2
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
Section 19 - NORTHWOOD TERRACE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 19 (Items 12-23)
Section 20 - ORR STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 20 (Items 12-23)
Section 21 - PANHANDLE STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 10 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY None
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY 4190
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 1600
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 2
21 Adjust Existing Water Valve to Final Grade EA 5
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1390
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 495
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA None
21 Adjust Existing Water Valve to Final Grade EA 1
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 3775
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
Total Base Bid Section 21 (Items 12-23)
Section 22 - PONDER AVENUE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 22 (Items 12-23)
Section 23 - QUAIL RIDGE DRIVE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 11 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 1395
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA None
21 Adjust Existing Water Valve to Final Grade EA 5
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1290
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 415
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 4
21 Adjust Existing Water Valve to Final Grade EA None
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1675
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF 315
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY 35
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 695
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
Total Base Bid Section 23 (Items 12-23)
Section 24 - ROBERTS STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 24 (Items 12-23)
Section 25 - SAVANNAH TRAIL Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 12 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA 2
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 3035
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF 727
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY 81
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 1615
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 4
21 Adjust Existing Water Valve to Final Grade EA 1
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 6130
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 2880
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA 1
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 4
21 Adjust Existing Water Valve to Final Grade EA 8
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS 1
Total Base Bid Section 25 (Items 12-23)
Section 26 - SANDY CREEK DRIVE Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 26 (Items 12-23)
Section 27 - W. SYCAMORE STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 27 (Items 12-23)
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 13 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 2615
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 1010
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 3
21 Adjust Existing Water Valve to Final Grade EA 1
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 890
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF 63
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY 7
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 350
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA None
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
12 Cleanup 107.24 LS 1
Section 28 - WAYNE STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 28 (Items 12-23)
Section 29 - WHITNEY COURT Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
Total Base Bid Section 29 (Items 12-23)
Section 30 - WOODLAND STREET Bidder's Proposal
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Extended Price
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 42 43
BID PROPOSAL
Page 14 of 14
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
13 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Street Type SY 1805
14 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Residential Collector Street Type SY None
15 Sawcut, Remove and Replace Asphalt Pavement (Full
Depth) for Secondary Arterial Street Type SY None
16 Sawcut and Remove Existing Concrete Pavement and
Flatwork SF None
17 6-inch Thick, 4,000 psi Portland Cement Reinforced
Concrete Pavement SY None
18 Sawcut, Remove and Replace Concrete Curb & Gutter LF 395
19 Adjust Existing Miscellaneous Above Ground Utility
Appurtenance to Final Grade EA None
20 Adjust Existing Sanitary Sewer Manhole or Cleanout to Final
Grade EA 1
21 Adjust Existing Water Valve to Final Grade EA 2
22 Remove and Reinstall Wheel Stop EA None
23 Pavement Markings LS None
Total Base Bid Amount (Sections 1-30)
Total Base Bid Section 30 (Items 12-23)
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Bid No. 7495
Project No. 190057
00 43 13 - 1
BID BOND
Page 1 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 43 13 1
BID BOND 2
3
KNOW ALL BY THESE PRESENTS: 4
That we, (Bidder Name)___________________________________________________, 5
known as “Principal” herein, and (Surety Name)_____________________________________, a 6
corporate surety duly authorized to do business in the State of Texas, known as “Surety” herein, 7
are held and firmly bound unto the City of Denton, a municipal corporation created pursuant to 8
the laws of Texas, known as “City” herein, in the penal sum of five percent (5%) of Bidder’s 9
maximum bid price, in lawful money of the United States, to be paid in Denton, Denton County, 10
Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 11
executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 12
WHEREAS, the Principal has submitted a proposal to perform work for the following 13
project designated as 14
Denton Street Rehabilitation 15
16
NOW, THEREFORE, the condition of this obligation is such that if the City shall 17
award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all 18
requirements and conditions required for the execution of the Contract and shall enter into the 19
Contract in writing with the City in accordance with the terms of such same, then this obligation 20
shall be and become null and void. If, however, the Principal fails to execute such Contract in 21
accordance with the terms of same or fails to satisfy all requirements and conditions required for 22
the execution of the Contract, this bond shall become the property of the City, without recourse of 23
the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate 24
City for the difference between Principal’s total bid amount and the next selected bidder’s total 25
bid amount. 26
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 27
Denton County, Texas or the United States District Court for the Eastern District of Texas, 28
Sherman Division. 29
30
00 43 13 - 2
BID BOND
Page 2 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 1
this instrument by duly authorized agents and officers on this the _______ day of 2
____________________, 20___. 3
4
5
By: ___________________________________________________________________________ 6
(Principal Name) 7
8
______________________________________________________________________________ 9
(Signature and Title of Principal) 10
11
*By: __________________________________________________________________________ 12
(Surety Name) 13
14
______________________________________________________________________________ 15
(Signature of Attorney-in-Fact) 16
17
*Attach Power of Attorney (Surety) for Attorney-in-Fact 18
END OF SECTION 19
Impressed
Surety Seal
Only
00 43 36 - 1
PROPOSED SUBCONTRACTORS FORM
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 43 36 1
PROPOSED SUBCONTRACTORS FORM 2
3
Each Bidder for a City procurement is required to complete the information below by identifying 4
the proposed subcontractors whom they intend to utilize and the approximate percentage of the 5
overall contract that will be allocated to each entity. Bidder is reminded that a minimum of 35% 6
of the Contract must be performed by Bidder’s company. 7
8
Company Name Type of Work to be Performed
Overall
Contract
Percentage (%)
General Contractor:
Subcontractors:
9
10
The undersigned hereby certifies that the subcontractors described in the table above will 11
be utilized for this project at the approximate percentage levels indicated above. 12
13
BIDDER: 14
15
_____________________________________ By: ___________________________________ 16
Company (Please Print) 17
18
_____________________________________ Signature: ______________________________ 19
Address 20
21
_____________________________________ Title: __________________________________ 22
City/State/Zip (Please Print) 23
24
Date: __________________________________ 25
26
END OF SECTION 27
00 43 37 - 1
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 43 37 1
VENDOR COMPLIANCE TO STATE LAW NON- RESIDENT BIDDER 2
3
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident 4
bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident 5
bidders (out-of-state contractors whose corporate offices or principal place of business are outside 6
the State of Texas) bid projects for construction, improvements, supplies or services in Texas at 7
an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident 8
bidder would be required to underbid a nonresident bidder in order to obtain a comparable 9
contract in the State which the nonresident’s principal place of business is located. 10
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your 11
bid to meet specifications. The failure of nonresident bidders to do so will automatically 12
disqualify that bidder. Resident bidders must check the box in Section B. 13
A. Nonresident bidders in the State of ______________________, our principal place of 14
business, are required to be ________________ percent lower than resident bidders by State 15
Law. A copy of the statute is attached. 16
Nonresident bidders in the State of _____________________, our principal place of business, 17
are not required to underbid resident bidders. 18
B. The principal place of business of our company or our parent company or majority owner is 19
in the State of Texas. 20
21
BIDDER: 22
23
_____________________________________ By: ___________________________________ 24
Company (Please Print) 25
26
_____________________________________ Signature: ______________________________ 27
Address 28
29
_____________________________________ Title: __________________________________ 30
City/State/Zip (Please Print) 31
32
Date: __________________________________ 33
34
END OF SECTION 35
00 45 13 - 1
BIDDER'S MINIMUM QUALIFICATION STATEMENT
Page 1 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 45 13 1
BIDDER'S MINIMUM QUALIFICATION STATEMENT 2
3
List three (3) Government references, other than the City of Denton, who can verify the quality of service 4
your company provides. The City prefers customers of similar size and scope of work to this solicitation. 5
6
REFERENCE ONE
7
GOVERNMENT/COMPANY NAME: 8
LOCATION: 9
CONTACT PERSON AND TITLE: 10
TELEPHONE NUMBER: 11
SCOPE OF WORK: 12
CONTRACT PERIOD: 13
14
REFERENCE TWO
15
GOVERNMENT/COMPANY NAME: 16
LOCATION: 17
CONTACT PERSON AND TITLE: 18
TELEPHONE NUMBER: 19
SCOPE OF WORK: 20
CONTRACT PERIOD: 21
22
REFERENCE THREE
23
GOVERNMENT/COMPANY NAME: 24
LOCATION: 25
CONTACT PERSON AND TITLE: 26
TELEPHONE NUMBER: 27
SCOPE OF WORK: 28
CONTRACT PERIOD: 29
30
31
32
33
34
00 45 13 - 2
BIDDER'S MINIMUM QUALIFICATION STATEMENT
Page 2 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
PROJECT INFORMATION FORM 1
2
Detail three (3) of the most recent projects Bidder’s firm has completed providing 3
services similar to this project: 4
5
Project #1 6
Name of Project: 7
8
Project Owner Name, Address and Phone Number: 9
10
Original Contract Amount: 11
12
Final Contract Amount: 13
14
Contract Time Allotted (Calendar Days): 15
16
Start Date for Project: 17
18
Final Completion Date for Project: 19
20
Number of Days to complete (calendar days): 21
22
23
Detail the project, including size, length, and materials used. Also describe any known contractual issues, 24
successes, or potential problems and solutions encountered. 25
26
_________________________________________________________________________________________27
_________________________________________________________________________________________28
_________________________________________________________________________________________29
_________________________________________________________________________________________30
_________________________________________________________________________________________31
_________________________________________________________________________________________32
_________________________________________________________________________________________33
_________________________________________________________________________________________34
_________________________________________________________________________________________35
_________________________________________________________________________________________36
_________________________________________________________________________________________37
_________________________________________________________________________________________ 38
39
00 45 13 - 3
BIDDER'S MINIMUM QUALIFICATION STATEMENT
Page 3 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1
PROJECT INFORMATION FORM 2
3
4
5
6
Project #2 7
Name of Project: 8
9
Project Owner Name, Address and Phone Number: 10
11
Original Contract Amount: 12
13
Final Contract Amount: 14
15
Contract Time Allotted (Calendar Days): 16
17
Start Date for Project: 18
19
Final Completion Date for Project: 20
21
Number of Days to complete (calendar days): 22
23
24
Detail the project, including size, length, and materials used. Also describe any known contractual issues, 25
successes, or potential problems and solutions encountered. 26
27
_________________________________________________________________________________________28
_________________________________________________________________________________________29
_________________________________________________________________________________________30
_________________________________________________________________________________________31
_________________________________________________________________________________________32
_________________________________________________________________________________________33
_________________________________________________________________________________________34
_________________________________________________________________________________________35
_________________________________________________________________________________________36
_________________________________________________________________________________________37
_________________________________________________________________________________________38
_________________________________________________________________________________________39
_________________________________________________________________________________________40
__ 41
42
00 45 13 - 4
BIDDER'S MINIMUM QUALIFICATION STATEMENT
Page 4 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1
PROJECT INFORMATION FORM 2
3
4
5
Project #3 6
Name of Project: 7
8
Project Owner Name, Address and Phone Number: 9
10
Original Contract Amount: 11
12
Final Contract Amount: 13
14
Contract Time Allotted (Calendar Days): 15
16
Start Date for Project: 17
18
Final Completion Date for Project: 19
20
Number of Days to complete (calendar days): 21
22
23
Detail the project, including size, length, and materials used. Also describe any known contractual issues, 24
successes, or potential problems and solutions encountered. 25
26
_________________________________________________________________________________________27
_________________________________________________________________________________________28
_________________________________________________________________________________________29
_________________________________________________________________________________________30
_________________________________________________________________________________________31
_________________________________________________________________________________________32
_________________________________________________________________________________________33
_________________________________________________________________________________________34
_________________________________________________________________________________________35
_________________________________________________________________________________________36
_________________________________________________________________________________________37
_________________________________________________________________________________________38
_________________________________________________________________________________________39
__ 40
41
00 45 13 - 5
BIDDER'S MINIMUM QUALIFICATION STATEMENT
Page 5 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SAFETY RECORD QUESTIONNAIRE 1
2
The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local 3
Government Code, and consider the safety records of potential contractors prior to award of City 4
contracts. Pursuant to Section 252.0435 of the Local Government Code, the City of Denton has 5
adopted the following written definition and criteria for accurately determining the safety record 6
of a respondent prior to awarding City contracts. 7
8
The definition and criteria for determining the safety record of a respondent for this consideration 9
shall be: 10
11
The City of Denton shall consider the safety record of the respondent in determining the 12
responsibility thereof. The City may consider any incidence involving worker safety or 13
safety of the citizens of the City of Denton, be it related or caused by environmental, 14
mechanical, operational, supervision or any other cause or factor. Specifically, the City 15
may consider, among other things: 16
A. Complaints to, or final orders entered by, the Occupational Safety and Health 17
Review Commission (OSHRC), against the respondent for violations of OSHA 18
regulations within the past three (3) years. 19
B. Citations (as defined below) from an Environmental Protection Agency (as 20
defined below) for violations within the past five (5) years. Environmental 21
Protection Agencies include, but are not necessarily limited to, the U.S. Army 22
Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the 23
Environmental Protection Agency (EPA), the Texas Commission on 24
Environmental Quality (TCEQ), the Texas Natural Resource Conservation 25
Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of 26
Health (TDH), the Texas Parks and Wildlife Department (TPWD), the Structural 27
Pest Control Board (SPCB), agencies of local governments responsible for 28
enforcing environmental protection or worker safety related laws or regulations, 29
and similar regulatory agencies of other states of the United States. Citations 30
include notices of violation, notices of enforcement, suspension/revocations of 31
state or federal licenses or registrations, fines assessed, pending criminal 32
complaints, indictments, or convictions, administrative orders, draft orders, final 33
orders, and judicial final judgments. 34
C. Convictions of a criminal offense within the past ten (10) years, which resulted in 35
bodily harm or death. 36
D. Any other safety related matter deemed by the City Council to be material in 37
determining the responsibility of the respondent and his or her ability to perform 38
the services or goods required by the solicitation documents in a safe 39
environment, both for the workers and other employees of respondent and the 40
citizens of the City of Denton. 41
42
In order to obtain proper information from respondents so that City of Denton may consider the 43
safety records of potential contractors prior to awarding bids on City contracts, City of Denton 44
requires that respondents answer the following three (3) questions and submit them with their 45
submissions: 46
47
48
00 45 13 - 6
BIDDER'S MINIMUM QUALIFICATION STATEMENT
Page 6 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
QUESTION ONE 1
2
Has the respondent, or the firm, corporation, partnership, or institution represented by the 3
respondent, or anyone acting for such firm, corporation, partnership or institution, received 4
citations for violations of OSHA within the past three (3) years? 5
6
YES NO 7
8
If the respondent has indicated YES for question number one above, the respondent must provide 9
to City of Denton, with its submission, the following information with respect to each such 10
citation: 11
12
Date of offense, location of establishment inspected, category of offense, final disposition of 13
offense, if any, and penalty assessed. 14
15
QUESTION TWO 16
17
Has the respondent, or the firm, corporation, partnership, or institution represented by the 18
respondent, or anyone acting for such firm, corporation, partnership or institution, received 19
citations for violations of environmental protection laws or regulations, of any kind or type, 20
within the past five years? Citations include notice of violation, notice of enforcement, 21
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending 22
criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, 23
and judicial final judgments. 24
25
YES NO 26
27
If the respondent has indicated YES for question number two above, the respondent must provide 28
to City of Denton, with its submission, the following information with respect to each such 29
conviction: 30
31
Date of offense or occurrence, location where offense occurred, type of offense, final disposition 32
of offense, if any, and penalty assessed. 33
34
QUESTION THREE 35
36
Has the respondent, or the firm, corporation, partnership, or institution represented by respondent, 37
or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, 38
within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or 39
death? 40
41
YES NO 42
43
If the respondent has indicated YES for question number three above, the respondent must 44
provide to City of Denton, with its submission, the following information with respect to each 45
such conviction: 46
Date of offense, location where offense occurred, type of offense, final disposition of offense, if 47
any, and penalty assessed. 48
END OF SECTION 49
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 45 26 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 2
3
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4
provides worker’s compensation insurance coverage for all of its employees employed on Denton 5
Street Rehabilitation. Contractor further certifies that, pursuant to Texas Labor Code, Section 6
406.096(b), as amended, it will provide to City its subcontractor’s certificates of compliance with 7
worker’s compensation coverage. 8
9
CONTRACTOR: 10
11
_____________________________________ By: ___________________________________ 12
Company (Please Print) 13
14
_____________________________________ Signature: ______________________________ 15
Address 16
17
_____________________________________ Title: __________________________________ 18
City/State/Zip (Please Print) 19
20
21
THE STATE OF TEXAS § 22
23
COUNTY OF DENTON § 24
25
BEFORE ME, the undersigned authority, on this day personally appeared 26
___________________________________, known to me to be the person whose name is 27
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28
the act and deed of ____________________________________ for the purposes and 29
consideration therein expressed and in the capacity therein stated. 30
31
GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____________day of 32
_______________________, 20__. 33
34
35
__________________________________ 36
Notary Public in and for the State of Texas 37
38
END OF SECTION 39
40
00 45 43 - 1
CORPORATE RESOLUTION AUTHORIZING SIGNATORIES
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 45 43 1
CORPORATE RESOLUTION AUTHORIZING SIGNATORIES 2
3
4
5
[Assembler: For Contract Document execution, remove this page and replace with Bidder’s 6
corporate resolution authorizing signatories.] 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
END OF SECTION 24
00 52 43 - 1
Agreement
Page 1 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 52 43 1
AGREEMENT 2
3
THIS AGREEMENT, authorized on ______________is made by and between the City of Denton, 4
a Texas home rule municipality, acting by and through its duly authorized City Manager, (“City”), 5
and ______________________________________________________________, authorized to 6
do business in Texas, acting by and through its duly authorized representative, (“Contractor”). 7
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8
Article 1. WORK 9
Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10
Project identified herein. 11
Article 2. PROJECT 12
The project for which the Work under the Contract Documents may be the whole or only a part is 13
generally described as follows: 14
Denton Street Rehabilitation 15
Project No. 190057 16
Article 3. CONTRACT PRICE 17
City agrees to pay Contractor for performance of the Work in accordance with the Contract 18
Documents an amount, in current funds, of __________________________________Dollars 19
($___________________). 20
Article 4. CONTRACT TIME 21
4.1 Final Acceptance. 22
The Work will be complete for Final Acceptance within 600 days after the date when the 23
Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 24
plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 25
4.2 Liquidated Damages 26
Contractor recognizes that time is of the essence for completion of Milestones, if any, and 27
to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 28
not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 29
recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 30
the actual loss suffered by the City if the Work is not completed on time. Accordingly, 31
instead of requiring any such proof, Contractor agrees that as liquidated damages for delay 32
(but not as a penalty), Contractor shall pay City one thousand two hundred fifty Dollars 33
($1,250.00) for each day that expires after the time specified in Paragraph 4.1 for Final 34
Acceptance until the City issues the Final Letter of Acceptance. 35
Article 5. CONTRACT DOCUMENTS 36
5.1 CONTENTS: 37
A. The Contract Documents which comprise the entire agreement between City and 38
Contractor concerning the Work consist of the following: 39
1. This Agreement. 40
00 52 43 - 2
Agreement
Page 2 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
2. Attachments to this Agreement: 1
a. Bid Form 2
1) Proposal Form 3
2) Vendor Compliance to State Law Non-Resident Bidder 4
3) State and Federal documents (project specific) 5
b. Current Prevailing Wage Rate Table 6
c. Insurance ACORD Form(s) 7
d. Payment Bond 8
e. Performance Bond 9
f. Maintenance Bond 10
g. Power of Attorney for the Bonds 11
h. Worker’s Compensation Affidavit 12
i. Form 1295 – Certificate of Interested Parties 13
3. General Conditions. 14
4. Supplementary Conditions. 15
5. Specifications specifically made a part of the Contract Documents by attachment or, 16
if not attached, as incorporated by reference and described in the Table of Contents 17
of the Project’s Contract Documents. 18
6. North Central Texas Council of Governments Standard Specifications for Public 19
Works Construction – Fourth Edition, Divisions 200-800, and as amended by City, 20
as incorporated by reference and described in the Table of Contents of the Project’s 21
Contract Documents. 22
7. Drawings. 23
8. Addenda. 24
9. Documentation submitted by Contractor prior to Notice of Award. 25
10. The following which may be delivered or issued after the Effective Date of the 26
Agreement and, if issued, become an incorporated part of the Contract Documents: 27
a. Notice to Proceed. 28
b. Field Orders. 29
c. Change Orders. 30
d. Letter of Final Acceptance. 31
32
33
00 52 43 - 3
Agreement
Page 3 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
Article 6. INDEMNIFICATION 1
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 2
expense, the city, its officers, servants and employees, from and against any and all 3
claims arising out of, or alleged to arise out of, the work and services to be performed 4
by the contractor, its officers, agents, employees, subcontractors, licensees or invitees 5
under this contract. This indemnification provision is specifically intended to operate 6
and be effective even if it is alleged or proven that all or some of the damages being 7
sought were caused, in whole or in part, by any act, omission or negligence of the city. 8
This indemnity provision is intended to include, without limitation, indemnity for any 9
and all costs, expenses and legal fees incurred by the city in defending against such 10
claims and causes of actions. 11
12
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 13
the city, its officers, servants and employees, from and against any and all loss of, 14
damage to, or destruction of, property of the city, arising out of, or alleged to arise out 15
of, the work and services to be performed by the contractor, its officers, agents, 16
employees, subcontractors, licensees or invitees under this contract. This 17
indemnification provision is specifically intended to operate and be effective even if it is 18
alleged or proven that all or some of the damages being sought were caused, in whole or 19
in part, by any act, omission or negligence of the city. 20
21
Article 7. MISCELLANEOUS 22
7.1 Terms. 23
Terms used in this Agreement which are defined in Article 1 of the General Conditions will 24
have the meanings indicated in the General Conditions. 25
7.2 Assignment of Contract. 26
This Agreement, including all of the Contract Documents may not be assigned by the 27
Contractor without the advanced express written consent of the City. 28
7.3 Successors and Assigns. 29
City and Contractor each binds itself, its partners, successors, assigns and legal 30
representatives to the other party hereto, in respect to all covenants, agreements and 31
obligations contained in the Contract Documents. 32
7.4 Severability. 33
Any provision or part of the Contract Documents held to be unconstitutional, void or 34
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 35
remaining provisions shall continue to be valid and binding upon City and Contractor. 36
7.5 Governing Law and Venue. 37
This Agreement, including all of the Contract Documents is performable in the State of 38
Texas. Venue shall be Denton County, Texas, or the United States District Court for the 39
Eastern District of Texas, Sherman Division. 40
00 52 43 - 4
Agreement
Page 4 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
7.6 Authority to Sign. 1
Contractor shall attach evidence of authority to sign Agreement if signed by someone other 2
than the duly authorized signatory of the Contractor. 3
4
7.7 Prohibition On Contracts With Companies Boycotting Israel. 5
Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 6
Code, the City is prohibited from entering into a contract with a company for goods or 7
services unless the contract contains a written verification from the company that it: (1) 8
does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 9
The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms 10
in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 11
certifies that Contractor’s signature provides written verification to the City that 12
Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of 13
the contract. 14
15
7.8 Immigration Nationality Act. 16
Contractor shall verify the identity and employment eligibility of its employees who perform 17
work under this Agreement, including completing the Employment Eligibility Verification 18
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms 19
and supporting eligibility documentation for each employee who performs work under this 20
Agreement. Contractor shall adhere to all Federal and State laws as well as establish 21
appropriate procedures and controls so that no services will be performed by any Contractor 22
employee who is not legally eligible to perform such services. CONTRACTOR SHALL 23
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 24
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 25
CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, 26
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right 27
to immediately terminate this Agreement for violations of this provision by Contractor. 28
29
7.9 No Third-Party Beneficiaries. 30
This Agreement gives no rights or benefits to anyone other than the City and the Contractor 31
and there are no third-party beneficiaries. 32
33
34
00 52 43 - 5
Agreement
Page 5 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
7.10 No Cause of Action Against Engineer. 1
Contractor, its subcontractors and equipment and materials suppliers on the Project or their 2
sureties, shall maintain no direct action against the Engineer, its officers, employees, and 3
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering 4
services performed. Only the City will be the beneficiary of any undertaking by the Engineer. 5
The presence or duties of the Engineer's personnel at a construction site, whether as on-site 6
representatives or otherwise, do not make the Engineer or its personnel in any way 7
responsible for those duties that belong to the City and/or the City's Contractors or other 8
entities, and do not relieve the Contractors or any other entity of their obligations, duties, and 9
responsibilities, including, but not limited to, all construction methods, means, techniques, 10
sequences, and procedures necessary for coordinating and completing all portions of the 11
construction work in accordance with the Contract Documents and any health or safety 12
precautions required by such construction work. The Engineer and its personnel have no 13
authority to exercise any control over any construction contractor or other entity or their 14
employees in connection with their work or any health or safety precautions. 15
16
SIGNATURE PAGE TO FOLLOW 17
18
00 52 43 - 6
Agreement
Page 6 of 6
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective 1
as of the date subscribed by the City’s designated City Manager (“Effective Date”). 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
ATTEST: 37
JENNIFER WALTERS, CITY SECRETARY 38
39
40
_______________________________________ 41
42
43
APPROVED AS TO LEGAL FORM: 44
AARON LEAL, CITY ATTORNEY 45
46
_______________________________________ 47
_______________________________________
CITY OF DENTON
BY: ___________________________________
TITLE: _______________________________
____________________
CONTRACTOR
[CONTRACTOR’S CORPORATE NAME HERE]
BY: ___________________________________
AUTHORIZED AGENT
_______________________________________
NAME
_______________________________________
TITLE
_______________________________________
PHONE NUMBER
_______________________________________
EMAIL ADDRESS
00 61 13 - 1
PERFORMANCE BOND
Page 1 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 61 13 1
PERFORMANCE BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF DENTON § 6
7
That we, _____________________________________________________, known as 8
“Principal” herein and ____________________________________________, a corporate 9
surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10
“Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a 11
municipal corporation created pursuant to the laws of Texas, known as “City” herein, in the penal 12
sum of, ___________________________________________ Dollars 13
($_______________________), lawful money of the United States, to be paid in Denton, Denton 14
County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our 15
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16
presents. 17
WHEREAS, the Principal has entered into a certain written contract with the City 18
awarded the _____ day of ________________, 20___, 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 defined by law, in the prosecution of the Work, including any Change 21
Orders, as provided for in said Contract designated as Denton Street Rehabilitation. 22
NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23
shall faithfully perform it obligations under the Contract and shall in all respects duly and 24
faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25
specifications, and contract documents therein referred to, and as well during any period of 26
extension of the Contract that may be granted on the part of the City, then this obligation shall be 27
and become null and void, otherwise to remain in full force and effect. 28
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29
Denton County, Texas or the United States District Court for the Eastern District of Texas, 30
Sherman Division. 31
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
This bond is made and executed in compliance with the provisions of Chapter 2253 of the 1
Texas Government Code, as amended, and all liabilities on this bond shall be determined in 2
accordance with the provisions of said statue. 3
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 4
this instrument by duly authorized agents and officers on this the day of 5
, 20 . 6
PRINCIPAL: 7
____________________________________ 8
____________________________________ 9
10
BY: ________________________________ 11
Signature 12
ATTEST: 13
14
______________________________ ____________________________________ 15
(Principal) Secretary Name and Title 16
17
Address: ____________________________ 18
____________________________ 19
____________________________ 20
_____________________________ 21
Witness as to Principal 22
SURETY: 23
____________________________________ 24
____________________________________ 25
26
BY: ________________________________ 27
Signature 28
29
____________________________________ 30
Name and Title 31
32
Address: ____________________________ 33
____________________________ 34
____________________________ 35
_____________________________ 36
Witness as to Surety Telephone Number: ___________________ 37
38
39
40
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41
from the by-laws showing that this person has authority to sign such obligation. If 42
Surety’s physical address is different from its mailing address, both must be provided. 43
The date of the bond shall not be prior to the date the Contract is awarded. 44
45
00 61 14 - 1
PAYMENT BOND
Page 1 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 61 14 1
PAYMENT BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF DENTON § 6
7
That we, _____________________________________________________, known as 8
“Principal” herein, and _________________________________________________________, a 9
corporate surety (sureties), duly authorized to do business in the State of Texas, known as “Surety” 10
herein (whether one or more), are held and firmly bound unto the City of Denton, a municipal 11
corporation created pursuant to the laws of the State of Texas, known as “City” herein, in the penal 12
sum of___________________________________________ Dollars 13
($_______________________), lawful money of the United States, to be paid in Denton, Denton 14
County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 15
executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16
WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17
_____ day of ______________________, 20_____, which Contract is hereby referred to and 18
made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 19
labor and other accessories as defined by law, in the prosecution of the Work as provided for in 20
said Contract and designated as Denton Street Rehabilitation. 21
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22
Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23
Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24
the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25
force and effect. 26
This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27
Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28
accordance with the provisions of said statute. 29
30
00 61 14 - 2
PAYMENT BOND
Page 2 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 1
this instrument by duly authorized agents and officers on this the _________ day of 2
___________________, 20_____. 3
4
PRINCIPAL:
_________________________________
_________________________________
ATTEST: BY: _____________________________
Signature
___________________________________ _____________________________
(Principal) Secretary Name and Title
Address: _________________________
_________________________
___________________________________ _________________________
Witness as to Principal
SURETY:
_________________________________
_________________________________
ATTEST: BY: _____________________________
Signature
__________________________________ _____________________________
(Surety) Secretary Name and Title
Address: _________________________
_________________________
__________________________________ _________________________
Witness as to Surety
Telephone Number: ________________
5
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 6
showing that this person has authority to sign such obligation. If Surety’s physical address is 7
different from its mailing address, both must be provided. 8
9
THE DATE OF THE BOND SHALL NOT BE PRIOR 10
TO THE DATE THE CONTRACT IS AWARDED. 11
END OF SECTION 12
13
00 61 19 - 1
MAINTENANCE BOND
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 61 19 1
MAINTENANCE BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF TARRANT § 6
7
That we_____________________________________________________, known as 8
“Principal” herein and ____________________________________________, a corporate surety 9
(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10
“Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a 11
municipal corporation created pursuant to the laws of the State of Texas, known as “City” herein, 12
in the sum of_________________________________________ Dollars 13
($_______________________), lawful money of the United States, to be paid in Denton, Denton 14
County, Texas, for payment of which sum well and truly be made unto the City and its 15
successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16
and severally, firmly by these presents. 17
18
WHEREAS, the Principal has entered into a certain written contract with the City awarded 19
the_____ day of , 20 , which Contract is hereby 20
referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21
materials, equipment labor and other accessories as defined by law, in the prosecution of the 22
Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23
the “Work”) as provided for in said contract and designated as Denton Street Rehabilitation; and 24
25
WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26
accordance with the plans, specifications and Contract Documents that the Work is and will 27
remain free from defects in materials or workmanship for and during the period of two (2) years 28
after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 29
30
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31
upon receiving notice from the City of the need therefor at any time within the Maintenance 32
Period. 33
34
00 61 19 - 2
MAINTENANCE BOND
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
NOW THEREFORE, the condition of this obligation is such that if Principal shall 1
remedy any defective Work, for which timely notice was provided by City, to a completion 2
satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 3
full force and effect. 4
5
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 6
noticed defective Work, it is agreed that the City may cause any and all such defective Work to 7
be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 8
the Surety under this Maintenance bond; and 9
10
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 11
Denton County, Texas or the United States District Court for the Eastern District of Texas, 12
Sherman Division; and 13
14
PROVIDED FURTHER, that this obligation shall be continuous in nature and 15
successive recoveries may be had hereon for successive breaches. 16
17
18
19
00 61 19 - 3
MAINTENANCE BOND
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 1
instrument by duly authorized agents and officers on this the day of 2
, 20__. 3
4
PRINCIPAL: 5
____________________________________ 6
____________________________________ 7
8
BY: ________________________________ 9
Signature 10
ATTEST: 11
12
______________________________ ____________________________________ 13
(Principal) Secretary Name and Title 14
15
Address: ____________________________ 16
____________________________ 17
____________________________ 18
_____________________________ 19
Witness as to Principal 20
SURETY: 21
____________________________________ 22
____________________________________ 23
24
BY: ________________________________ 25
Signature 26
27
____________________________________ 28
ATTEST: Name and Title 29
30
_____________________________ Address: ____________________________ 31
(Surety) Secretary ____________________________ 32
____________________________ 33
_____________________________ 34
Witness as to Surety Telephone Number: ___________________ 35
36
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37
from the by-laws showing that this person has authority to sign such obligation. If 38
Surety’s physical address is different from its mailing address, both must be provided. 39
The date of the bond shall not be prior to the date the Contract is awarded. 40
41
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 61 25 1
CERTIFICATE OF INSURANCE 2
3
4
5
[Assembler: For Contract Document execution, remove this page and replace with standard 6
ACORD Certificate of Insurance form.] 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
END OF SECTION 24
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 6
Article 2 – Preliminary Matters ......................................................................................................................... 7
2.01 Copies of Documents .................................................................................................................... 7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 7
2.04 Before Starting Construction ........................................................................................................ 7
2.05 Preconstruction Conference.......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initial Acceptance of Schedules.................................................................................................... 8
2.08 Electronic Submittals.................................................................................................................... 8
Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8
3.01 Intent.............................................................................................................................................. 8
3.02 Reference Standards...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies....................................................................................... 9
3.04 Amending and Supplementing Contract Documents................................................................. 10
3.05 Reuse of Documents ................................................................................................................... 10
3.06 Electronic Data............................................................................................................................ 11
Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points........................................................................................................... 11
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 Hazardous Environmental Condition at Site .............................................................................. 14
Article 5 – Bonds and Insurance ..................................................................................................................... 15
5.01 Licensed Sureties and Insurers ................................................................................................... 15
5.02 Performance, Payment, and Maintenance Bonds....................................................................... 15
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
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
6.02 Labor; Working Hours ................................................................................................................ 19
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule.......................................................................................................................... 20
6.05 Substitutes and “Or-Equals” ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 23
6.07 Wage Rates.................................................................................................................................. 24
6.08 Patent Fees and Royalties ........................................................................................................... 25
6.09 Permits and Utilities.................................................................................................................... 26
6.10 Laws and Regulations ................................................................................................................. 26
6.11 Taxes ........................................................................................................................................... 27
6.12 Use of Site and Other Areas ....................................................................................................... 27
6.13 Record Documents...................................................................................................................... 28
6.14 Safety and Protection .................................................................................................................. 29
6.15 Safety Representative.................................................................................................................. 29
6.16 Hazard Communication Programs ............................................................................................. 30
6.17 Emergencies and/or Rectification............................................................................................... 30
6.18 Submittals.................................................................................................................................... 30
6.19 Continuing the Work................................................................................................................... 31
6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32
6.21 Indemnification ......................................................................................................................... 32
6.22 Delegation of Professional Design Services .............................................................................. 33
6.23 Right to Audit.............................................................................................................................. 34
6.24 Nondiscrimination....................................................................................................................... 34
Article 7 – Other Work at the Site................................................................................................................... 34
7.01 Related Work at Site ................................................................................................................... 34
7.02 Coordination................................................................................................................................ 35
Article 8 – City’s Responsibilities................................................................................................................... 35
8.01 Communications to Contractor................................................................................................... 35
8.02 Furnish Data ................................................................................................................................ 35
8.03 Pay When Due ............................................................................................................................ 35
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 ....................................................................................... 36
8.08 Undisclosed Hazardous Environmental Condition .................................................................... 36
8.09 Compliance with Safety Program............................................................................................... 36
Article 9 – City’s Observation Status During Construction ........................................................................... 36
9.01 City’s Project Manager ……...................................................................................................... 36
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 37
9.04 Rejecting Defective Work .......................................................................................................... 37
9.05 Determinations for Work Performed .......................................................................................... 37
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38
10.01 Authorized Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 38
10.03 Execution of Change Orders....................................................................................................... 38
10.04 Extra Work .................................................................................................................................. 38
10.05 Notification to Surety.................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 39
Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 40
11.01 Cost of the Work ......................................................................................................................... 40
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Work .......................................................................................................................... 43
11.04 Plans Quantity Measurement ...................................................................................................... 45
Article 12 – Change of Contract Price; Change of Contract Time................................................................. 45
12.01 Change of Contract Price ............................................................................................................ 45
12.02 Change of Contract Time............................................................................................................ 46
12.03 Delays .......................................................................................................................................... 47
Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 47
13.01 Notice of Defects ........................................................................................................................ 47
13.02 Access to Work ........................................................................................................................... 47
13.03 Tests and Inspections .................................................................................................................. 47
13.04 Uncovering Work........................................................................................................................ 49
13.05 City May Stop the Work ............................................................................................................. 49
13.06 Correction or Removal of Defective Work ................................................................................ 49
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 ........................................................................................................................ 54
14.05 Final Inspection ........................................................................................................................... 55
14.06 Final Acceptance......................................................................................................................... 55
14.07 Final Payment.............................................................................................................................. 55
14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56
14.09 Waiver of Claims ........................................................................................................................ 56
Article 15 – Suspension of Work and Termination ........................................................................................ 57
15.01 City May Suspend Work............................................................................................................. 57
15.02 City May Terminate for Cause ................................................................................................... 57
15.03 City May Terminate For Convenience ....................................................................................... 59
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Article 16 – Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures ............................................................................................................. 61
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings...................................................................................................................................... 63
00 72 00 - 1
GENERAL CONDITIONS
Page 1 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below
have the meanings indicated which are applicable to both the singular and plural thereof, and
words denoting gender shall include the masculine, feminine and neuter. Said terms are generally
capitalized or written in italics, but not always. When used in a context consistent with the
definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United States
Occupational Safety and Health Administration.
5. Award – Authorization by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder—The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
12. Change Order—A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. City— The City of Denton is a Texas home-rule municipal corporation acting by its City
Council through its City Manager or his designee.
14. City Attorney – The officially appointed City Attorney of the City of Denton, Texas, or his
duly authorized representative.
15. City Council - The duly elected and qualified governing body of the City of Denton,
Texas.
16. City Manager – The officially appointed and authorized City Manager of the City of
Denton, Texas, or his duly authorized representative.
17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
18. Contract—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
19. 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.
20. 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).
21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
22. Contractor—The individual or entity with whom City has entered into the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
00 72 00 - 1
GENERAL CONDITIONS
Page 3 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
24. Damage Claims – A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
25. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
26. 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.
27. 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.
28. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
29. Extra Work – Additional work made necessary by changes or alterations of the Contract
Documents or quantities; or for other reasons for which no prices are provided in the Contract
Documents. Extra work shall be part of the Work.
30. 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.
31. Final Acceptance – The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
32. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
33. General Requirements—Sections of Division 1 of the Contract Documents.
34. Hazardous Environmental Condition — The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
35. 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.
36. Incidental – Work items that the Contractor is not paid for directly, but costs for which are
included under the various bid items of the Project.
00 72 00 - 1
GENERAL CONDITIONS
Page 4 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
37. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
38. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
39. 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.
40. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
41. 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.
42. 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.
43. PCBs—Polychlorinated biphenyls.
44. 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.
45. Plans – See definition of Drawings.
46. 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.
47. Project—The Work to be performed under the Contract Documents.
48. Project Manager —The authorized representative of the City who will be assigned to the
Project.
49. Project Manual – The documentary information prepared for bidding and furnishing the Work.
A listing of the contents of the Project Manual is contained in its Table of Contents.
50. Public Meeting – An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
00 72 00 - 1
GENERAL CONDITIONS
Page 5 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
51. 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.
52. Regular Working Hours – Excluding legal holidays, regular working hours shall be Monday
thru Friday between 6:00 a.m. and 8:30 p.m. from June 1 to September 30 and between 7:00
a.m. and 8:30 p.m. from October 1 to May 31.
53. 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.
54. 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.
55. 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.
56. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for access
thereto, and such other lands furnished by City which are designated for the use of Contractor.
57. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and certain
administrative requirements and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Documents by attachment or, if not attached, may be
incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each
Project.
58. 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.
59. 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.
60. Subsidiary – See definition of Incidental.
61. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
62. 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.
63. Supplementary Conditions—That part of the Contract Documents which amends or
00 72 00 - 1
GENERAL CONDITIONS
Page 6 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
supplements these General Conditions.
64. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
65. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
66. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.
67. Weekend Working Hours – Hours between 8:00 a.m. and 8:30 p.m., Saturday, and between
1:00 p.m. and 8:30 p.m. Sunday or legal holiday, as approved in advance by the City.
68. Work—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
69. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 8 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:
1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as
directed” or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the 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:
00 72 00 - 1
GENERAL CONDITIONS
Page 7 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and three (3) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within 30 days after the Effective Date of the Agreement.
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
00 72 00 - 1
GENERAL CONDITIONS
Page 8 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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.
2.08 Electronic Submittals
A. Except as otherwise stated elsewhere in the Contract, the City and Contractor may transmit, and
shall accept, Project-related correspondence, text, data, documents, drawings, information, and
graphics, including but not limited to Shop Drawings and other submittals, in electronic media or
digital format.
B. When transmitting items in electronic media or digital format, the transmitting party makes no
representations as to long term compatibility, usability, or readability of the items resulting from
the recipient’s use of software application packages, operating systems, or computer hardware
differing from those used in the drafting or transmittal of the items, or from those established in
applicable transmittal protocols.
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
thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materials, or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custom or trade usage as being required to produce the indicated result will be
provided whether or not specifically called for, at no additional cost to City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be written
in varying degrees of streamlined or declarative style and some sections may be relatively
narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in
conformity with,” “as shown,” or “as specified” are intentional in streamlined sections.
00 72 00 - 1
GENERAL CONDITIONS
Page 9 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading “Related
Sections include but are not necessarily limited to:” and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor’s Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of
00 72 00 - 1
GENERAL CONDITIONS
Page 10 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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
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:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Drawings
shall govern over Specifications, and Supplementary Conditions shall govern over General
Conditions and Specifications.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City’s written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written verification
or adaptation by Engineer.
00 72 00 - 1
GENERAL CONDITIONS
Page 11 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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). 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 electronic files and the hard copies,
the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting from
the use of software application packages, operating systems, or computer hardware differing from
those used by the data’s creator.
ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
00 72 00 - 1
GENERAL CONDITIONS
Page 12 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technical data” contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such “technical data” is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor’s purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
00 72 00 - 1
GENERAL CONDITIONS
Page 13 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on information
and data furnished to City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the 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 Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting 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 further disturbing conditions affected thereby or performing any
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
00 72 00 - 1
GENERAL CONDITIONS
Page 14 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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 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
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
00 72 00 - 1
GENERAL CONDITIONS
Page 15 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is or has been
rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which
such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is in the area affected by such condition to be
deleted from the Work. City may have such deleted portion of the Work performed by City’s own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is
responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any
individual or entity from and against the consequences of that individual’s or entity’s own
negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
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. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and 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
00 72 00 - 1
GENERAL CONDITIONS
Page 16 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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. The bonds
must be dated on, or after, the date of the Contract.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply with
the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
A. 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.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured,
be complete in its entirety, and show complete insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
00 72 00 - 1
GENERAL CONDITIONS
Page 17 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines
of insurance coverage.
7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance coverage,
and the City desires the contractor/engineer to obtain such coverage, the contract price shall
be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, or self-funding, 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 the scope of the Work, changes in statutory law, court
decision or the claims history of the industry as well as of the contracting party to the City.
The City shall be required to provide prior notice of 90 days, and the insurance adjustments
shall be incorporated into the Work by Change Order.
13. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions, revisions,
or modifications shall not be required where policy provisions are established by law or
regulations binding upon either party or the underwriter on any such policies.
00 72 00 - 1
GENERAL CONDITIONS
Page 18 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’
Liability as is appropriate for the Work being performed and as will provide protection from claims
set forth below which may arise out of or result from Contractor’s performance of the Work and
Contractor’s other obligations under the Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
them to perform any of the Work, or by anyone for whose acts any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, liability under an insured contract, and
explosion/collapse/underground (where those exposures exist). 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
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 construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance of Bonds and 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 the bonds and insurance required
by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent Superintendent,
who is proficient in English, and who shall not be replaced without written notice to City. If at
any time the Superintendent is not satisfactory to the City, Contractor shall, if requested by City,
replace the Superintendent with another satisfactory to City.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction.
6.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours, request must be made by noon at least two (2) Business
00 72 00 - 1
GENERAL CONDITIONS
Page 20 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Days prior
2. for Weekend Working Hours, request must be made by noon of the preceding Wednesday
3. for legal holidays, request must be made by noon seven Days prior to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work, whether or not such items are
specifically called for in the Contract Documents.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of sufficient quality to complete the Work 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.
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification 01 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
6.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
“or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may 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 6.05.A.1, a proposed item of material or equipment
will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
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
4) it is not objectionable to the City.
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 6.05.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
00 72 00 - 1
GENERAL CONDITIONS
Page 22 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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 01 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for review
in the same manner as those provided in Paragraph 6.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
00 72 00 - 1
GENERAL CONDITIONS
Page 23 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor
to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.
No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an “or-equal.” City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.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.
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 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 entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. 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:
00 72 00 - 1
GENERAL CONDITIONS
Page 24 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be
required by Laws and Regulations.
E. 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.
F. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Denton to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts being
subtracted from successive progress payments pending a final determination of the violation.
00 72 00 - 1
GENERAL CONDITIONS
Page 25 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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 11th day after the date that arbitration is required,
a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a
party in the arbitration. The decision and award of the arbitrator is final and binding on all parties
and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the requirements
of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents for use in the
performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such
information does not relieve the Contractor from its obligations to pay for the use of said fees or
royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and 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 Work or resulting
from the incorporation in the Work of any invention, design, process, product, or device not
00 72 00 - 1
GENERAL CONDITIONS
Page 26 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
specified in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided
for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining clearances
and coordinating with the appropriate regulatory agency. The City will not reimburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
5. Texas Department of Licensing and Regulation (TDLR) Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding permits
and licenses.
6.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited
00 72 00 - 1
GENERAL CONDITIONS
Page 27 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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 Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H (as amended), the Contractor may purchase, rent or lease all
materials, supplies and equipment used or consumed in the performance of this contract by issuing
to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with
State Comptroller’s Rulings applicable to Texas Tax Code, Subchapter H. Any such exemption
certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with all
applicable rulings pertaining to the Texas Tax Code, Subchapter H.
B. Texas Tax permits and information may be obtained from:
1. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; or
2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or other
materials or equipment. Contractor shall assume full responsibility for any damage to any such
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed, closed, or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
00 72 00 - 1
GENERAL CONDITIONS
Page 28 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
3. Construction equipment, spoil materials, supplies, forms, buildings, labs, or equipment and
supply storage buildings, or any other item that may be transported by flood flows, shall not
be stored within existing federal floodways during the course of the Work.
4. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
5. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from
and against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish,
and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the City may take such direct action as the City deems
appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice
(by letter or electronic communication), and the costs of such direct action, plus 25% of such costs,
shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cleaning: Prior to Final Acceptance of the Work, Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon
completion of the Work, these record documents, any operation and maintenance manuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate
locations for buried and embedded items.
6.14 Safety and Protection
00 72 00 - 1
GENERAL CONDITIONS
Page 29 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
individual or entity directly or indirectly employed by any of them to perform any 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
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies and/or Rectification
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is required
because of the action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City resources or by contract. The
City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit in accordance with the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data, to demonstrate to City
the services, materials, and equipment Contractor proposes to provide, and to enable City to
review the information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
submittal for the limited purposes required by Paragraph 6.18.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design concept
of the completed Project as a functioning whole as indicated by the Contract Documents.
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
00 72 00 - 1
GENERAL CONDITIONS
Page 32 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other
work or property resulting therefrom which shall appear within a period of two (2) years from the
date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will
give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
00 72 00 - 1
GENERAL CONDITIONS
Page 33 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City,
its officers, servants and employees, from and against any and all loss, damage or destruction
of property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or
invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such services
are required to carry out Contractor’s responsibilities for construction means, methods, techniques,
sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of 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 performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City’s review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
6.23 Right to Audit
A. The City shall have the right to audit and make copies of the books, records and computations
pertaining to the Contract. The Contractor shall retain such books, records, documents and other
evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress
or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are
completed and resolved. These books, records, documents and other evidence shall be available,
within ten (10) business days of written request. Further, the Contractor shall also require all
Subcontractors, material suppliers, and other payees to retain all books, records, documents and
other evidence pertaining to the Contract, and to allow the City similar access to those
documents. All books and records will be made available within a 50 mile radius of the City. The
cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or
greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any
travel costs, must be borne by the Contractor which must be payable within five (5) business days
of receipt of an invoice.
B. Failure to comply with the provisions of this section shall be a material breach of the Contract and
shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms
“books”, “records”, “documents” and “other evidence”, as used above, shall be construed to
include drafts and electronic files, even if such drafts or electronic files are subsequently used to
generate or prepare a final printed document.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7 – OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City 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 starting 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 opportunity for the introduction and storage
of materials and equipment and the execution of such other work, and properly coordinate the
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that 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.
7.02 Coordination
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 among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 – CITY’S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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 structures at
or contiguous to the Site that have been utilized by City in preparing the Contract Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
8.07 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Project Manager or Duly Authorized Representative
City will provide a Project Manager or duly authorized representative during the construction period.
The duties and responsibilities and the limitations of authority of City’s Project Manager or duly
appointed representative during construction are set forth in the Contract Documents. City’s Project
Manager for this Contract is as set forth in the Supplementary Conditions. City will establish a duly
authorized representative at the Preconstruction Meeting in accordance with Section 01 31 19.
00 72 00 - 1
GENERAL CONDITIONS
Page 37 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
9.02 Visits to Site
A. City 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 will determine, in general, if the Work is proceeding in accordance
with the Contract Documents. City will not be required to make exhaustive or continuous
inspections on the Site to check the quality or quantity of the Work. City’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 visits and observations are subject to all the limitations on authority and responsibility set
forth in Paragraph 8.07. Particularly, but without limitation, during or as a result of City’s visits
or observations of Contractor’s Work, City will not supervise, direct, control, or have authority
over or be responsible for Contractor’s means, methods, techniques, sequences, or procedures of
construction, or the safety precautions and programs incident thereto, or for any failure of
Contractor to comply with Laws and Regulations applicable to the performance of the Work.
9.03 Authorized Variations in Work
City’s Project Manager or duly authorized representative may authorize minor variations in the Work
from the requirements of the Contract Documents which do not involve an adjustment in the Contract
Price or the Contract Time and are compatible with the design concept of the completed Project as a
functioning whole as indicated by the Contract Documents. These may be accomplished by a Field
Order and will be binding on City and also on Contractor, who shall perform the Work involved
promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City’s Project Manager or duly authorized representative
believes to be defective, or will not produce a completed Project that conforms to the Contract
Documents or that will prejudice the integrity of the design concept of the completed Project as a
functioning whole as indicated by the Contract Documents. City will have authority to conduct special
inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated,
installed, or completed.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Manager or duly authorized representative will review with Contractor the preliminary determinations
on such matters before rendering a written recommendation. City’s written decision will be final
(except as modified to reflect changed factual conditions or more accurate data).
00 72 00 - 1
GENERAL CONDITIONS
Page 38 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City’s written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall proceed with
the Work involved only upon receiving written notice from City. Extra Work will be performed
under the applicable conditions of the Contract Documents (except as otherwise specifically
provided). Extra Work shall be memorialized by a Change Order which may or may not precede
an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as amended,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City’s correction
of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Dispute of 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
00 72 00 - 1
GENERAL CONDITIONS
Page 39 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the general
scope of the Work or the provisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility.
The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any
such change.
10.06 Contract Claims Process
A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09,
shall be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the
Contract Documents or by Laws and Regulations in respect of such Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor’s written statement that the
00 72 00 - 1
GENERAL CONDITIONS
Page 40 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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.
D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
F. If the City fails to take any action pursuant to Paragraph 10.06 (C) the contract Claim is
considered to have been denied by the City.
ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in the
Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
00 72 00 - 1
GENERAL CONDITIONS
Page 41 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
a. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers’ compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers’ field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall
be determined in the same manner as Contractor’s Cost of the 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
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
00 72 00 - 1
GENERAL CONDITIONS
Page 42 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable. Such losses shall
include settlements made with the written consent and approval of City. No such losses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor’s fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor’s principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the Contractor’s fee.
2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the
Site.
3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee
00 72 00 - 1
GENERAL CONDITIONS
Page 43 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.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. Cash Allowances:
1. Contractor agrees that:
a. the cash allowances include the cost to Contractor (less any applicable trade discounts) 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 cash allowances have been included in the
allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use
of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the estimated
quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
00 72 00 - 1
GENERAL CONDITIONS
Page 44 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor’s overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price work
listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
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.
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
00 72 00 - 1
GENERAL CONDITIONS
Page 45 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
11.04 Plans Quantity Measurement for Unclassified Excavation or Embankment
A. Plans quantities may or may not represent the exact quantity of work performed or material moved,
handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than
25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity.
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the 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 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
fee for overhead and profit (determined as provided in Paragraph 12.01.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 11.01.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor’s additional fee shall be 15 percent except for:
1) rental fees for Contractor’s own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee
and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and
11.01.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
00 72 00 - 1
GENERAL CONDITIONS
Page 47 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made
therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or
neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor’s safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or approvals,
00 72 00 - 1
GENERAL CONDITIONS
Page 48 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
pay all costs in connection therewith, and furnish City the required certificates of inspection or
approval; excepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to
perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
00 72 00 - 1
GENERAL CONDITIONS
Page 49 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out of
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an extension
of the Contract Time directly attributable to such uncovering, exposure, observation,
inspection, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
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 permitted by Laws and Regulations as contemplated in
Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in
accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs) arising
out of or relating to such correction or repair or such removal and replacement (including but not
limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
00 72 00 - 1
GENERAL CONDITIONS
Page 51 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City’s evaluation of and determination to accept
such defective Work and for the diminished value of the Work to the extent not otherwise paid by
Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Contract Documents with respect to the Work, and City
shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude Contractor
from all or 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, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 13.09.
ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of 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 City. Progress payments on account of Unit Price Work will be based on the number of
00 72 00 - 1
GENERAL CONDITIONS
Page 52 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
units completed.
14.02 Progress Payments
A. Applications 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 prior Applications for Payment.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City’s processing of any payment requested in an Application for Payment will be based on
City’s observations of the executed Work, and on City’s review of the Application for Payment
and the accompanying data and schedules, that to the best of City’s knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the
results of any subsequent tests called for in the Contract Documents, a final determination
00 72 00 - 1
GENERAL CONDITIONS
Page 53 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
of quantities and classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the responsibilities specifically assigned
to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Contractor’s
performance of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective, or the completed Work has been damaged by the Contractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For all contracts, 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 54 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
F. Reduction in Payment:
1. City may refuse to make payment of the amount requested because:
a. Claims have been made against City on account of Contractor’s performance or
furnishing of the Work;
b. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific bond satisfactory to City to secure the satisfaction and discharge of
such Liens;
c. there are other items entitling City to a set-off against the amount recommended; or
d. City has actual knowledge of the occurrence of any of the events enumerated
in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or
any adjustment thereto agreed to by City and Contractor, when Contractor remedies the
reasons for such action.
00 72 00 - 1
GENERAL CONDITIONS
Page 55 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
14.03 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of all Liens.
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which City,
determines constitutes a separately functioning and usable part of the Work that can be used
by City for its intended purpose without significant interference with Contractor’s performance of
the remainder of the Work. City at any time may notify Contractor in writing to permit City to use
or occupy any such part of the Work which City determines to be ready for its intended use, subject
to the following conditions:
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 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. City will promptly 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. City reserves the right to deny request for Final Inspection if City determines that the entire Work
is not sufficiently complete to warrant a Final Inspection.
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.
00 72 00 - 1
GENERAL CONDITIONS
Page 56 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments and complete and legally effective releases or waivers
(satisfactory to City) of all Lien rights arising out of or Liens filed in connection with
the Work.
B. Payment Becomes Due:
1. After City’s acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor’s final Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work not fully completed or corrected is less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Contract Documents, for any reason, the City will make no extra payment for stand-by time of
construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation, may justify termination for cause:
00 72 00 - 1
GENERAL CONDITIONS
Page 58 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
1. Contractor’s persistent failure to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable
materials or equipment, failure to adhere to the Project Schedule established under Paragraph
2.07 as adjusted from time to time pursuant to Paragraph 6.04.
2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor’s repeated disregard of the authority of City; or
4. Contractor’s violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor’s failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written
notice to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar days
after date of an additional written notice demanding Surety's performance of its
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
00 72 00 - 1
GENERAL CONDITIONS
Page 59 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses and damages sustained by City arising out of or resulting from
completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by City will be incorporated in a Change Order, provided
that when exercising any rights or remedies under this Paragraph, City shall not be required to
obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the 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 terminated if Contractor
begins within seven days of receipt of notice of intent to terminate 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 termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor
specifying the extent to which performance of Work under the contract is terminated, and the date
00 72 00 - 1
GENERAL CONDITIONS
Page 60 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of
termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed 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 terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items
of termination inventory not previously disposed of, exclusive of items the disposition of which
has been directed or authorized by City.
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
00 72 00 - 1
GENERAL CONDITIONS
Page 61 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
stored, within 45 days from the date of submission of the list, and any necessary adjustments to
correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an extension
is made in writing within such 60 day period by the Contractor, and granted by the City, any and
all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit
on such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such
expenses; and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revenue or other economic loss arising out of or resulting from
such termination.
ARTICLE 16 – DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for mediation
shall be submitted to the other party to the Contract. Timely submission of the request shall stay
the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
00 72 00 - 1
GENERAL CONDITIONS
Page 62 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 – MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
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.
3. delivered by electronic means to or from the Project Manager.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day
of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them which are otherwise imposed or available
by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract
Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation, right, and remedy to which
they apply.
17.04 Survival of Obligations
00 72 00 - 1
GENERAL CONDITIONS
Page 63 of 63
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
00 73 00 - 1
SUPPLEMENTARY CONDITIONS
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 73 00 1
SUPPLEMENTARY CONDITIONS 2
TO 3
GENERAL CONDITIONS 4
5
6
Supplementary Conditions 7
8
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 9
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11
of the General Conditions which are not so modified or supplemented remain in full force and effect. 12
13
Defined Terms 14
15
The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16
meaning assigned to them in the General Conditions, unless specifically noted herein. 17
18
Modifications and Supplements 19
20
The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21
other Contract Documents. 22
23
SC-4.01A 24
25
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 26
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 27
Contract Drawings. 28
29
SC-4.01A.1., “Availability of Lands” 30
31
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 32
33
34
Outstanding Right-Of-Way, and/or Easements to Be Acquired 35
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 36
and do not bind the City. 37
38
If Contractor considers the final easements provided to differ materially from the representations on the 39
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 40
notify City in writing associated with the differing easement line locations. 41
42
SC-4.01A.2, “Availability of Lands” 43
44
Utilities or obstructions to be removed, adjusted, and/or relocated 45
46
00 73 00 - 2
SUPPLEMENTARY CONDITIONS
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 1
as of: 2
3
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 4
and do not bind the City. 5
6
SC-4.02A., “Subsurface and Physical Conditions” 7
8
The following are reports of explorations and tests of subsurface conditions at the site of the Work: 9
10
A Geotechnical Engineering Study Report No. 117-20-280, dated September 2020, prepared by CMJ 11
Engineering, Inc., a sub-consultant of Halff Associates, Inc., a consultant of the City, providing additional 12
information on general paving and subsurface conditions, evaluate the engineering characteristics of the 13
subsurface materials encountered, and develop recommendations for the types of pavement subgrade 14
preparation and stabilization and provide asphalt pavement design guidelines. 15
16
Geotechnical Engineering Study Reports on eight (8) additional streets prepared by GEE Consultants, Inc., 17
a consultant of the City, providing additional information on general paving and subsurface conditions, 18
evaluate the engineering characteristics of the subsurface materials encountered, and develop 19
recommendations for the types of pavement subgrade preparation and stabilization and provide asphalt 20
pavement design guidelines. 21
22
The following are drawings of physical conditions in or relating to existing surface and subsurface 23
structures (except Underground Facilities) which are at or contiguous to the site of the Work: 24
None 25
26
SC-4.06A., “Hazardous Environmental Conditions at Site” 27
28
The following are reports and drawings of existing hazardous environmental conditions known to the City: 29
None 30
31
SC-5.03A., “Certificates of Insurance” 32
33
The entities listed below are "additional insureds as their interest may appear" including their respective 34
officers, directors, agents and employees. 35
36
(1) City 37
(2) Consultant: Halff Associates, Inc. 38
(3) Other: None 39
40
SC-5.04A., “Contractor’s Insurance” 41
42
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 43
coverages for not less than the following amounts or greater where required by laws and regulations: 44
45
5.04A. Workers' Compensation, under Paragraph GC-5.04A. 46
47
Statutory limits 48
Employer's liability 49
00 73 00 - 3
SUPPLEMENTARY CONDITIONS
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
$100,000 each accident/occurrence 1
$100,000 Disease - each employee 2
$500,000 Disease - policy limit 3
4
SC-5.04B., “Contractor’s Insurance” 5
6
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 7
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 8
minimum limits of: 9
10
$1,000,000 each occurrence 11
$2,000,000 aggregate limit 12
13
The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the 14
General Aggregate Limits apply separately to each job site. 15
16
The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. 17
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 18
19
SC 5.04C., “Contractor’s Insurance” 20
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under 21
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 22
23
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 24
defined as autos owned, hired and non-owned. 25
26
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 27
least: 28
29
$250,000 Bodily Injury per person / 30
$500,000 Bodily Injury per accident / 31
$100,000 Property Damage 32
33
SC-5.04D., “Contractor’s Insurance” 34
35
None. 36
37
SC-6.09., “Permits and Utilities” 38
39
SC-6.09A., “Contractor obtained permits and licenses” 40
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 41
None 42
43
SC-6.09B. “City obtained permits and licenses” 44
The following are known permits and/or licenses required by the Contract to be acquired by the City: None 45
46
SC-6.09C. “Outstanding permits and licenses” 47
48
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of: 49
50
Outstanding Permits and/or Licenses to Be Acquired 51
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
00 73 00 - 4
SUPPLEMENTARY CONDITIONS
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
SC-7.02., “Coordination” 1
2
The individuals or entities listed below have contracts with the City for the performance of other work at 3
the Site: 4
None 5
Vendor Scope of Work Coordination Authority
6
7
SC-8.01, “Communications to Contractor” 8
9
None 10
11
SC-9.01., “City’s Project Manager” 12
13
The City’s Project Manager for this Contract is Dustin Draper, or his/her successor pursuant to written 14
notification from the City Engineer. 15
16
SC-13.03C., “Tests and Inspections” 17
18
All required testing will be completed by the Contractor. 19
20
SC-16.01C.1, “Methods and Procedures” 21
22
None 23
24
25
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
00 73 73 - 1
FORM 1295 - CERTIFICATE OF INTERESTED PARTIES
Page 1 of 1
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 00 73 73 1
FORM 1295 - CERTIFICATE OF INTERESTED PARTIES 2
3
4
5
[Contractor: Replace this page with Form 1295 for this Contract, which can be obtained at 6
www.ethics.state.tx.us] 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
END OF SECTION 24
01 11 00 - 1
SUMMARY OF WORK
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Summary of Work to be performed in accordance with the Contract Documents 6
B. Deviations from this City of Denton Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered incidental to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Incidental Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Contract Documents in which no 24
specific item for bid has been provided for in the Proposal, then the item shall be 25
considered as an incidental item of Work, the cost of which shall be included in the 26
price bid in the Proposal for various bid items. 27
C. Use of Premises 28
1. Coordinate uses of premises under direction of the City. 29
2. Assume full responsibility for protection and safekeeping of materials and 30
equipment stored on the Site. 31
3. Use and occupy only portions of the public streets and alleys, or other public places 32
or other rights-of-way as provided for in the ordinances of the City, as shown in the 33
Contract Documents, or as may be specifically authorized in writing by the City. 34
a. A reasonable amount of tools, materials, and equipment for construction 35
purposes may be stored in such space, but no more than is necessary to avoid 36
delay in the construction operations. 37
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be incidental to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 25 00 1
SUBSTITUTION PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for requesting the approval of substitution of a product that is not 6
equivalent to a product which is specified by descriptive or performance criteria or 7
defined by reference to 1 or more of the following: 8
a. Name of manufacturer 9
b. Name of vendor 10
c. Trade name 11
d. Catalog number 12
2. Substitutions are not "or-equals". 13
B. Deviations from this City of Denton Standard Specification 14
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
1. Work associated with this Item is considered incidental 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
A. Request for Substitution - General 25
1. Within 30 days after award of Contract (unless noted otherwise), the City will 26
consider formal requests from Contractor for substitution of products in place of 27
those specified. 28
2. Certain types of equipment and kinds of material are described in Specifications by 29
means of references to names of manufacturers and vendors, trade names, or 30
catalog numbers. 31
a. When this method of specifying is used, it is not intended to exclude from 32
consideration other products bearing other manufacturer's or vendor's names, 33
trade names, or catalog numbers, provided said products are "or-equals," as 34
determined by City. 35
3. Other types of equipment and kinds of material may be acceptable substitutions 36
under the following conditions: 37
a. Or-equals are unavailable due to strike, discontinued production of products 38
meeting specified requirements, or other factors beyond control of Contractor; 39
or, 40
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
b. Contractor proposes a cost and/or time reduction incentive to the City. 1
1.5 SUBMITTALS 2
A. See Request for Substitution Form (attached) 3
B. Procedure for Requesting Substitution 4
1. Substitution shall be considered only: 5
a. After award of Contract 6
b. Under the conditions stated herein 7
2. Submit one PDF copy via email to the Project Manager and their duly appointed 8
representative, including: 9
a. Documentation 10
1) Complete data substantiating compliance of proposed substitution with 11
Contract Documents 12
2) Data relating to changes in construction schedule, when a reduction is 13
proposed 14
3) Data relating to changes in cost 15
b. For products 16
1) Product identification 17
a) Manufacturer's name 18
b) Telephone number and representative contact name 19
c) Specification Section or Drawing reference of originally specified 20
product, including discrete name or tag number assigned to original 21
product in the Contract Documents 22
2) Manufacturer's literature clearly marked to show compliance of proposed 23
product with Contract Documents 24
3) Itemized comparison of original and proposed product addressing product 25
characteristics including, but not necessarily limited to: 26
a) Size 27
b) Composition or materials of construction 28
c) Weight 29
d) Electrical or mechanical requirements 30
4) Product experience 31
a) Location of past projects utilizing product 32
b) Name and telephone number of persons associated with referenced 33
projects knowledgeable concerning proposed product 34
c) Available field data and reports associated with proposed product 35
5) Samples 36
a) Provide at request of City. 37
b) Samples become the property of the City. 38
c. For construction methods: 39
1) Detailed description of proposed method 40
2) Illustration drawings 41
C. Approval or Rejection 42
1. Written approval or rejection of substitution given by the City 43
2. City reserves the right to require proposed product to comply with color and pattern 44
of specified product if necessary to secure design intent. 45
3. In the event the substitution is approved, the resulting cost and/or time reduction 46
will be documented by Change Order in accordance with the General Conditions. 47
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
4. No additional contract time will be given for substitution. 1
5. Substitution will be rejected if: 2
a. Submittal is not through the Contractor with his stamp of approval 3
b. Request is not made in accordance with this Specification Section 4
c. In the City’s opinion, acceptance will require substantial revision of the original 5
design 6
d. In the City’s opinion, substitution will not perform adequately the function 7
consistent with the design intent 8
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9
1.7 CLOSEOUT SUBMITTALS [NOT USED] 10
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11
1.9 QUALITY ASSURANCE 12
A. In making request for substitution or in using an approved product, the Contractor 13
represents that the Contractor: 14
1. Has investigated proposed product, and has determined that it is adequate or 15
superior in all respects to that specified, and that it will perform function for which 16
it is intended 17
2. Will provide same guarantee for substitute item as for product specified 18
3. Will coordinate installation of accepted substitution into Work, to include building 19
modifications if necessary, making such changes as may be required for Work to be 20
complete in all respects 21
4. Waives all claims for additional costs related to substitution which subsequently 22
arise 23
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24
1.11 FIELD [SITE] CONDITIONS [NOT USED] 25
1.12 WARRANTY [NOT USED] 26
PART 2 - PRODUCTS [NOT USED] 27
PART 3 - EXECUTION [NOT USED] 28
END OF SECTION 29
30
Revision Log
DATE NAME SUMMARY OF CHANGE
31
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
EXHIBIT A 1
REQUEST FOR SUBSTITUTION FORM: 2
3
TO: 4
PROJECT: DATE: 5
We hereby submit for your consideration the following product instead of the specified item for 6
the above project: 7
SECTION PARAGRAPH SPECIFIED ITEM 8
9
10
Proposed Substitution: 11
Reason for Substitution: 12
Include complete information on changes to Drawings and/or Specifications which proposed 13
substitution will require for its proper installation. 14
15
Fill in Blanks Below: 16 A. Will the undersigned contractor pay for changes to the building design, including engineering 17 and detailing costs caused by the requested substitution? 18 19 20 B. What effect does substitution have on other trades? 21 22 23 C. Differences between proposed substitution and specified item? 24 25 26 D. Differences in product cost or product delivery time? 27 28 29 E. Manufacturer's guarantees of the proposed and specified items are: 30
31
Equal Better (explain on attachment) 32
The undersigned states that the function, appearance and quality are equivalent or superior to the 33
specified item. 34
Submitted By: For Use by City 35
36
Signature Recommended Recommended 37
as noted 38
39
Firm Not recommended Received late 40
Address By 41
Date 42
Date Remarks 43
Telephone 44
45
For Use by City: 46
47
Approved Rejected 48
City Date 49
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 31 19 1
PRECONSTRUCTION MEETING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6
clarify construction contract administration procedures 7
B. Deviations from this City of Denton 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 incidental to the various items bid. 15
No separate payment will be allowed for this Item. 16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS 18
A. Coordination 19
1. Attend preconstruction meeting. 20
2. Representatives of Contractor, subcontractors and suppliers attending meetings 21
shall be qualified and authorized to act on behalf of the entity each represents. 22
3. Meeting administered by City may be tape recorded. 23
a. If recorded, tapes will be used to prepare minutes and retained by City for 24
future reference. 25
4. Project Manager will establish their duly authorized representative(s) authorized to 26
make decisions as identified in the Contract Documents. 27
B. Preconstruction Meeting 28
1. A preconstruction meeting will be held within 14 days after the execution of the 29
Agreement and before Work is started. 30
a. The meeting will be scheduled and administered by the City. 31
2. The Project Manager will preside at the meeting, prepare the notes of the meeting 32
and distribute copies of same to all participants who so request by fully completing 33
the attendance form to be circulated at the beginning of the meeting. 34
3. Attendance shall include: 35
a. Project Manager 36
b. Project Manager’s duly authorized representative (if any) 37
c. Contractor's project manager 38
d. Contractor's superintendent 39
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
e. Any subcontractor or supplier representatives whom the Contractor may desire 1
to invite or the City may request 2
f. Other City representatives 3
g. Others as appropriate 4
4. Construction Schedule 5
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 6
provide at Preconstruction Meeting. 7
b. City will notify Contractor of any schedule changes upon Notice of 8
Preconstruction Meeting. 9
5. Preliminary Agenda may include: 10
a. Introduction of Project Personnel 11
b. General Description of Project 12
c. Status of right-of-way, utility clearances, easements or other pertinent permits 13
d. Contractor’s work plan and schedule 14
e. Contract Time 15
f. Notice to Proceed 16
g. Construction Staking 17
h. Progress Payments 18
i. Extra Work and Change Order Procedures 19
j. Field Orders 20
k. Disposal Site Letter for Waste Material 21
l. Insurance Renewals 22
m. Payroll Certification 23
n. Material Certifications and Quality Control Testing 24
o. Public Safety and Convenience 25
p. Documentation of Pre-Construction Conditions 26
q. Weekend Work Notification 27
r. Legal Holidays 28
s. Trench Safety Plans 29
t. Confined Space Entry Standards 30
u. Coordination with the City’s representative for operations of existing water 31
systems 32
v. Storm Water Pollution Prevention Plan 33
w. Coordination with other Contractors 34
x. Early Warning System 35
y. Contractor Evaluation 36
z. Special Conditions applicable to the project 37
aa. Damages Claims 38
bb. Submittal Procedures 39
cc. Substitution Procedures 40
dd. Correspondence Routing 41
ee. Record Drawings 42
ff. Temporary construction facilities 43
gg. Final Acceptance 44
hh. Final Payment 45
ii. Communications Plan 46
jj. Questions or Comments 47
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 31 20 - 1
PROJECT MEETINGS
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 31 20 1
PROJECT MEETINGS 2
3
PART 1 - GENERAL 4
1.1 SUMMARY 5
A. Section Includes: 6
1. Provisions for project meetings throughout the construction period to enable orderly 7
review of the progress of the Work and to provide for systematic discussion of 8
potential problems 9
B. Deviations this City of Denton Standard Specification 10
1. None. 11
C. Related Specification Sections include, but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13
2. Division 1 – General Requirements 14
1.2 PRICE AND PAYMENT PROCEDURES 15
A. Measurement and Payment 16
1. Work associated with this Item is considered incidental 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 recorded. 26
4. Meetings, in addition to those specified in this Section, may be held when requested 27
by the City, Engineer or Contractor. 28
B. Progress Meetings 29
1. Formal project coordination meetings will be held monthly. Meetings will be 30
scheduled and administered by Project Manager. 31
a. Additional meetings may be held at the request of the : 32
1) City 33
2) Engineer 34
3) Contractor 35
2. Additional progress meetings to discuss specific topics will be conducted on an as-36
needed basis. Such additional meetings shall include, but not be limited to: 37
a. Coordinating shutdowns 38
b. Installation of piping and equipment 39
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
c. Coordination between other construction projects 1
d. Resolution of construction issues 2
e. Equipment approval 3
3. The Project Manager will preside at progress meetings, prepare the notes of the 4
meeting and distribute copies of the same to all participants who so request by fully 5
completing the attendance form to be circulated at the beginning of each meeting. 6
4. Attendance shall include: 7
a. Contractor's project manager 8
b. Contractor's superintendent 9
c. Any subcontractor or supplier representatives whom the Contractor may desire 10
to invite or the City may request 11
d. Engineer's representatives 12
e. City’s representatives 13
f. Others, as requested by the Project Manager 14
5. Preliminary Agenda may include: 15
a. Review of Work progress since previous meeting 16
b. Field observations, problems, conflicts 17
c. Items which impede construction schedule 18
d. Review of off-site fabrication, delivery schedules 19
e. Review of construction interfacing and sequencing requirements with other 20
construction contracts 21
f. Corrective measures and procedures to regain projected schedule 22
g. Revisions to construction schedule 23
h. Progress, schedule, during succeeding Work period 24
i. Coordination of schedules 25
j. Review submittal schedules 26
k. Maintenance of quality standards 27
l. Pending changes and substitutions 28
m. Review proposed changes for: 29
1) Effect on construction schedule and on completion date 30
2) Effect on other contracts of the Project 31
n. Review Record Documents 32
o. Review monthly pay request 33
p. Review status of Requests for Information 34
6. Meeting Location 35
a. The City will establish a meeting location. 36
1) To the extent practicable, meetings will be held at the Site. 37
01 31 20 - 3
PROJECT MEETINGS
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 32 16 - 1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 32 16 1
CONSTRUCTION PROGRESS SCHEDULE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. General requirements for the preparation, submittal, updating, status reporting and 6
management of the Construction Progress Schedule 7
B. Deviations from this City of Denton 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 incidental to the various items bid. 15
No separate payment will be allowed for this Item. 16
1.3 REFERENCES 17
A. Definitions 18
1. Baseline Schedule - Initial schedule submitted before work begins that will serve 19
as the baseline for measuring progress and departures from the schedule. 20
2. Progress Schedule - Monthly submittal of a progress schedule documenting 21
progress on the project and any changes anticipated. 22
3. Schedule Narrative - Concise narrative of the schedule including schedule 23
changes, expected delays, key schedule issues, critical path items, etc 24
B. Reference Standards 25
1. None 26
1.4 ADMINISTRATIVE REQUIREMENTS 27
A. Baseline Schedule 28
1. General 29
a. Prepare a baseline Schedule using approved software and the Critical Path 30
Method (CPM). 31
b. Review the draft baseline Schedule with the City to demonstrate understanding 32
of the work to be performed and known issues and constraints related to the 33
schedule. 34
c. Designate an authorized representative (Project Scheduler) responsible for 35
developing and updating the schedule and preparing reports. 36
B. Progress Schedule 37
1. Update the progress Schedule monthly. 38
01 32 16 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 1
3. Change Orders 2
a. Incorporate approved change orders, resulting in a change of contract time, in 3
the baseline Schedule. 4
C. Responsibility for Schedule Compliance 5
1. Whenever it becomes apparent from the current progress Schedule and CPM Status 6
Report that delays to the critical path have resulted and the Contract completion 7
date will not be met, or when so directed by the City, make some or all of the 8
following actions at no additional cost to the City 9
a. Submit a Recovery Plan to the City for approval revised baseline Schedule 10
outlining: 11
1) A written statement of the steps intended to take to remove or arrest the 12
delay to the critical path in the approved schedule 13
2) Increase construction manpower in such quantities and crafts as will 14
substantially eliminate the backlog of work and return current Schedule to 15
meet projected baseline completion dates 16
3) Increase the number of working hours per shift, shifts per day, working 17
days per week, the amount of construction equipment, or any combination 18
of the foregoing, sufficiently to substantially eliminate the backlog of work 19
4) Reschedule activities to achieve maximum practical concurrency of 20
accomplishment of activities, and comply with the revised schedule 21
2. If no written statement of the steps intended to take is submitted when so requested 22
by the City, the City may direct the Contractor to increase the level of effort in 23
manpower (trades), equipment and work schedule (overtime, weekend and holiday 24
work, etc.) to be employed by the Contractor in order to remove or arrest the delay 25
to the critical path in the approved schedule. 26
a. No additional cost for such work will be considered. 27
D. The Contract completion time will be adjusted only for causes specified in this 28
Contract. 29
a. Requests for an extension of any Contract completion date must be 30
supplemented with the following: 31
1) Furnish justification and supporting evidence as the City may deem 32
necessary to determine whether the requested extension of time is entitled 33
under the provisions of this Contract. 34
a) The City will, after receipt of such justification and supporting 35
evidence, make findings of fact and will advise the Contractor, in 36
writing thereof. 37
2) If the City finds that the requested extension of time is entitled, the City's 38
determination as to the total number of days allowed for the extensions 39
shall be based upon the approved total baseline schedule and on all data 40
relevant to the extension. 41
a) Such data shall be included in the next updating of the Progress 42
schedule. 43
b) Actual delays in activities which, according to the Baseline schedule, 44
do not affect any Contract completion date shown by the critical path in 45
the network will not be the basis for a change therein. 46
2. Submit each request for change in Contract completion date to the City within 30 47
days after the beginning of the delay for which a time extension is requested but 48
before the date of final payment under this Contract. 49
01 32 16 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
a. No time extension will be granted for requests which are not submitted within 1
the foregoing time limit. 2
b. From time to time, it may be necessary for the Contract schedule or completion 3
time to be adjusted by the City to reflect the effects of job conditions, weather, 4
technical difficulties, strikes, unavoidable delays on the part of the City or its 5
representatives, and other unforeseeable conditions which may indicate 6
schedule adjustments or completion time extensions. 7
1) Under such conditions, the City will direct the Contractor to reschedule the 8
work or Contract completion time to reflect the changed conditions and the 9
Contractor shall revise his schedule accordingly. 10
a) No additional compensation will be made to the Contractor for such 11
schedule changes except for unavoidable overall contract time 12
extensions beyond the actual completion of unaffected work, in which 13
case the Contractor shall take all possible action to minimize any time 14
extension and any additional cost to the City. 15
b) Available float time in the Baseline schedule may be used by the City 16
as well as by the Contractor. 17
3. Float or slack time is defined as the amount of time between the earliest start date 18
and the latest start date or between the earliest finish date and the latest finish date 19
of a chain of activities on the Baseline Schedule. 20
a. Float or slack time is not for the exclusive use or benefit of either the 21
Contractor or the City. 22
b. Proceed with work according to early start dates, and the City shall have the 23
right to reserve and apportion float time according to the needs of the project. 24
c. Acknowledge and agree that actual delays, affecting paths of activities 25
containing float time, will not have any effect upon contract completion times, 26
providing that the actual delay does not exceed the float time associated with 27
those activities. 28
E. Coordinating Schedule with Other Contract Schedules 29
1. Where work is to be performed under this Contract concurrently with or contingent 30
upon work performed on the same facilities or area under other contracts, the 31
Baseline Schedule shall be coordinated with the schedules of the other contracts. 32
a. Obtain the schedules of the other appropriate contracts from the City for the 33
preparation and updating of Baseline schedule and make the required changes 34
in his schedule when indicated by changes in corresponding schedules. 35
2. In case of interference between the operations of different contractors, the City will 36
determine the work priority of each contractor and the sequence of work necessary 37
to expedite the completion of the entire Project. 38
a. In such cases, the decision of the City shall be accepted as final. 39
b. The temporary delay of any work due to such circumstances shall not be 40
considered as justification for claims for additional compensation. 41
1.5 SUBMITTALS 42
A. Baseline Schedule 43
1. Submit Schedule in native file format and pdf format. 44
a. Native file format shall be: 45
1) Microsoft Project 46
2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 47
bring in hard copy to the meeting for review and discussion. 48
01 32 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
B. Progress Schedule 1
1. Submit progress Schedule in native file format and pdf format. 2
2. Submit progress Schedule monthly no later than the 25th day of the month. 3
C. Schedule Narrative 4
1. Submit the schedule narrative in pdf format. 5
2. Submit schedule narrative monthly no later than the 25th day of the month. 6
D. Submittal Process 7
1. 8
2. Contractor shall submit one (1) hard copy of documents to the Project Manager’s 9
duly appointed representative. 10
3. Contractor shall submit documents via email to the Project Manager and their duly 11
appointed representative. 12
4. Once the project has been completed and Final Acceptance has been issued by the 13
City, no further progress schedules are required. 14
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15
1.7 CLOSEOUT SUBMITTALS [NOT USED] 16
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17
1.9 QUALITY ASSURANCE 18
A. The person preparing and revising the construction Progress Schedule shall be 19
experienced in the preparation of schedules of similar complexity. 20
B. Schedule and supporting documents addressed in this Specification shall be prepared, 21
updated and revised to accurately reflect the performance of the construction. 22
C. Contractor is responsible for the quality of all submittals in this section meeting the 23
standard of care for the construction industry for similar projects. 24
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25
1.11 FIELD [SITE] CONDITIONS [NOT USED] 26
1.12 WARRANTY [NOT USED] 27
PART 2 - PRODUCTS [NOT USED] 28
PART 3 - EXECUTION [NOT USED] 29
END OF SECTION 30
Revision Log
DATE NAME SUMMARY OF CHANGE
31
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 32 33 1
PRECONSTRUCTION VIDEO 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Administrative and procedural requirements for: 6
a. Preconstruction Videos 7
B. Deviations from this City of Denton 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 incidental to the various items bid. 15
No separate payment will be allowed for this Item. 16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS 18
A. Preconstruction Video 19
1. Produce a preconstruction video of the site/alignment, including all areas in the 20
vicinity of and to be affected by construction. 21
a. Provide digital copy of video upon request by the City. 22
2. Retain a copy of the preconstruction video until the end of the maintenance surety 23
period. 24
1.5 SUBMITTALS [NOT USED] 25
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26
1.7 CLOSEOUT SUBMITTALS [NOT USED] 27
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28
1.9 QUALITY ASSURANCE [NOT USED] 29
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30
1.11 FIELD [SITE] CONDITIONS [NOT USED] 31
1.12 WARRANTY [NOT USED] 32
PART 2 - PRODUCTS [NOT USED] 33
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
PART 3 - EXECUTION [NOT USED] 1
END OF SECTION 2
3
Revision Log
DATE NAME SUMMARY OF CHANGE
4
01 33 00 - 1
SUBMITTALS
Page 1 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 33 00 1
SUBMITTALS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. General methods and requirements of submissions applicable to the following 6
Work-related submittals: 7
a. Shop Drawings 8
b. Product Data (including Project Material Submittal Checklist submittals) 9
c. Samples 10
d. Mock Ups 11
B. Deviations from this City of Denton Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered incidental to the various items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS 22
A. Coordination 23
1. Notify the City in writing, at the time of submittal, of any deviations in the 24
submittals from the requirements of the Contract Documents. 25
2. Coordination of Submittal Times 26
a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27
performing the related Work or other applicable activities, or within the time 28
specified in the individual Work Sections, of the Specifications. 29
b. Contractor is responsible such that the installation will not be delayed by 30
processing times including, but not limited to: 31
a) Disapproval and resubmittal (if required) 32
b) Coordination with other submittals 33
c) Testing 34
d) Purchasing 35
e) Fabrication 36
f) Delivery 37
g) Similar sequenced activities 38
c. No extension of time will be authorized because of the Contractor's failure to 39
transmit submittals sufficiently in advance of the Work. 40
01 33 00 - 2
SUBMITTALS
Page 2 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
d. Make submittals promptly in accordance with approved schedule, and in such 1
sequence as to cause no delay in the Work or in the work of any other 2
contractor. 3
B. Submittal Numbering 4
1. When submitting shop drawings or samples, utilize a submittal cross-reference 5
identification numbering system in the following manner: 6
a. Use the applicable Specification Section Number. 7
b. For the next 2 digits number use numbers 01-99 to sequentially number each 8
initial separate item or drawing submitted under each specific Section number. 9
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11
submittal number would be as follows: 12 13
303-02-B 14
15
1) 303 is the Specification Section for Portland Cement Concrete Pavement 16
2) 02 is the second initial submittal under this Specification Section 17
3) B is the third submission (second resubmission) of that particular shop 18
drawing 19
C. Contractor Certification 20
1. Review shop drawings, product data and samples, including those by 21
subcontractors, prior to submission to determine and verify the following: 22
a. Field measurements 23
b. Field construction criteria 24
c. Catalog numbers and similar data 25
d. Conformance with the Contract Documents 26
2. Provide each shop drawing, sample and product data submitted by the Contractor 27
with a Certification Statement affixed including: 28
a. The Contractor's Company name 29
b. Signature of submittal reviewer 30
c. Certification Statement 31
1) “By this submittal, I hereby represent that I have determined and verified 32
field measurements, field construction criteria, materials, dimensions, 33
catalog numbers and similar data and I have checked and coordinated each 34
item with other applicable approved shop drawings." 35
D. Submittal Format 36
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37
2. Bind shop drawings and product data sheets together. 38
3. Order 39
a. Cover Sheet 40
1) Description of Packet 41
2) Contractor Certification 42
b. List of items / Table of Contents 43
c. Product Data /Shop Drawings/Samples /Calculations 44
E. Submittal Content 45
1. The date of submission and the dates of any previous submissions 46
2. The Project title and number 47
01 33 00 - 3
SUBMITTALS
Page 3 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
3. Contractor identification 1
4. The names of: 2
a. Contractor 3
b. Supplier 4
c. Manufacturer 5
5. Identification of the product, with the Specification Section number, page and 6
paragraph(s) 7
6. Field dimensions, clearly identified as such 8
7. Relation to adjacent or critical features of the Work or materials 9
8. Applicable standards, such as ASTM or Federal Specification numbers 10
9. Identification by highlighting of deviations from Contract Documents 11
10. Identification by highlighting of revisions on resubmittals 12
11. An 8-inch x 3-inch blank space for Contractor and City stamps 13
F. Shop Drawings 14
1. As specified in individual Work Sections includes, but is not necessarily limited to: 15
a. Custom-prepared data such as fabrication and erection/installation (working) 16
drawings 17
b. Scheduled information 18
c. Setting diagrams 19
d. Actual shopwork manufacturing instructions 20
e. Custom templates 21
f. Special wiring diagrams 22
g. Coordination drawings 23
h. Individual system or equipment inspection and test reports including: 24
1) Performance curves and certifications 25
i. As applicable to the Work 26
2. Details 27
a. Relation of the various parts to the main members and lines of the structure 28
b. Where correct fabrication of the Work depends upon field measurements 29
1) Provide such measurements and note on the drawings prior to submitting 30
for approval. 31
G. Product Data 32
1. For submittals of product data for products included on the City’s Product Material 33
Submittal Checklist, highlight each item selected for use on the Project. 34
2. For submittals of product data for products not included on the City’s Product 35
Material Submittal Checklist, submittal data may include, but is not necessarily 36
limited to: 37
a. Standard prepared data for manufactured products (sometimes referred to as 38
catalog data) 39
1) Such as the manufacturer's product specification and installation 40
instructions 41
2) Availability of colors and patterns 42
3) Manufacturer's printed statements of compliances and applicability 43
4) Roughing-in diagrams and templates 44
5) Catalog cuts 45
6) Product photographs 46
7) Standard wiring diagrams 47
01 33 00 - 4
SUBMITTALS
Page 4 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
8) Printed performance curves and operational-range diagrams 1
9) Production or quality control inspection and test reports and certifications 2
10) Mill reports 3
11) Product operating and maintenance instructions and recommended 4
spare-parts listing and printed product warranties 5
12) As applicable to the Work 6
3. Submittals of product data for products not included on the City’s Product Material 7
Submittal Checklist may be considered a Substitution in accordance with Section 8
01 25 00. 9
4. All deviations from City’s Product Material Submittal Checklist shall require 10
approval by the Engineer of Record for the Project. 11
H. Samples 12
1. As specified in individual Sections, include, but are not necessarily limited to: 13
a. Physical examples of the Work such as: 14
1) Sections of manufactured or fabricated Work 15
2) Small cuts or containers of materials 16
3) Complete units of repetitively used products color/texture/pattern swatches 17
and range sets 18
4) Specimens for coordination of visual effect 19
5) Graphic symbols and units of Work to be used by the City for independent 20
inspection and testing, as applicable to the Work 21
I. Do not start Work requiring a shop drawing, sample or product data nor any material to 22
be fabricated or installed prior to the approval or qualified approval of such item. 23
1. Fabrication performed, materials purchased or on-site construction accomplished 24
which does not conform to approved shop drawings and data is at the Contractor's 25
risk. 26
2. The City will not be liable for any expense or delay due to corrections or remedies 27
required to accomplish conformity. 28
3. Complete project Work, materials, fabrication, and installations in conformance 29
with approved shop drawings, applicable samples, and product data. 30
J. Submittal Distribution 31
1. Electronic Distribution 32
a. Provide all submittals in electronic form via email to Project Manager and their 33
duly appointed representative. 34
b. Shop Drawings 35
1) Email submittal to Project Manager and their duly appointed representative. 36
2) Hard Copies 37
a) Not required 38
c. Product Data 39
1) Email submittal to Project Manager and their duly appointed representative. 40
2) Hard Copies 41
a) Not required 42
d. Samples 43
1) Distributed to the Project Manager 44
K. Submittal Review 45
1. The review of shop drawings, data and samples will be for general conformance 46
with the design concept and Contract Documents. This is not to be construed as: 47
01 33 00 - 5
SUBMITTALS
Page 5 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
a. Permitting any departure from the Contract requirements 1
b. Relieving the Contractor of responsibility for any errors, including details, 2
dimensions, and materials 3
c. Approving departures from details furnished by the City, except as otherwise 4
provided herein 5
2. The review and approval of shop drawings, samples or product data by the City 6
does not relieve the Contractor from his/her responsibility with regard to the 7
fulfillment of the terms of the Contract. 8
a. All risks of error and omission are assumed by the Contractor, and the City will 9
have no responsibility therefore. 10
3. The Contractor remains responsible for details and accuracy, for coordinating the 11
Work with all other associated work and trades, for selecting fabrication processes, 12
for techniques of assembly and for performing Work in a safe manner. 13
4. If the shop drawings, data or samples as submitted describe variations and show a 14
departure from the Contract requirements which City finds to be in the interest of 15
the City and to be so minor as not to involve a change in Contract Price or time for 16
performance, the City may return the reviewed drawings without noting an 17
exception. 18
5. Submittals will be returned to the Contractor under 1 of the following codes: 19
a. Code 1 20
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 21
comments on the submittal. 22
a) When returned under this code the Contractor may release the 23
equipment and/or material for manufacture. 24
b. Code 2 25
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 26
the notations and comments IS NOT required by the Contractor. 27
a) The Contractor may release the equipment or material for manufacture; 28
however, all notations and comments must be incorporated into the 29
final product. 30
c. Code 3 31
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 32
assigned when notations and comments are extensive enough to require a 33
resubmittal of the package. 34
a) This resubmittal is to address all comments, omissions and 35
non-conforming items that were noted. 36
b) Resubmittal is to be received by the City within 15 Calendar Days of 37
the date of the City's transmittal requiring the resubmittal. 38
d. Code 4 39
1) "NOT APPROVED" is assigned when the submittal does not meet the 40
intent of the Contract Documents. 41
a) The Contractor must resubmit the entire package revised to bring the 42
submittal into conformance. 43
b) It may be necessary to resubmit using a different manufacturer/vendor 44
to meet the Contract Documents. 45
6. Resubmittals 46
a. Handled in the same manner as first submittals 47
1) Corrections other than requested by the City 48
2) Marked with revision triangle or other similar method 49
01 33 00 - 6
SUBMITTALS
Page 6 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
a) At Contractor’s risk if not marked 1
b. Submittals for each item will be reviewed no more than twice at the City’s 2
expense. 3
1) All subsequent reviews will be performed at times convenient to the City 4
and at the Contractor's expense, based on the City's or City 5
Representative’s then prevailing rates. 6
2) Provide Contractor reimbursement to the City within 30 Calendar Days for 7
all such fees invoiced by the City. 8
c. The need for more than 1 resubmission or any other delay in obtaining City's 9
review of submittals, will not entitle the Contractor to an extension of Contract 10
Time. 11
7. Partial Submittals 12
a. City reserves the right to not review submittals deemed partial, at the City’s 13
discretion. 14
b. Submittals deemed by the City to be not complete will be returned to the 15
Contractor, and will be considered "Not Approved" until resubmitted. 16
c. The City may at its option provide a list or mark the submittal directing the 17
Contractor to the areas that are incomplete. 18
8. If the Contractor considers any correction indicated on the shop drawings to 19
constitute a change to the Contract Documents, then written notice must be 20
provided thereof to the City at least 7 Calendar Days prior to release for 21
manufacture. 22
9. When the shop drawings have been completed to the satisfaction of the City, the 23
Contractor may carry out the construction in accordance therewith and no further 24
changes therein except upon written instructions from the City. 25
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 26
following receipt of submittal by the City. 27
L. Mock ups 28
1. Mock Up units as specified in individual Sections, include, but are not necessarily 29
limited to, complete units of the standard of acceptance for that type of Work to be 30
used on the Project. Remove at the completion of the Work or when directed. 31
M. Qualifications 32
1. If specifically required in other Sections of these Specifications, submit a P.E. 33
Certification for each item required. 34
N. Request for Information (RFI) 35
1. Contractor Request for additional information 36
a. Clarification or interpretation of the contract documents 37
b. When the Contractor believes there is a conflict between Contract Documents 38
c. When the Contractor believes there is a conflict between the Drawings and 39
Specifications 40
1) Identify the conflict and request clarification 41
d. When the Contractor encounters an unknown condition in the field 42
2. Use the Request for Information (RFI) form provided by the City (attached). 43
3. Numbering of RFI 44
a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and 45
increasing sequentially with each additional transmittal. 46
01 33 00 - 7
SUBMITTALS
Page 7 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
4. Sufficient information shall be attached to permit a written response without further 1
information. 2
5. The City will log each request and will review the request. 3
a. If review of the project information request indicates that a change to the 4
Contract Documents is required, the City will issue a Field Order or Change 5
Order, as appropriate. 6
1.5 SUBMITTALS [NOT USED] 7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8
1.7 CLOSEOUT SUBMITTALS [NOT USED] 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE [NOT USED] 11
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12
1.11 FIELD [SITE] CONDITIONS [NOT USED] 13
1.12 WARRANTY [NOT USED] 14
PART 2 - PRODUCTS [NOT USED] 15
PART 3 - EXECUTION [NOT USED] 16
END OF SECTION 17
18
Revision Log
DATE NAME SUMMARY OF CHANGE
19
20
01 33 00 - 8
SUBMITTALS
Page 8 of 8
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
REQUEST FOR INFORMATION 1
2
Project:
RFI #:
Engineering Project No.: Date Sent:
Sender: Receiver:
Copies To:
3
Subject:
Request:
Sender’s Proposed Answer/Solution:
4
THE PROPOSED ANSWER/SOLUTION IS, IS NOT, INCLUDED IN THE CONTRACT. 5
6
Receiver’s Response:
7
Response By:
Company:
Date:
8
DISTRIBUTION:
9
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
3
PART 1 - GENERAL 4
1.1 SUMMARY 5
A. Section Includes: 6
1. The procedures for special project circumstances that includes, but is not limited to: 7
a. Coordination with the Texas Department of Transportation 8
b. Work near High Voltage Lines 9
c. Confined Space Entry Program 10
d. Excavation Protection 11
e. Air Pollution Watch Days 12
f. Use of Explosives, Drop Weight, Etc. 13
g. Water Utilities Notification 14
h. Public Notification Prior to Beginning Construction 15
i. Coordination with United States Army Corps of Engineers 16
j. Coordination within Railroad permits areas 17
k. Dust Control 18
l. Employee Parking 19
m. Coordination with North Central Texas Council of Governments Clean 20
Construction Specification 21
B. Deviations from this City of Denton Standard Specification 22
1. None. 23
C. Related Specification Sections include, but are not necessarily limited to: 24
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 25
2. Division 1 – General Requirements 26
1.2 PRICE AND PAYMENT PROCEDURES 27
A. Measurement and Payment 28
1. Coordination within Railroad permit areas 29
a. Measurement 30
1) Measurement for this Item will be by lump sum. 31
b. Payment 32
1) The work performed and materials furnished in accordance with this Item 33
will be paid for at the lump sum price bid for Railroad Coordination. 34
c. The price bid shall include: 35
1) Mobilization 36
2) Inspection 37
3) Safety training 38
4) Additional Insurance 39
5) Insurance Certificates 40
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
6) Other requirements associated with general coordination with Railroad, 1
including additional employees required to protect the right-of-way and 2
property of the Railroad from damage arising out of and/or from the 3
construction of the Project. 4
2. Railroad Flagmen 5
a. Measurement 6
1) Measurement for this Item will be per working day. 7
b. Payment 8
1) The work performed and materials furnished in accordance with this Item 9
will be paid for each working day that Railroad Flagmen are present at the 10
Site. 11
c. The price bid shall include: 12
1) Coordination for scheduling flagmen 13
2) Flagmen 14
3) Other requirements associated with Railroad 15
3. Excavation Protection (Trench Safety) 16
a. Measurement 17
1) Measured per linear foot of excavation for all trenches that require trench 18
safety in accordance with OSHA excavation safety standards (29 CFR Part 19
1926 Subpart P Safety and Health regulations for Construction) 20
b. Payment 21
1) The work performed and materials furnished in accordance with this Item 22
and measured as provided under “Measurement” will be paid for at the unit 23
price bid per linear foot of excavation to comply with OSHA excavation 24
safety standards (29 CFR Part 1926.650 Subpart P), including, but not 25
limited to, all submittals, labor and equipment. 26
4. All other items 27
a. Work associated with these Items is considered incidental to the various Items 28
bid. No separate payment will be allowed for this Item. 29
1.3 REFERENCES 30
A. Reference Standards 31
1. Reference standards cited in this Specification refer to the current reference 32
standard published at the time of the latest revision date logged at the end of this 33
Specification, unless a date is specifically cited. 34
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 35
High Voltage Overhead Lines. 36
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 37
Specification 38
4. Occupational Health and Safety Administration (OSHA) Standards – 29 CFR Part 39
1910.146 – Permit-Required Confined Spaces 40
1.4 ADMINISTRATIVE REQUIREMENTS 41
A. Coordination with the Texas Department of Transportation 42
1. When work in the right-of-way which is under the jurisdiction of the Texas 43
Department of Transportation (TxDOT): 44
a. Notify the Texas Department of Transportation prior to commencing any work 45
therein in accordance with the provisions of the permit 46
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
b. All work performed in the TxDOT right-of-way shall be performed in 1
compliance with and subject to approval from the Texas Department of 2
Transportation 3
B. Work near High Voltage Lines 4
1. Regulatory Requirements 5
a. All Work near High Voltage Lines (more than 600 volts measured between 6
conductors or between a conductor and the ground) shall be in accordance with 7
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8
2. Warning sign 9
a. Provide sign of sufficient size meeting all OSHA requirements. 10
3. Equipment operating within 10 feet of high voltage lines will require the following 11
safety features 12
a. Insulating cage-type of guard about the boom or arm 13
b. Insulator links on the lift hook connections for back hoes or dippers 14
c. Equipment must meet the safety requirements as set forth by OSHA and the 15
safety requirements of the owner of the high voltage lines 16
4. Work within 6 feet of high voltage electric lines 17
a. Notification shall be given to: 18
1) The power company (example: Denton Municipal Electric) 19
a) Maintain an accurate log of all such calls to power company and record 20
action taken in each case. 21
b. Coordination with power company 22
1) After notification coordinate with the power company to: 23
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24
lower the lines 25
c. No personnel may work within 6 feet of a high voltage line before the above 26
requirements have been met. 27
C. Confined Space Entry Program 28
1. Provide and follow approved Confined Space Entry Program in accordance with 29
OSHA requirements. 30
2. Confined Spaces include: 31
a. Manholes 32
b. All other confined spaces in accordance with OSHA’s Permit Required for 33
Confined Spaces 34
D. Excavation Protection 35
1. Excavation protection shall be in strict compliance with OSHA excavation safety 36
standards (29 CFR Part 1926 Subpart P Safety and Health regulations for 37
Construction). 38
2. Submit three (3) copies of a site-specific trench safety plan prepared by a licensed 39
Professional Engineer in the State of Texas to the City prior to construction in 40
accordance with Section 01 33 00. 41
a. The City will not review the submittal. Receipt of submittal is confirmation 42
that the Contractor has prepared a trench safety plan as required by state and 43
federal law. 44
b. The City assumes no responsibility for trench safety and shall be held harmless 45
under the indemnification clause of the General Conditions. 46
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
3. Any changes in the trench excavation plan after initiation of construction will not 1
be cause for an extension of time and will require a new submittal to the City. 2
4. The Contractor accepts sole responsibility for compliance with all applicable safety 3
requirements. 4
E. Air Pollution Watch Days 5
1. General 6
a. Observe the following guidelines relating to working on City construction sites 7
on days designated as “AIR POLLUTION WATCH DAYS”. 8
b. Typical Ozone Season 9
1) May 1 through October 31. 10
c. Critical Emission Time 11
1) 6:00 a.m. to 10:00 a.m. 12
2. Watch Days 13
a. The Texas Commission on Environmental Quality (TCEQ), in coordination 14
with the National Weather Service, will issue the Air Pollution Watch by 3:00 15
p.m. on the afternoon prior to the WATCH day. 16
b. Requirements 17
1) Begin work after 10:00 a.m. whenever construction phasing requires the 18
use of motorized equipment for periods in excess of 1 hour. 19
2) However, the Contractor may begin work prior to 10:00 a.m. if: 20
a) Use of motorized equipment is less than 1 hour, or 21
b) If equipment is new and certified by EPA as “Low Emitting“, or 22
equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 23
alternative fuels such as CNG. 24
F. TCEQ Air Permit 25
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 26
G. Use of Explosives, Drop Weight, Etc. 27
1. When Contract Documents permit on the project the following will apply: 28
a. Public Notification 29
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 30
prior to commencing. 31
2) Minimum 24-hour public notification in accordance with Section 01 31 13 32
H. Water Utilities Coordination 33
1. During the construction of this project, it may be necessary to deactivate, for a 34
period of time, existing lines. The Contractor shall be required to coordinate with 35
Water Utilities to determine the best times for deactivating and activating those 36
lines. 37
2. Coordinate any event that will require connecting to or the operation of an existing 38
City water line system with the City’s representative. 39
a. If needed, obtain a hydrant water meter from Water Utilities for use during the 40
life of named project. 41
b. In the event that a water valve on an existing live system be turned off and on 42
to accommodate the construction of the project is required, coordinate this 43
activity through the appropriate City representative. 44
1) Do not operate water line valves of existing water system. 45
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
a) Failure to comply will render the Contractor in violation of Texas Penal 1
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 2
will be prosecuted to the full extent of the law. 3
b) In addition, the Contractor will assume all liabilities and 4
responsibilities as a result of these actions. 5
I. Public Notification Prior to Beginning Construction 6
1. Prior to beginning construction on any block in the project, on a block-by-block 7
basis, prepare and deliver a notice or flyer of the pending construction to the front 8
door of each residence or business that will be impacted by construction. The notice 9
shall be prepared as follows: 10
a. Post notice or flyer 7 days prior to beginning any construction activity on each 11
block in the project area. 12
1) Prepare flyer on the Contractor’s letterhead and include the following 13
information: 14
a) Name of Project 15
b) Engineering Project Number (EPN) 16
c) Scope of Project (i.e. type of construction activity) 17
d) Actual construction duration within the block 18
e) Name of the contractor’s foreman and phone number 19
f) Name of the City’s inspector and phone number 20
g) City’s after-hours phone number 21
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 22
A. 23
3) Submit schedule showing the construction start and finish time for each 24
block of the project to the inspector. 25
4) Deliver flyer to the City Inspector for review prior to distribution. 26
b. No construction will be allowed to begin on any block until the flyer is 27
delivered to all residents of the block. 28
J. Public Notification of Temporary Water Service Interruption during Construction 29
1. In the event it becomes necessary to temporarily shut down water service to 30
residents or businesses during construction, prepare and deliver a notice or flyer of 31
the pending interruption to the front door of each affected resident. 32
2. Prepared notice as follows: 33
a. The notification or flyer shall be posted 24 hours prior to the temporary 34
interruption. 35
b. Prepare flyer on the contractor’s letterhead and include the following 36
information: 37
1) Name of the project 38
2) Engineering Project Number (EPN) 39
3) Date of the interruption of service 40
4) Period the interruption will take place 41
5) Name of the contractor’s foreman and phone number 42
6) Name of the City’s inspector and phone number 43
c. A sample of the temporary water service interruption notification is attached as 44
Exhibit B. 45
d. Deliver a copy of the temporary interruption notification to the City inspector 46
for review prior to being distributed. 47
e. No interruption of water service can occur until the flyer has been delivered to 48
all affected residents and businesses. 49
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
f. Electronic versions of the sample flyers can be obtained from the Project 1
Construction Inspector. 2
K. Coordination with United States Army Corps of Engineers (USACE) 3
1. At locations in the Project where construction activities occur in areas where 4
USACE permits are required, meet all requirements set forth in each designated 5
permit. 6
L. Coordination within Railroad Permit Areas 7
1. At locations in the project where construction activities occur in areas where 8
railroad permits are required, meet all requirements set forth in each designated 9
railroad permit. This includes, but is not limited to, provisions for: 10
a. Flagmen 11
b. Inspectors 12
c. Safety training 13
d. Additional insurance 14
e. Insurance certificates 15
f. Other employees required to protect the right-of-way and property of the 16
Railroad Company from damage arising out of and/or from the construction of 17
the project. Proper utility clearance procedures shall be used in accordance 18
with the permit guidelines. 19
2. Obtain any supplemental information needed to comply with the railroad’s 20
requirements. 21
3. Railroad Flagmen 22
a. Submit receipts to City for verification of working days that railroad flagmen 23
were present on Site. 24
M. Dust Control 25
1. Use acceptable measures to control dust at the Site. 26
a. If water is used to control dust, capture and properly dispose of waste water. 27
b. If wet saw cutting is performed, capture and properly dispose of slurry. 28
N. Employee Parking 29
1. Provide parking for employees at locations approved by the City. 30
O. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 31
Construction Specification 32
1. Equipment Requirements 33
a. All construction equipment being used to perform work on the Contract shall 34
meet EPA emissions standards of Tier 3 or equivalent, or cleaner. Model Form 35
A.14. Schedule for Phase-In of Tier 1-Tier 4 Non-Road Engines is included in 36
Appendix A. Compliance may be achieved through the use of equipment 37
powered by an EPA-certified engine, through engine repowers, or through the 38
use of retrofits which have been verified by the EPA and/or California Air 39
Resources Board. A list of available retrofits is available online at EPA’s 40
website “Verified Technologies List for Clean Diesel.” 41
b. Equipment that meets one or more of the following conditions may be exempt 42
from these requirements: 43
1) Equipment powered by an engine that is less than or equal to ten (10) years 44
old. 45
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
2) Equipment that must be used to fulfill use or reporting requirements for a 1
grant program or other clean air initiative. Documentation of such 2
obligations must be submitted to City for verification. 3
3) Equipment that is designated as low-use equipment, which is defined as 4
any piece of construction equipment which is used for less than ten (10) 5
hours per week on a single public works contract. A Low-Use Exemption 6
Weekly Reporting Form will be required for all equipment for which this 7
exemption is claimed. 8
4) Equipment that is being used to address a critical or emergency public 9
works need, including, but not limited to, broken water mains or sanitary 10
sewer lines. This exemption is limited to work performed in a situation in 11
which the procurement of construction services is performed on an 12
emergency basis, as provided for by State law. 13
2. Operational Requirements 14
a. All diesel fuel used to perform work on the public works contract shall be 15
Ultra-Low Sulfur Diesel (ULSD) fuel which also complies with Texas Low 16
Emission Diesel (TxLED) program requirements. This may include TxLED- 17
compliant Biodiesel blends. 18
b. The Contractor shall limit idling of equipment to no more than five (5) 19
minutes, unless the idling is applicable to one or more of the following 20
exceptions: 21
1) is being used for emergency response purposes; 22
2) is idling as a necessary component of mechanical operation, maintenance, 23
or diagnostic purposes; or 24
3) is idling for the health or safety of the equipment operator. 25
c. To the greatest extent possible, Contractor shall stage equipment away from, 26
and minimize operation near, sensitive receptors including, but not limited to, 27
fresh air intakes, hospitals, schools, licensed day care facilities, and residences. 28
3. Reporting Requirements 29
a. On or before the day construction activity commences, the Contractor shall 30
submit to the City an inventory report containing identifying data for each piece 31
of equipment to be used on the worksite. A form for submitting such 32
information will be provided by the City. This inventory may be used by the 33
City to conduct site inspections and/or verify compliance with specification 34
elements. 35
b. If additional equipment is brought on-site after construction begins, the 36
Contractor shall provide this same inventory information to the City for the new 37
equipment on or before the day it begins work on-site. 38
c. Reports shall be provided for all equipment used on-site. 39
4. Enforcement Requirements 40
a. All construction equipment used at the Site is subject to inspection by the City 41
at random. Contractor is responsible for ensuring that all subcontractors meet 42
the requirements of this specification. 43
1.5 SUBMITTALS 44
A. Submittals shall be in accordance with Section 01 33 00. 45
B. All submittals shall be approved by the City prior to delivery. 46
01 35 13 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1
A. Construction Notice Flyer 2
B. Notice of Temporary Water Service Interruption 3
1.7 CLOSEOUT SUBMITTALS [NOT USED] 4
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5
1.9 QUALITY ASSURANCE [NOT USED] 6
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7
1.11 FIELD [SITE] CONDITIONS [NOT USED] 8
1.12 WARRANTY [NOT USED] 9
PART 2 - PRODUCTS [NOT USED] 10
PART 3 - EXECUTION [NOT USED] 11
END OF SECTION 12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
14
01 35 13 - 9
SPECIAL PROJECT PROCEDURES
Page 9 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
EPN No.: 8
Project Name: 9
Limits of Construction: 10
11
12
13 14
15
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF 16
DENTON, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 17
PROPERTY. 18
19
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 20
OF THIS NOTICE. 21
22
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 23
ISSUE, PLEASE CALL: 24
25
26
<CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 27
28
OR 29
30
<CITY INSPECTOR> AT < TELEPHONE NO.> 31
32
33
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 34
35
01 35 13 - 10
SPECIAL PROJECT PROCEDURES
Page 10 of 10
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
EXHIBIT B 1
2
Date: 3
4
EPN No.: 5
6
Project Name:_____________________ 7
8
9
NOTICE OF 10
TEMPORARY WATER SERVICE 11
INTERRUPTION 12
13
14
Due to utility improvements in your neighborhood, your water service will be 15
interrupted on ___________________________________________________ 16
between the hours of __________________ and _______________________. 17
18
19
IF YOU HAVE QUESTIONS ABOUT THIS DISRUPTION, PLEASE CALL: 20
21
22
<CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 23
24
OR 25
26
<CITY INSPECTOR> AT < TELEPHONE NO.> 27
28
THIS SERVICE INTERRUPTION WILL BE AS SHORT AS POSSIBLE 29
30
Thank you, 31
_________________________, Contractor 32
01 45 23 - 1
TESTING AND INSPECTION SERVICES
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 45 23 1
TESTING AND INSPECTION SERVICES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Testing and inspection services procedures and coordination 6
B. Deviations from this City of Denton Standard Specification 7
1. None 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered incidental to the various Items bid. 14
No separate payment will be allowed for this Item. 15
a. In accordance with Article 13 of the General Conditions, Contractor is 16
responsible for performing, coordinating, and payment of all inspections, tests, 17
re-tests, or approvals. 18
b. In accordance with Article 13 of the General Conditions, City is responsible for 19
performing and payment for first set additional independent testing chosen by 20
the City to be performed. 21
1) If the first independent test performed by the City fails, the Contractor is 22
responsible for payment of subsequent testing until a passing test occurs. 23
a) Final acceptance will not be issued by City until all required payments 24
for testing by Contractor have been paid in full. 25
1.3 REFERENCES [NOT USED] 26
1.4 ADMINISTRATIVE REQUIREMENTS 27
A. Testing 28
1. Complete testing in accordance with the Contract Documents. 29
2. Coordination 30
a. When testing is required to be performed by the City, notify City, sufficiently 31
in advance, when testing is needed. 32
b. When testing is required to be completed by the Contractor, notify City, 33
sufficiently in advance, that testing will be performed. 34
3. Distribution of Testing Reports 35
a. Electronic Distribution 36
1) Provide all reports to Project Manager and their duly appointed 37
representative electronically via email. 38
4. Provide Project Manager’s duly appointed representative with trip tickets for each 39
delivered load of Concrete or Lime material including the following information: 40
01 45 23 - 2
TESTING AND INSPECTION SERVICES
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
a. Name of pit 1
b. Date of delivery 2
c. Material delivered 3
B. Inspection 4
1. Inspection or lack of inspection does not relieve the Contractor from obligation to 5
perform work in accordance with the Contract Documents. 6
1.5 SUBMITTALS 7
A. Submittals shall be in accordance with Section 01 33 00. 8
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9
A. Materials Testing Reports sealed by a Professional Engineer or Professional 10
Geoscientist licensed in the State of Texas. 11
1.7 CLOSEOUT SUBMITTALS [NOT USED] 12
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13
1.9 QUALITY ASSURANCE [NOT USED] 14
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15
1.11 FIELD [SITE] CONDITIONS [NOT USED] 16
1.12 WARRANTY [NOT USED] 17
PART 2 - PRODUCTS [NOT USED] 18
PART 3 - EXECUTION [NOT USED] 19
20
01 45 23 - 3
TESTING AND INSPECTION SERVICES
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
END OF SECTION 1
2
Revision Log
DATE NAME SUMMARY OF CHANGE
3
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 50 00 1
TEMPORARY FACILITIES AND CONTROLS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Provide temporary facilities and controls needed for the Work including, but not 6
necessarily limited to: 7
a. Temporary utilities 8
b. Sanitary facilities 9
c. Storage Sheds and Buildings 10
d. Dust control 11
e. Temporary fencing of the construction site 12
B. Deviations from this City of Denton 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
1.2 PRICE AND PAYMENT PROCEDURES 18
A. Measurement and Payment 19
1. Work associated with this Item is considered incidental to the various Items bid. 20
No separate payment will be allowed for this Item. 21
1.3 REFERENCES [NOT USED] 22
1.4 ADMINISTRATIVE REQUIREMENTS 23
A. Temporary Utilities 24
1. Obtaining Temporary Service 25
a. Make arrangements with utility service companies for temporary services. 26
b. Abide by rules and regulations of utility service companies or authorities 27
having jurisdiction. 28
c. Be responsible for utility service costs until Work is approved for Final 29
Acceptance. 30
1) Included are fuel, power, light, heat and other utility services necessary for 31
execution, completion, testing and initial operation of Work. 32
2. Water 33
a. Contractor to provide water required for and in connection with Work to be 34
performed and for specified tests of piping, equipment, devices or other use as 35
required for the completion of the Work. 36
b. Provide and maintain adequate supply of potable water for domestic 37
consumption by Contractor personnel and Project Manager and Project 38
Manager’s duly authorized representative. 39
c. Coordination 40
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1) Contact City 1 week before water for construction is desired 1
d. Contractor Payment for Construction Water 2
1) Obtain construction water meter from City for payment as billed by City’s 3
established rates. 4
3. Electricity and Lighting 5
a. Provide and pay for electric powered service as required for Work, including 6
testing of Work. 7
1) Provide power for lighting, operation of equipment, or other use. 8
b. Electric power service includes temporary power service or generator to 9
maintain operations during scheduled shutdown. 10
4. Telephone 11
a. Provide emergency telephone service at Site for use by Contractor personnel 12
and others performing work or furnishing services at Site. 13
5. Temporary Heat and Ventilation 14
a. Provide temporary heat as necessary for protection or completion of Work. 15
b. Provide temporary heat and ventilation to assure safe working conditions. 16
B. Sanitary Facilities 17
1. Provide and maintain sanitary facilities for persons on Site. 18
a. Comply with regulations of State and local departments of health. 19
2. Enforce use of sanitary facilities by construction personnel at job site. 20
a. Enclose and anchor sanitary facilities. 21
b. No discharge will be allowed from these facilities. 22
c. Collect and store sewage and waste so as not to cause nuisance or health 23
problem. 24
d. Haul sewage and waste off-site at no less than weekly intervals and properly 25
dispose in accordance with applicable regulation. 26
3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27
4. Remove facilities at completion of Project 28
C. Storage Sheds and Buildings 29
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30
above ground level for materials and equipment susceptible to weather damage. 31
2. Storage of materials not susceptible to weather damage may be on blocks off 32
ground. 33
3. Store materials in a neat and orderly manner. 34
a. Place materials and equipment to permit easy access for identification, 35
inspection and inventory. 36
4. Equip building with lockable doors and lighting, and provide electrical service for 37
equipment space heaters and heating or ventilation as necessary to provide storage 38
environments acceptable to specified manufacturers. 39
5. Fill and grade site for temporary structures to provide drainage away from 40
temporary and existing buildings. 41
6. Remove building from site prior to Final Acceptance. 42
D. Temporary Fencing 43
1. Provide and maintain for the duration or construction when required in contract 44
documents 45
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
E. Dust Control 1
1. Contractor is responsible for maintaining dust control through the duration of the 2
project. 3
a. Contractor remains on-call at all times 4
b. Must respond in a timely manner 5
F. Temporary Protection of Construction 6
1. Contractor or subcontractors are responsible for protecting Work from damage due 7
to weather. 8
1.5 SUBMITTALS [NOT USED] 9
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10
1.7 CLOSEOUT SUBMITTALS [NOT USED] 11
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12
1.9 QUALITY ASSURANCE [NOT USED] 13
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14
1.11 FIELD [SITE] CONDITIONS [NOT USED] 15
1.12 WARRANTY [NOT USED] 16
PART 2 - PRODUCTS [NOT USED] 17
PART 3 - EXECUTION [NOT USED] 18
3.1 INSTALLERS [NOT USED] 19
3.2 EXAMINATION [NOT USED] 20
3.3 PREPARATION [NOT USED] 21
3.4 INSTALLATION 22
A. Temporary Facilities 23
1. Maintain all temporary facilities for duration of construction activities as needed. 24
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
3.5 [REPAIR] / [RESTORATION] 1
3.6 RE-INSTALLATION 2
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3
3.8 SYSTEM STARTUP [NOT USED] 4
3.9 ADJUSTING [NOT USED] 5
3.10 CLEANING [NOT USED] 6
3.11 CLOSEOUT ACTIVITIES 7
A. Temporary Facilities 8
1. Remove all temporary facilities and restore area after completion of the Work, to a 9
condition equal to or better than prior to start of Work. 10
3.12 PROTECTION [NOT USED] 11
3.13 MAINTENANCE [NOT USED] 12
3.14 ATTACHMENTS [NOT USED] 13
END OF SECTION 14
15
Revision Log
DATE NAME SUMMARY OF CHANGE
16
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 57 13 1
STORM WATER POLLUTION PREVENTION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Procedures for Storm Water Pollution Prevention Plans 6
B. Deviations from this City of Denton Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10
Contract 11
2. Division 1 – General Requirements 12
1.2 PRICE AND PAYMENT PROCEDURES 13
A. Measurement and Payment 14
1. Storm Water Pollution Prevention Plan 15
a. Measurement for this Item shall be by lump sum. 16
b. Payment 17
1) The work performed and the materials furnished in accordance with this 18
Item shall be paid for at the lump sum price bid for “Storm Water Pollution 19
Prevention Plan”. 20
c. The price bid shall include: 21
1) Preparation of Storm Water Pollution Prevention Plan 22
2) Implementation 23
3) Permitting fees 24
4) Installation 25
5) Maintenance 26
6) Removal 27
1.3 REFERENCES 28
A. Abbreviations and Acronyms 29
1. Notice of Intent: NOI 30
2. Notice of Termination: NOT 31
3. Storm Water Pollution Prevention Plan: SWPPP 32
4. Texas Commission on Environmental Quality: TCEQ 33
5. Notice of Change: NOC 34
A. Reference Standards 35
1. Reference standards cited in this Specification refer to the current reference 36
standard published at the time of the latest revision date logged at the end of this 37
Specification, unless a date is specifically cited. 38
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
2. Integrated Storm Management (iSWM) Technical Manual for Construction 1
Controls 2
1.4 ADMINISTRATIVE REQUIREMENTS 3
A. General 4
1. Contractor is responsible for resolution and payment of any fines issued associated 5
with compliance to Stormwater Pollution Prevention Plan. 6
2. As a condition of approval, applicants conducting land disturbing activities will 7
complete the online construction site survey. This survey can be found at 8
https://www.surveymonkey.com/r/HT2BDHZ 9
B. Construction Activities resulting in: 10
1. Less than 1 acre of disturbance 11
a. Provide erosion and sediment control in accordance with Drawings. 12
2. 1 to less than 5 acres of disturbance 13
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 14
Permit is required 15
b. Complete SWPPP in accordance with TCEQ requirements 16
1) TCEQ Small Construction Site Notice Required under general permit 17
TXR150000 18
a) Sign and post at job site 19
b) Prior to Preconstruction Meeting, send 1 copy to City Watershed 20
Protection Department, Joetta Dailey (940) 349-7153 or David Hunter 21
(940) 349-7123. 22
2) Provide erosion and sediment control in accordance with: 23
a) Drawings 24
b) TXR150000 General Permit 25
c) SWPPP 26
d) TCEQ requirements 27
3. 5 acres or more of Disturbance 28
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 29
Permit is required 30
b. Complete SWPPP in accordance with TCEQ requirements 31
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 32
a) Sign and post at job site 33
b) Send copy to City Watershed Protection Department, Joetta Dailey 34
(940) 349 7153 or David Hunter (940) 349 7123. 35
2) TCEQ Notice of Change required if making changes or updates to NOI 36
3) Provide erosion and sediment control in accordance with: 37
a) Drawings 38
b) TXR150000 General Permit 39
c) SWPPP 40
d) TCEQ requirements 41
4) Once the project has been completed and all the closeout requirements of 42
TCEQ have been met a TCEQ Notice of Termination can be submitted. 43
a) Send copy to City Watershed Protection Department, Joetta Dailey 44
(940) 349-7153 or David Hunter (940) 349-7123. 45
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.5 SUBMITTALS 1
A. SWPPP 2
1. Submit in accordance with Section 01 33 00, except as stated herein. 3
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 4
as follows: 5
1) 1 copy to the Project Manager 6
a) Project Manager will forward to the City Watershed Protection 7
Department, Joetta Dailey (940) 349-7153 or David Hunter (940) 349-8
7123 for review. 9
B. Modified SWPPP 10
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 11
in accordance with Section 01 33 00. 12
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13
1.7 CLOSEOUT SUBMITTALS [NOT USED] 14
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15
1.9 QUALITY ASSURANCE [NOT USED] 16
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17
1.11 FIELD [SITE] CONDITIONS [NOT USED] 18
1.12 WARRANTY [NOT USED] 19
PART 2 - PRODUCTS [NOT USED] 20
PART 3 - EXECUTION [NOT USED] 21
END OF SECTION 22
23
Revision Log
DATE NAME SUMMARY OF CHANGE
24
01 58 13 - 1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 58 13 1
TEMPORARY PROJECT SIGNAGE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Temporary Project Signage Requirements 6
B. Deviations from this City of Denton Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Temporary Project Sign 14
a. Measurement 15
1) Measurement for this Item will be per each project sign installed. 16
b. Payment 17
1) The work performed and materials furnished in accordance with this Item 18
and measured as provided under “Measurement” shall be paid for at the 19
unit price bid per each “Temporary Project Sign.” 20
c. The price bid shall include: 21
1) Installation of Temporary Project Sign 22
2) Excavation 23
3) Hauling 24
4) Disposal of excess Materials 25
5) Maintenance and Repair of Signs During Construction 26
6) Removal and Disposal of Temporary Project Sign 27
1.3 REFERENCES [NOT USED] 28
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29
1.5 SUBMITTALS [NOT USED] 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31
1.7 CLOSEOUT SUBMITTALS [NOT USED] 32
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33
1.9 QUALITY ASSURANCE [NOT USED] 34
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35
1.11 FIELD [SITE] CONDITIONS [NOT USED] 36
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.12 WARRANTY [NOT USED] 1
PART 2 - PRODUCTS 2
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 4
A. Design Criteria 5
1. Provide free standing Project Designation Sign as indicated below: 6
7
The flag shall resemble the Texas Flag. The background of 8
the stars and the “City of Denton” lettering shall be blue. 9
The lower bar of the flag shall be red, and the upper bar 10
shall be white. The dimensions, from the farthest ends, shall 11
be 12-inches vertically and 23.5-inches horizontally. The 12
flag shall appear in the dimensions shown. The contractor 13
may request a digital copy in either .jpg or .tif format. 14
15
2. The Project Designation Sign shall be placed at strategic points with lettering as 16
needed to adequately describe the work. 17
3. Signs shall be painted white with blue letters and symbols. Letter size shall conform 18
to dimensions shown on sign drawing. Exceptions or variations from the sign 19
shown above shall not be allowed. 20
B. Materials 21
1. Sign 22
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 23
01 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION [NOT USED] 6
3.4 INSTALLATION 7
A. General 8
1. Provide vertical installation at extents of project. 9
2. Signs shall be placed prior to beginning the Work and maintained until the end of 10
the project. 11
3. Relocate sign as needed, upon request of the City. 12
B. Mounting options 13
a. Skids 14
b. Posts 15
c. Barricade 16
3.5 -- 3.12 [NOT USED] 17
3.6 MAINTENANCE 18
A. General 19
1. Maintenance will include painting and repairs as needed or directed by the City. 20
3.7 ATTACHMENTS [NOT USED] 21
END OF SECTION 22
23
Revision Log
DATE NAME SUMMARY OF CHANGE
24
01 60 00 - 1
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 60 00 1
PRODUCT REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. References for Product Requirements and Product Material Submittal Checklist 6
B. Deviations from this City of Denton Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12
1.3 REFERENCES [NOT USED] 13
1.4 ADMINISTRATIVE REQUIREMENTS 14
A. A list of City approved products for use is located online as follows: 15
1. https://www.cityofdenton.com/CoD/media/City-of-16
Denton/Business/Development%20Review/Materials-List.pdf 17
B. Only products specifically included on City’s Product Material Submittal Checklist in 18
these Contract Documents shall be allowed for use on the Project. 19
1. Any subsequently approved products will only be allowed for use upon specific 20
approval by the City. 21
C. Any specific product requirements in the Contract Documents supersede similar 22
products included on the Product Material Submittal Checklist. 23
1. The City reserves the right to not allow products to be used for certain projects even 24
though the product is listed on the Product Material Submittal Checklist. 25
D. Although a specific product is included on Product Material Submittal Checklist, not all 26
products from that manufacturer are approved for use, including but not limited to, that 27
manufacturer’s standard product. 28
E. See Section 01 33 00 for submittal requirements of Product Data included on Product 29
Material Submittal Checklist. 30
1.5 SUBMITTALS [NOT USED] 31
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32
1.7 CLOSEOUT SUBMITTALS [NOT USED] 33
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34
1.9 QUALITY ASSURANCE [NOT USED] 35
01 60 00 - 2
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 66 00 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Scheduling of product delivery 6
2. Packaging of products for delivery 7
3. Protection of products against damage from: 8
a. Handling 9
b. Exposure to elements or harsh environments 10
B. Deviations from this City of Denton Standard Specification 11
1. None. 12
C. Related Specification Sections include, but are not necessarily limited to: 13
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14
2. Division 1 – General Requirements 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Work associated with this Item is considered incidental to the various Items bid. 18
No separate payment will be allowed for this Item. 19
1.3 REFERENCES [NOT USED] 20
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21
1.5 SUBMITTALS [NOT USED] 22
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23
1.7 CLOSEOUT SUBMITTALS [NOT USED] 24
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25
1.9 QUALITY ASSURANCE [NOT USED] 26
1.10 DELIVERY AND HANDLING 27
A. Delivery Requirements 28
1. Schedule delivery of products or equipment as required to allow timely installation 29
and to avoid prolonged storage. 30
2. Provide appropriate personnel and equipment to receive deliveries. 31
3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32
for personnel or equipment to receive the delivery. 33
4. Deliver products or equipment in manufacturer's original unbroken cartons or other 34
containers designed and constructed to protect the contents from physical or 35
environmental damage. 36
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
5. Clearly and fully mark and identify as to manufacturer, item and installation 1
location. 2
6. Provide manufacturer's instructions for storage and handling. 3
B. Handling Requirements 4
1. Handle products or equipment in accordance with these Contract Documents and 5
manufacturer’s recommendations and instructions. 6
C. Storage Requirements 7
1. Store materials in accordance with manufacturer’s recommendations and 8
requirements of these Specifications. 9
2. Make necessary provisions for safe storage of materials and equipment. 10
a. Place loose soil materials and materials to be incorporated into Work to prevent 11
damage to any part of Work or existing facilities and to maintain free access at 12
all times to all parts of Work and to utility service company installations in 13
vicinity of Work. 14
3. Keep materials and equipment neatly and compactly stored in locations that will 15
cause minimum inconvenience to other contractors, public travel, adjoining owners, 16
tenants and occupants. 17
a. Arrange storage to provide easy access for inspection. 18
4. Restrict storage to areas available on construction site for storage of material and 19
equipment as shown on Drawings, or approved by Project Manager or their duly 20
authorized representative. 21
5. Provide off-site storage and protection when on-site storage is not adequate. 22
a. Provide addresses of and access to off-site storage locations for inspection by 23
Project Manager or their duly authorized representative. 24
6. Do not use lawns, grass plots or other private property for storage purposes without 25
written permission of owner or other person in possession or control of premises. 26
7. Store in manufacturers’ unopened containers. 27
8. Neatly, safely and compactly stack materials delivered and stored along line of 28
Work to avoid inconvenience and damage to property owners and general public 29
and maintain at least 3 feet from fire hydrant. 30
9. Keep public and private driveways and street crossings open. 31
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 32
satisfaction of Project Manager or their duly authorized representative. 33
a. Total length which materials may be distributed along route of construction at 34
one time is 1,000 linear feet, unless otherwise approved in writing by Project 35
Manager. 36
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS [NOT USED] 3
PART 3 - EXECUTION 4
3.1 -3.6 [NOT USED] 5
3.2 FIELD [OR] SITE QUALITY CONTROL 6
A. Tests and Inspections 7
1. Inspect all products or equipment delivered to the site prior to unloading. 8
B. Non-Conforming Work 9
1. Reject all products or equipment that are damaged, used or in any other way 10
unsatisfactory for use on the project. 11
3.3 SYSTEM STARTUP [NOT USED] 12
3.4 ADJUSTING [NOT USED] 13
3.5 CLEANING [NOT USED] 14
3.6 CLOSEOUT ACTIVITIES [NOT USED] 15
3.7 PROTECTION 16
A. Protect all products or equipment in accordance with manufacturer's written directions. 17
B. Store products or equipment in location to avoid physical damage to items while in 18
storage. 19
C. Protect equipment from exposure to elements and keep thoroughly dry if required by 20
the manufacturer. 21
3.8 MAINTENANCE [NOT USED] 22
3.9 ATTACHMENTS [NOT USED] 23
END OF SECTION 24
Revision Log
DATE NAME SUMMARY OF CHANGE
25
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 70 00 1
MOBILIZATION AND REMOBILIZATION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Mobilization and Demobilization 6
a. Mobilization 7
1) Transportation of Contractor’s personnel, equipment, and operating supplies 8
to the Site 9
2) Establishment of necessary general facilities for the Contractor’s operation 10
at the Site 11
3) Premiums paid for performance and payment bonds 12
4) Transportation of Contractor’s personnel, equipment, and operating supplies 13
to another location within the designated Site 14
5) Relocation of necessary general facilities for the Contractor’s operation 15
from 1 location to another location on the Site. 16
b. Demobilization 17
1) Transportation of Contractor’s personnel, equipment, and operating supplies 18
away from the Site including disassembly 19
2) Site Clean-up 20
3) Removal of all buildings and/or other facilities assembled at the Site for this 21
Contract 22
c. Mobilization and Demobilization do not include activities for specific items of 23
work that are for which payment is provided elsewhere in the contract. 24
2. Remobilization 25
a. Remobilization for Suspension of Work specifically required in the Contract 26
Documents or as required by City includes: 27
1) Demobilization 28
a) Transportation of Contractor’s personnel, equipment, and operating 29
supplies from the Site including disassembly or temporarily securing 30
equipment, supplies, and other facilities as designated by the Contract 31
Documents necessary to suspend the Work. 32
b) Site Clean-up as designated in the Contract Documents 33
2) Remobilization 34
a) Transportation of Contractor’s personnel, equipment, and operating 35
supplies to the Site necessary to resume the Work. 36
b) Establishment of necessary general facilities for the Contractor’s 37
operation at the Site necessary to resume the Work. 38
3) No Payments will be made for: 39
a) Mobilization and Demobilization from one location to another on the 40
Site in the normal progress of performing the Work. 41
b) Stand-by or idle time 42
c) Lost profits 43
44
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
B. Deviations from this City of Denton Standard Specification 1
1. None. 2
C. Related Specification Sections include, but are not necessarily limited to: 3
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 4
2. Division 1 – General Requirements 5
1.2 PRICE AND PAYMENT PROCEDURES 6
A. Measurement and Payment 7
1. Mobilization and Demobilization 8
a. Measurement 9
1) This Item will be measured by the lump sum as the work progresses. 10
b. Payment 11
1) For this Item, the adjusted Contract amount will be calculated as the total 12
Contract amount less the lump sum for mobilization. Mobilization shall be 13
made in partial payments as follows: 14
a) When 1% of the adjusted Contract amount for construction Items is 15
earned, 50% of the mobilization lump sum bid will be paid. 16
b) When 5% of the adjusted Contract amount for construction Items is 17
earned, 75% of the mobilization lump sum bid will be paid. Previous 18
payments under the Item will be deducted from this amount. 19
c) When 10% of the adjusted Contract amount for construction Items is 20
earned, 100% of the mobilization lump sum bid will be paid. Previous 21
payments under the Item will be deducted from this amount. 22
d) A bid containing a total for “Mobilization” in excess of 10% of total 23
contract shall be considered unbalanced and a cause for consideration 24
of rejection. 25
c. The price bid shall include: 26
1) Mobilization of equipment to Site 27
2) Performance Bond 28
3) Payment Bond 29
4) Maintenance Bond 30
5) Remobilization as identified in the Contract Documents 31
6) Demobilization 32
d. No payments will be made for standby, idle time, or lost profits associated this 33
Item. 34
2. Remobilization for suspension of Work not identified in the Contract Documents, 35
as required by City 36
a. Measurement and Payment 37
1) This shall be submitted as a Contract Claim in accordance with Article 10 38
of Section 00 72 00. 39
2) No payments will be made for standby, idle time, or lost profits associated 40
with this Item. 41
1.3 REFERENCES [NOT USED] 42
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43
1.5 SUBMITTALS [NOT USED] 44
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 3
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.7 CLOSEOUT SUBMITTALS [NOT USED] 1
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2
1.9 QUALITY ASSURANCE [NOT USED] 3
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4
1.11 FIELD [SITE] CONDITIONS [NOT USED] 5
1.12 WARRANTY [NOT USED] 6
PART 2 - PRODUCTS [NOT USED] 7
PART 3 - EXECUTION [NOT USED] 8
END OF SECTION 9
10
Revision Log
DATE NAME SUMMARY OF CHANGE
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 71 23 1
CONSTRUCTION STAKING AND SURVEY 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Requirements for construction staking to be provided by the Contractor. 6
2. Requirements for coordination with City to allow performance of as-built survey at 7
the Site. 8
B. Deviations from this City of Denton Standard Specification 9
1. None 10
C. Related Specification Sections include, but are not necessarily limited to: 11
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12
2. Division 1 – General Requirements 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Construction Staking 16
a. Measurement and Payment 17
1) Work associated with this Item is considered incidental to the various Items 18
bid. No separate payment will be allowed for this Item. 19
2. As-Built Survey 20
a. Measurement and Payment 21
1) Work associated with this Item is considered incidental to the various Items 22
bid. No separate payment will be allowed for this Item. 23
1.3 REFERENCES [NOT USED] 24
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25
1.5 SUBMITTALS 26
A. Submittals, if required, shall be in accordance with Section 01 33 00. 27
B. All submittals shall be approved by the City prior to delivery. 28
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29
A. Certificates 30
1. Provide certificate certifying that elevations and locations of improvements are in 31
conformance or non-conformance with requirements of the Contract Documents. 32
a. Certificate must be sealed by a registered professional land surveyor in the 33
State of Texas. 34
B. Field Quality Control Submittals 35
1. Documentation verifying accuracy of field engineering work. 36
1.7 CLOSEOUT SUBMITTALS [NOT USED] 37
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1
1.9 QUALITY ASSURANCE 2
A. Construction Staking 3
1. Construction staking will be performed by the Contractor. 4
2. Coordination 5
a. It is the Contractor’s responsibility to coordinate staking such that construction 6
activities are not delayed or negatively impacted. 7
3. General 8
a. Contractor is responsible for preserving and maintaining staking. 9
b. If in the opinion of the City, a sufficient number of stakes or markings have 10
been lost, destroyed or disturbed, by Contractor’s neglect, such that the 11
contracted Work cannot take place, then the Contractor will be required to re-12
stake the deficient areas. 13
B. As-built Survey 14
1. As-built Survey will be performed by the City. 15
2. Coordination 16
a. Contractor to verify that control data established in the design survey remains 17
intact. 18
b. It is the Contractor’s responsibility to coordinate As-built Survey such that 19
construction activities are not delayed or negatively impacted. 20
c. Contractor shall coordinate construction operations with City sufficiently in 21
advance and make provisions for City to perform as-built survey on various 22
items indicated in Paragraph B.3.b. 23
d. Contractor shall restore or replace all necessary control data damaged during 24
construction operations. 25
1) Contractor shall perform replacements and/or restorations. 26
3. General 27
a. As-built survey will be performed in order to maintain complete and accurate 28
logs of control and survey work as it progresses for Project Records. 29
b. The Contractor will ensure coordination is maintained with the City to allow 30
performance of as-built survey to obtain construction features including, but not 31
limited to, the following: 32
1) All Utility Lines 33
a) Rim and flowline elevations and coordinates for each manhole or 34
junction structure 35
2) Water Lines 36
a) Top of pipe elevations and coordinates for waterlines at the following 37
locations: 38
(1) Every 250 linear feet 39
(2) Horizontal and vertical points of inflection, curvature, etc. (All 40
Fittings) 41
(3) Cathodic protection test stations 42
(4) Sampling stations 43
(5) Meter boxes/vaults (All sizes) 44
(6) Fire lines 45
(7) Fire hydrants and valves 46
(8) Gate valves and Butterfly Valves 47
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
(9) Plugs, stubouts, dead-end lines 1
(10) Air Release valves (Manhole rim and vent pipe) 2
(11) Blow off valves (Manhole rim and valve lid) 3
(12) Pressure plane valves 4
(13) Cleaning wyes 5
(14) Casing pipe (each end) 6
b) Storm Sewer 7
(1) Top of pipe elevations and coordinates at the following locations: 8
(a) Every 250 linear feet 9
(b) Horizontal and vertical points of inflection, curvature, etc. 10
c) Sanitary Sewer 11
(1) Top of pipe elevations and coordinates for sanitary sewer lines at 12
the following locations: 13
(a) Every 250 linear feet 14
(b) Horizontal and vertical points of inflection, curvature, etc. 15
(c) Cleanouts 16
c. As-built survey will be performed in order to maintain complete and accurate 17
logs of control and survey work associated with meeting or exceeding the line 18
and grade required by these Specifications. 19
d. The Contractor will ensure coordination is maintained with the City to allow 20
performance of as-built survey and verify control data including, but not limited 21
to, the following: 22
1) Verification that established benchmarks and control are accurate. 23
2) Use of Benchmarks to furnish and maintain all reference lines and grades 24
for tunneling. 25
3) Use of lines and grades to establish the location of the pipe. 26
4) Submit to the City copies of field notes, if requested, used to establish all 27
lines and grades and allow the City to check guidance system setup prior to 28
beginning each tunneling drive. 29
5) Provide access for the City, when requested, to verify the guidance system 30
and the line and grade of the carrier pipe on a daily basis. 31
6) The Contractor remains fully responsible for the accuracy of the work and 32
the correction of it, as required. 33
7) Monitor line and grade continuously during construction. 34
8) Record deviation with respect to design line and grade once at each pipe 35
joint and submit daily records to City. 36
9) If the installation does not meet the specified tolerances, immediately notify 37
the City and correct the installation in accordance with the Contract 38
Documents. 39
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 40
1.11 FIELD [SITE] CONDITIONS [NOT USED] 41
1.12 WARRANTY [NOT USED] 42
PART 2 - PRODUCTS [NOT USED] 43
44
45
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
PART 3 - EXECUTION 1
3.1 INSTALLERS [NOT USED] 2
3.2 EXAMINATION [NOT USED] 3
3.3 PREPARATION [NOT USED] 4
3.4 APPLICATION 5
3.5 REPAIR / RESTORATION [NOT USED] 6
3.6 RE-INSTALLATION [NOT USED] 7
3.7 FIELD [OR] SITE QUALITY CONTROL 8
A. It is the Contractor’s responsibility to maintain all stakes and control data in accordance 9
with this Specification. 10
B. Do not change or relocate stakes or control data without approval from the City. 11
3.8 SYSTEM STARTUP [NOT USED] 12
3.9 ADJUSTING [NOT USED] 13
3.10 CLEANING [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
8/31/2012 D. Johnson
21
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 74 23 1
CLEANING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Intermediate and final cleaning for Work not including special cleaning of closed 6
systems specified elsewhere 7
B. Deviations from this City of Denton 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 incidental to the various Items bid. 15
No separate payment will be allowed for this Item. 16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS 18
A. Scheduling 19
1. Schedule cleaning operations so that dust and other contaminants disturbed by 20
cleaning process will not fall on newly painted surfaces. 21
2. Schedule final cleaning upon completion of Work and immediately prior to final 22
inspection. 23
1.5 SUBMITTALS [NOT USED] 24
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25
1.7 CLOSEOUT SUBMITTALS [NOT USED] 26
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27
1.9 QUALITY ASSURANCE [NOT USED] 28
1.10 STORAGE, AND HANDLING 29
A. Storage and Handling Requirements 30
1. Store cleaning products and cleaning wastes in containers specifically designed for 31
those materials. 32
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4
2.2 MATERIALS 5
A. Cleaning Agents 6
1. Compatible with surface being cleaned 7
2. New and uncontaminated 8
3. For manufactured surfaces 9
a. Material recommended by manufacturer 10
2.3 ACCESSORIES [NOT USED] 11
2.4 SOURCE QUALITY CONTROL [NOT USED] 12
PART 3 - EXECUTION 13
3.1 INSTALLERS [NOT USED] 14
3.2 EXAMINATION [NOT USED] 15
3.3 PREPARATION [NOT USED] 16
3.4 APPLICATION [NOT USED] 17
3.5 REPAIR / RESTORATION [NOT USED] 18
3.6 RE-INSTALLATION [NOT USED] 19
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20
3.8 SYSTEM STARTUP [NOT USED] 21
3.9 ADJUSTING [NOT USED] 22
3.10 CLEANING 23
A. General 24
1. Prevent accumulation of wastes that create hazardous conditions. 25
2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26
governing authorities. 27
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28
storm or sanitary drains or sewers. 29
4. Dispose of degradable debris at an approved solid waste disposal site. 30
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31
alternate manner approved by City and regulatory agencies. 32
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
6. Transport and deposit vegetative material removed as a result of work operations 1
off-site at a legal site in accordance with all applicable federal, state, and local laws 2
and regulations. 3
a. Removed vegetation will not be allowed to remain in piles or mounds on the 4
easement or surrounding property. 5
7. Handle materials in a controlled manner with as few handlings as possible. 6
8. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 7
this project. 8
9. Remove all signs of temporary construction and activities incidental to construction 9
of required permanent Work. 10
10. If project is not cleaned to the satisfaction of the City, the City reserves the right to 11
have the cleaning completed at the expense of the Contractor. 12
11. Do not burn on-site. 13
B. Intermediate Cleaning during Construction 14
1. Keep Work areas clean so as not to hinder health, safety or convenience of 15
personnel in existing facility operations. 16
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 17
3. Confine construction debris daily in strategically located container(s): 18
a. Cover to prevent blowing by wind 19
b. Store debris away from construction or operational activities 20
c. Haul from site at a minimum of once per week 21
4. Vacuum clean interior areas when ready to receive finish painting. 22
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 23
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 24
may become airborne or transported by flowing water during the storm. 25
C. Interior Final Cleaning 26
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 27
foreign materials from sight-exposed surfaces. 28
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 29
3. Wash and shine glazing and mirrors. 30
4. Polish glossy surfaces to a clear shine. 31
5. Ventilating systems 32
a. Clean permanent filters and replace disposable filters if units were operated 33
during construction. 34
b. Clean ducts, blowers and coils if units were operated without filters during 35
construction. 36
6. Replace all burned out lamps. 37
7. Broom clean process area floors. 38
8. Mop office and control room floors. 39
D. Exterior (Site or Right of Way) Final Cleaning 40
1. Remove trash and debris containers from site. 41
a. Re-seed areas disturbed by location of trash and debris containers. 42
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 43
that may hinder or disrupt the flow of traffic along the roadway. 44
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 1
junction boxes and inlets. 2
4. If no longer required for maintenance of erosion facilities, and upon approval by 3
City, remove erosion control from site. 4
5. Clean signs, lights, signals, etc. 5
3.11 CLOSEOUT ACTIVITIES [NOT USED] 6
3.12 PROTECTION [NOT USED] 7
3.13 MAINTENANCE [NOT USED] 8
3.14 ATTACHMENTS [NOT USED] 9
END OF SECTION 10
11
Revision Log
DATE NAME SUMMARY OF CHANGE
12
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 77 19 1
CLOSEOUT REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for closing out a contract 6
B. Deviations from this City of Denton Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered incidental to the various Items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Guarantees, Bonds and Affidavits 18
1. No application for final payment will be accepted until all guarantees, bonds, 19
certificates, licenses and affidavits required for Work or equipment as specified are 20
satisfactorily filed with the City. 21
B. Release of Liens or Claims 22
1. No application for final payment will be accepted until satisfactory evidence of 23
release of liens has been submitted to the City. 24
1.5 SUBMITTALS 25
A. Submit all required documentation to Project Manager. 26
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1
1.7 CLOSEOUT SUBMITTALS [NOT USED] 2
PART 2 - PRODUCTS [NOT USED] 3
PART 3 - EXECUTION 4
3.1 INSTALLERS [NOT USED] 5
3.2 EXAMINATION [NOT USED] 6
3.3 PREPARATION [NOT USED] 7
3.4 CLOSEOUT PROCEDURE 8
A. Prior to requesting Final Inspection, submit: 9
1. Project Record Documents in accordance with Section 01 78 39 10
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12
01 74 23. 13
C. Final Inspection 14
1. After final cleaning, provide notice to the Project Manager and their duly appointed 15
representative that the Work is completed. 16
a. City reserves the right to deny request for Final Inspection if City determines 17
that the entire Work is not sufficiently complete to warrant a Final Inspection 18
b. The City will make an initial Final Inspection with the Contractor present. 19
c. Upon completion of this inspection, the City will notify the Contractor, in 20
writing within 10 business days, of any particulars in which this inspection 21
reveals that the Work is defective or incomplete. 22
2. Upon receiving written notice from the City, immediately undertake the Work 23
required to remedy deficiencies and complete the Work to the satisfaction of the 24
City. 25
3. Upon completion of Work associated with the items listed in the City's written 26
notice, inform the City, that the required Work has been completed. Upon receipt 27
of this notice, the City, in the presence of the Contractor, will make a subsequent 28
Final Inspection of the project. 29
4. Provide all special accessories required to place each item of equipment in full 30
operation. These special accessory items include, but are not limited to: 31
a. Specified spare parts 32
b. Adequate oil and grease as required for the first lubrication of the equipment 33
c. Initial fill up of all chemical tanks and fuel tanks 34
d. Light bulbs 35
e. Fuses 36
f. Vault keys 37
g. Handwheels 38
h. Other expendable items as required for initial start-up and operation of all 39
equipment 40
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
D. Notice of Project Completion 1
1. Once the City Project Representative finds the Work subsequent to Final Inspection 2
to be satisfactory, the City will issue a Notice of Project Completion. 3
E. Supporting Documentation 4
1. Coordinate with the City Project Representative to complete the following 5
additional forms: 6
a. Final Payment Request 7
b. Statement of Contract Time 8
c. Affidavit of Payment and Release of Liens 9
d. Consent of Surety to Final Payment 10
F. Letter of Final Acceptance 11
1. Upon review and acceptance of Notice of Project Completion and Supporting 12
Documentation, in accordance with General Conditions, City will issue Letter of 13
Final Acceptance and release the Final Payment Request for payment. 14
G. Warranty Inspection for Wastewater Mains 15
1. A second television inspection conforming to the standards laid out in 16
NCTCOG Item 507.5.2 shall be started by the Contractor no sooner than 630 17
calendar days and finished no later than 690 calendar days after the date of 18
acceptance for the project by the City of Denton. 19
2. The second inspection shall include a complete televised inspection of each 20
manhole interior constructed or installed on the project (including cored 21
manholes). 22
a. Should the second inspection indicate repairs that need to be made, these will 23
be performed by the Contractor at no cost to the City. 24
3. Failure of the Contractor to perform the second inspection or to make repairs 25
indicated by the second inspection shall be sufficient grounds for the City to take 26
action through the terms of the Maintenance Bond for the project to perform the 27
second inspection and make any repairs indicated. 28
3.5 REPAIR / RESTORATION [NOT USED] 29
3.6 RE-INSTALLATION [NOT USED] 30
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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
END OF SECTION 39
01 77 19 - 4
CLOSEOUT REQUIREMENTS
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1
Revision Log
DATE NAME SUMMARY OF CHANGE
2
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 78 23 1
OPERATION AND MAINTENANCE DATA 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Product data and related information appropriate for City's maintenance and 6
operation of products furnished under Contract 7
2. Such products may include, but are not limited to: 8
a. Traffic Controllers 9
b. Irrigation Controllers (to be operated by the City) 10
c. Butterfly Valves 11
B. Deviations from this City of Denton Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered incidental to the various Items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS 22
A. Schedule 23
1. Submit manuals in final form to the City within 30 calendar days of product 24
shipment to the project site. 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 27
approved by the City prior to delivery. 28
1.6 INFORMATIONAL SUBMITTALS 29
A. Submittal Form 30
1. Prepare data in form of an instructional manual for use by City personnel. 31
2. Format 32
a. Size: 8 ½ inches x 11 inches 33
b. Paper 34
1) 40 pound minimum, white, for typed pages 35
2) Holes reinforced with plastic, cloth or metal 36
c. Text: Manufacturer’s printed data, or neatly typewritten 37
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
d. Drawings 1
1) Provide reinforced punched binder tab, bind in with text 2
2) Reduce larger drawings and fold to size of text pages. 3
e. Provide fly-leaf for each separate product, or each piece of operating 4
equipment. 5
1) Provide typed description of product, and major component parts of 6
equipment. 7
2) Provide indexed tabs. 8
f. Cover 9
1) Identify each volume with typed or printed title "OPERATING AND 10
MAINTENANCE INSTRUCTIONS". 11
2) List: 12
a) Title of Project 13
b) Identity of separate structure as applicable 14
c) Identity of general subject matter covered in the manual 15
3. Binders 16
a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17
b. When multiple binders are used, correlate the data into related consistent 18
groupings. 19
4. If available, provide an electronic form of the O&M Manual. 20
B. Manual Content 21
1. Neatly typewritten table of contents for each volume, arranged in systematic order 22
a. Contractor, name of responsible principal, address and telephone number 23
b. A list of each product required to be included, indexed to content of the volume 24
c. List, with each product: 25
1) The name, address and telephone number of the subcontractor or installer 26
2) A list of each product required to be included, indexed to content of the 27
volume 28
3) Identify area of responsibility of each 29
4) Local source of supply for parts and replacement 30
d. Identify each product by product name and other identifying symbols as set 31
forth in Contract Documents. 32
2. Product Data 33
a. Include only those sheets which are pertinent to the specific product. 34
b. Annotate each sheet to: 35
1) Clearly identify specific product or part installed 36
2) Clearly identify data applicable to installation 37
3) Delete references to inapplicable information 38
3. Drawings 39
a. Supplement product data with drawings as necessary to clearly illustrate: 40
1) Relations of component parts of equipment and systems 41
2) Control and flow diagrams 42
b. Coordinate drawings with information in Project Record Documents to assure 43
correct illustration of completed installation. 44
c. Do not use Project Record Drawings as maintenance drawings. 45
4. Written text, as required to supplement product data for the particular installation: 46
a. Organize in consistent format under separate headings for different procedures. 47
b. Provide logical sequence of instructions of each procedure. 48
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
5. Copy of each warranty, bond and service contract issued 1
a. Provide information sheet for City personnel giving: 2
1) Proper procedures in event of failure 3
2) Instances which might affect validity of warranties or bonds 4
C. Manual for Materials and Finishes 5
1. Submit 5 copies of complete manual in final form. 6
2. Content, for architectural products, applied materials and finishes: 7
a. Manufacturer's data, giving full information on products 8
1) Catalog number, size, composition 9
2) Color and texture designations 10
3) Information required for reordering special manufactured products 11
b. Instructions for care and maintenance 12
1) Manufacturer's recommendation for types of cleaning agents and methods 13
2) Cautions against cleaning agents and methods which are detrimental to 14
product 15
3) Recommended schedule for cleaning and maintenance 16
3. Content, for moisture protection and weather exposure products: 17
a. Manufacturer's data, giving full information on products 18
1) Applicable standards 19
2) Chemical composition 20
3) Details of installation 21
b. Instructions for inspection, maintenance and repair 22
D. Manual for Equipment and Systems 23
1. Submit 5 copies of complete manual in final form. 24
2. Content, for each unit of equipment and system, as appropriate: 25
a. Description of unit and component parts 26
1) Function, normal operating characteristics and limiting conditions 27
2) Performance curves, engineering data and tests 28
3) Complete nomenclature and commercial number of replaceable parts 29
b. Operating procedures 30
1) Start-up, break-in, routine and normal operating instructions 31
2) Regulation, control, stopping, shut-down and emergency instructions 32
3) Summer and winter operating instructions 33
4) Special operating instructions 34
c. Maintenance procedures 35
1) Routine operations 36
2) Guide to "trouble shooting" 37
3) Disassembly, repair and reassembly 38
4) Alignment, adjusting and checking 39
d. Servicing and lubrication schedule 40
1) List of lubricants required 41
e. Manufacturer's printed operating and maintenance instructions 42
f. Description of sequence of operation by control manufacturer 43
1) Predicted life of parts subject to wear 44
2) Items recommended to be stocked as spare parts 45
g. As installed control diagrams by controls manufacturer 46
h. Each contractor's coordination drawings 47
1) As installed color coded piping diagrams 48
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
i. Charts of valve tag numbers, with location and function of each valve 1
j. List of original manufacturer's spare parts, manufacturer's current prices, and 2
recommended quantities to be maintained in storage 3
k. Other data as required under pertinent Sections of Specifications 4
3. Content, for each electric and electronic system, as appropriate: 5
a. Description of system and component parts 6
1) Function, normal operating characteristics, and limiting conditions 7
2) Performance curves, engineering data and tests 8
3) Complete nomenclature and commercial number of replaceable parts 9
b. Circuit directories of panelboards 10
1) Electrical service 11
2) Controls 12
3) Communications 13
c. As installed color coded wiring diagrams 14
d. Operating procedures 15
1) Routine and normal operating instructions 16
2) Sequences required 17
3) Special operating instructions 18
e. Maintenance procedures 19
1) Routine operations 20
2) Guide to "trouble shooting" 21
3) Disassembly, repair and reassembly 22
4) Adjustment and checking 23
f. Manufacturer's printed operating and maintenance instructions 24
g. List of original manufacturer's spare parts, manufacturer's current prices, and 25
recommended quantities to be maintained in storage 26
h. Other data as required under pertinent Sections of Specifications 27
4. Prepare and include additional data when the need for such data becomes apparent 28
during instruction of City's personnel. 29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31
1.9 QUALITY ASSURANCE 32
A. Provide operation and maintenance data by personnel with the following criteria: 33
1. Trained and experienced in maintenance and operation of described products 34
2. Skilled as technical writer to the extent required to communicate essential data 35
3. Skilled as draftsman competent to prepare required drawings 36
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
SECTION 01 78 39 1
PROJECT RECORD DOCUMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Work associated with the documenting the project and recording changes to project 6
documents, including: 7
a. Record Drawings 8
B. Deviations from this City of Denton Standard Specification 9
1. None. 10
C. Related Specification Sections include, but are not necessarily limited to: 11
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12
2. Division 1 – General Requirements 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Work associated with this Item is considered incidental to the various Items bid. 16
No separate payment will be allowed for this Item. 17
1.3 REFERENCES [NOT USED] 18
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19
1.5 SUBMITTALS 20
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 21
Project Manager. 22
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23
1.7 CLOSEOUT SUBMITTALS [NOT USED] 24
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25
1.9 QUALITY ASSURANCE 26
A. Accuracy of Records 27
1. Thoroughly coordinate changes within the Record Documents, making adequate 28
and proper entries on each page of Specifications and each sheet of Drawings and 29
other Documents where such entry is required to show the change properly. 30
2. Accuracy of records shall be such that future search for items shown in the Contract 31
Documents may rely reasonably on information obtained from the approved Project 32
Record Documents. 33
3. To facilitate accuracy of records, make entries within 24 hours after receipt of 34
information that the change has occurred. 35
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
4. Provide factual information regarding all aspects of the Work, both concealed and 1
visible, to enable future modification of the Work to proceed without lengthy and 2
expensive site measurement, investigation and examination. 3
1.10 STORAGE AND HANDLING 4
A. Storage and Handling Requirements 5
1. Maintain the job set of Record Documents, which shall include the Drawings and 6
the Project Manual, completely protected from deterioration and from loss and 7
damage until completion of the Work and transfer of all recorded data to the final 8
Project Record Documents. 9
2. In the event of loss of recorded data, use means necessary to again secure the data 10
to the City's approval. 11
a. In such case, provide replacements to the standards originally required by the 12
Contract Documents. 13
1.11 FIELD [SITE] CONDITIONS [NOT USED] 14
1.12 WARRANTY [NOT USED] 15
PART 2 - PRODUCTS 16
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 17
2.2 RECORD DOCUMENTS 18
A. Job set 19
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 20
charge to the Contractor, 1 complete set of all Documents comprising the Contract. 21
B. Final Record Documents 22
1. At a time nearing the completion of the Work and prior to Final Inspection, provide 23
the City 1 complete set of all Final Record Drawings in the Contract. 24
2.3 ACCESSORIES [NOT USED] 25
2.4 SOURCE QUALITY CONTROL [NOT USED] 26
PART 3 - EXECUTION 27
3.1 INSTALLERS [NOT USED] 28
3.2 EXAMINATION [NOT USED] 29
3.3 PREPARATION [NOT USED] 30
3.4 MAINTENANCE DOCUMENTS 31
A. Maintenance of Job Set 32
1. Immediately upon receipt of the job set, identify each of the Documents with the 33
title, "RECORD DOCUMENTS - JOB SET". The Job set shall include the 34
Drawings and the Project Manual. 35
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
2. Preservation 1
a. Considering the Contract completion time, the probable number of occasions 2
upon which the job set must be taken out for new entries and for examination, 3
and the conditions under which these activities will be performed, devise a 4
suitable method for protecting the job set. 5
b. Do not use the job set for any purpose except entry of new data and for review 6
by the City, until start of transfer of data to final Project Record Documents. 7
c. Maintain the job set at the site of work. 8
3. Coordination with Construction Survey 9
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 10
clearly mark any deviations from Contract Documents associated with 11
installation of the infrastructure. 12
4. Making entries on Drawings and Specifications 13
a. Record any deviations from Contract Documents on Drawings and in the 14
Specifications if applicable. 15
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16
change by graphic line and note as required. 17
c. Date all entries. 18
d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19
e. In the event of overlapping changes, use different colors for the overlapping 20
changes. 21
5. Conversion of schematic layouts 22
a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23
ducts, and similar items, are shown schematically and are not intended to 24
portray precise physical layout. 25
1) Final physical arrangement is determined by the Contractor, subject to the 26
City's approval. 27
2) However, design of future modifications of the facility may require 28
accurate information as to the final physical layout of items which are 29
shown only schematically on the Drawings. 30
b. Show on the job set of Record Drawings, by dimension accurate to within 1 31
inch, the centerline of each run of items. 32
1) Final physical arrangement is determined by the Contractor, subject to the 33
City's approval. 34
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35
ceiling plenum", "exposed", and the like). 36
3) Make all identification sufficiently descriptive that it may be related 37
reliably to the Specifications. 38
c. The City may waive the requirements for conversion of schematic layouts 39
where, in the City's judgment, conversion serves no useful purpose. However, 40
do not rely upon waivers being issued except as specifically issued in writing 41
by the City. 42
B. Final Project Record Documents 43
1. Transfer of data to Drawings and Specifications 44
a. Carefully transfer change data shown on the job set of Record Drawings and 45
Project Manual if applicable, to the corresponding final documents, 46
coordinating the changes as required. 47
b. Clearly indicate at each affected detail and other Drawing a full description of 48
changes made during construction, and the actual location of items. 49
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
c. Call attention to each entry by drawing a "cloud" around the area or areas 1
affected. 2
d. Make changes neatly, consistently and with the proper media to assure 3
longevity and clear reproduction. 4
2. Transfer of data to other Documents 5
a. If the Documents, other than Drawings, have been kept clean during progress of 6
the Work, and if entries thereon have been orderly to the approval of the City, 7
the job set of those Documents, other than Drawings, will be accepted as final 8
Record Documents. 9
b. If any such Document is not so approved by the City, secure a new copy of that 10
Document from the City at the City's usual charge for reproduction and 11
handling, and carefully transfer the change data to the new copy to the approval 12
of the City. 13
3.5 REPAIR / RESTORATION [NOT USED] 14
3.6 RE-INSTALLATION [NOT USED] 15
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 16
3.8 SYSTEM STARTUP [NOT USED] 17
3.9 ADJUSTING [NOT USED] 18
3.10 CLEANING [NOT USED] 19
3.11 CLOSEOUT ACTIVITIES [NOT USED] 20
3.12 PROTECTION [NOT USED] 21
3.13 MAINTENANCE [NOT USED] 22
3.14 ATTACHMENTS [NOT USED] 23
END OF SECTION 24
25
Revision Log
DATE NAME SUMMARY OF CHANGE
26
NCTCOG - 4TH EDITION - AMENDMENTS
Page 1 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION – FOURTH EDITION, DIVISION 200-800
AMENDMENTS
The following specifications and definitions are intended to amend The October 2004 edition of the North Central
Texas Council of Governments Standard Specifications for Public Works Construction, and where conflicts exist
these notes shall rule:
Item Description
201 Temporary Erosion Control
201.11 Stabilized Construction Entrance
202.5 Sodding
202.6 Seeding Turf Grass
203.3 General Site Preparation
203.7 Embankment
301.2 Lime Treatment
301.5 Flexible Sub-base or Base
302.9 Asphalt Pavement (Materials Only)
303 Portland Cement Concrete Pavement
305.1 Concrete Curb & Gutter
305.2 Concrete Sidewalks
501.1 Underground Conduit Materials
501.7 Ductile Iron Pressure Pipe
501.7.4 Ductile Iron Fittings
501.14 Polyvinyl Chloride (PVC) Water Pipe
501.15 Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater
501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings
501.24 Fiberglass Wastewater Pipe & Fittings
502.1-A Concrete Manholes (Cast-in-Place)
502.1-B Concrete Manholes (Precast)
502.1-C Fiberglass Manholes
502.3 Fire Hydrant Assembly
502.6.2 Resilient Seated Gate Valve
502.6.3 Air Valves
502.8 Polyethylene Wrap for Metal Pipe and Fittings
502.10.3-A Water Service Connections (Small Diameter)
502.10.4 Sanitary Sewer Services
502.12.4 Core into Existing Manhole
503.2 Tunnel/Casing Pipe Spacers
503.3 Boring and Tunneling
507.4.5 Sewer Pipe Coupling
507.5.2 Television Inspection
801 Barricades, Detours, and Warning Signs
SS01 Cut and Plug Existing Sewer Lines
SS02 Abandon Existing Manhole
SS03 Remove Existing Manhole
NCTCOG - 4TH EDITION - AMENDMENTS
Page 2 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Item 201 Temporary Erosion Control
General: This item shall govern the control measures required to prevent and control soil erosion from the work
site.
Construction Requirements: The contractor shall be responsible for providing temporary erosion control during
the construction process according to the specifications and procedures outlined under NCTCOG Item 201. An
erosion control plan must be submitted by the contractor and approved by the project engineer prior to beginning
construction. The erosion control plan must specify the type and location of all erosion control devices and methods.
The contractor is free to use any of the erosion control options specified under NCTCOG Item 201 to control
erosion. Erosion control devices and methods must follow the specifications outlined under NCTCOG Item 201 and
the corresponding detail drawings in Division 1000. All erosion control devices must be maintained and inspected
through the construction process. All erosion control devices shall be inspected every 7 calendar days during
construction. In the event that silt or construction debris does escape the immediate construction areas, the
contractor shall be responsible for cleaning it up within 24 hours of the incident. This includes soil tracked out of
the construction areas by the contractor’s vehicles. If the project inspector sees that a certain erosion control method
or location is not working, he may direct the contractor to correct the erosion control devices accordingly.
Duration: All erosion control devices must remain in place until the disturbed soil in the work site is stabilized.
Stabilization may be obtained through one of the following options: Seeding of the work zone until 70% of the
disturbed area has vegetative coverage, sodding the disturbed area, placement of an erosion blanket over the
disturbed area, or the application of organic mulching material to cover the disturbed area. All erosion control
devices will require removal once approval is provided by Watershed Protection.
NCTCOG Reference: Item 201
Payment: Payment will be at the contract unit price per linear foot of pipe installation protected by temporary
erosion control measures. Removal of temporary erosion control measures is considered incidental.
Item 201.11 Stabilized Construction Entrance
General: This item shall govern the construction of a stabilized construction entrance to the work site to minimize
the tracking of soil from the work site to City streets and roads.
Materials: Stone and filter fabric shall meet the requirements of NCTCOG Item 201.11.2.
Construction: The construction entrance shall be constructed according to NCTCOG Drawings 1070A and 1070B
and in accordance with the provisions of NCTCOG Item 201.11.3.
NCTCOG Reference: Item 201
Payment: Separate payment for stabilized construction entrances shall not be made. This shall be considered a
subsidiary cost of Item 203.3 General Site Preparation.
Item 202.5 Sodding
General: This item provides for the preparation and placement of turf grass blocks or plugs upon all areas where
vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks.
Installation: Sod grass shall be placed according to the specifications listed under NCTCOG Item 202.5 and to the
extents listed on the plans if so indicated. City approval on the location, amount and type of sod is required prior to
placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. This
item includes labor, material, equipment, water, and fertilizer necessary to establish the sod grass prior to
acceptance.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 3 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
NCTCOG Reference: Item 202.5
Payment: Payment for this item shall be at the contract unit price for each square yard of sod grass placed. Price
shall be full compensation for furnishing of all materials and labor, including water and fertilizer required to
establish the sod grass.
Item 202.6 Seeding Turf Grass
General: This item provides for the preparation and seeding of turf grass of all areas where vegetation is removed
or damaged due to the construction of public service lines, facilities, roads or sidewalks.
Installation: Turf grass shall be seeded on areas that have been stripped of vegetative cover due to construction
activities. City approval on the location, amount and type of seed grass is required prior to placement. Failure to
obtain City approval prior to placement may be cause for the City to reject payment. Turf grass may be seeded
according to any of the methods listed under NCTCOG Item 202.6. This item includes labor, material, equipment,
water, and fertilizer necessary to establish the broadcast seed prior to acceptance. Seed plantings must be sprouted
prior to project acceptance and the Contractor must maintain the seeded area until 70% cover is achieved.
NCTCOG Reference: Item 202.6
Measurement: Measurement and payment for seeding shall be based on the square yardage of seeded area.
Payment: Payment for this item shall be at the contract unit price for seeding per square yard. Price should be full
compensation for furnishing of all materials including water for seeding fertilizer slurry and maintaining growth.
Item 203.3 General Site Preparation
General: This item shall consist of preparing the right-of-way or public easements for construction operations by
the removal of all obstructions and disposal of the materials by the contractor. Disposal of removed materials is the
responsibility of the contractor. Obstructions to be removed under this item are listed in NCTCOG Item 203.3.1.
Exceptions to the obstructions list shall be noted on the plans or in the Special Contract Requirements. The
contractor shall keep tree removal within the permanent utility easement or right-of-way to a minimum, only
removing trees necessary to install the improvements unless otherwise noted on the construction plans. All
properties shall be restored to the same or better condition than prior to the construction.
Existing fencing, railing, gates and barriers that require removal during construction will be replaced with equal or
better fencing, railing, gates and barriers at the end of the project. Payment for replacement fencing, railing, gates
and barriers is considered subsidiary to this line item.
NCTCOG Reference: Item 203.3
Payment: Payment for this item shall be at the contract lump sum for General Site Preparation.
Item 203.7 Embankment
General: This item shall consist of the placement and compaction of approved soils to the standards and surface
grades as indicated by the construction plans or Special Contract Requirements.
Construction: Embankment shall be constructed in accordance to NCTCOG Item 203.7.2. The base soil surface
on which the embankment will be constructed shall be scarified or plowed to a minimum depth of 6 inches prior to
the placement of any embankment layers. Embankment shall be compacted in layers not to exceed 8 inches in
depth. Embankment shall be compacted to the requirements specified in the Special Contract Requirements.
NCTCOG Reference: Item 203.7
NCTCOG - 4TH EDITION - AMENDMENTS
Page 4 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Payment: Payment for this item shall be at the contract unit price for each cubic yard of embankment material
placed and compacted. Payment shall include all labor, equipment and materials required to place the embankment
material and to establish the surface grades indicated on the construction plans.
Item 301.2 Lime Treatment
General: This item establishes the requirements for the treatment of pavement subgrades with hydrated lime.
General requirements are found in NCTCOG section 301.2 with modifications listed below.
Materials: Dry hydrated lime or slurry lime (commercial Grade 2 or Grade 3). Quicklime will be allowed upon City
approval.
Construction: All subgrade surfaces shall be shaped within 0.2 feet of finished grade before liming operations start.
Soft areas of the subgrade shall be removed and replaced with suitable soil prior to lime treatment. Lime shall be mixed
at the minimum rate and to the minimum subgrade depth indicated on the plans or in the specifications. The final lime
treated mixture shall pass the gradation requirements in the table below:
Sieve Size Passing
1 ¾-in 100%
¾-in 85%
No. 4 60%
The mixed material shall be compacted to the density specified in NCTCOG Item 301.2.3.6. A minimum of 72 hours of
curing time after the initial mixing of the subgrade will be required before remixing is allowed and the placement of base
courses or other construction activities are permitted. The treated subgrade shall be kept moist during the curing process
to prevent cracking of the treated surface. If the pavement or other base courses are not to be placed within 14 days of
final mixing, a seal coat conforming to NCTCOG Item 302.3.5.1 and NCTCOG Tables 302.3.5.1.(a) and 302.3.5.1.(b)
shall be applied to the treated subgrade surface.
Payment: Payment shall be at the contract unit price per square yard of subgrade treated.
Item 301.5 Flexible Subbase or Base (Crushed Stone/Concrete)
General: This item shall govern the composition and placement of flexible base for use as a foundation course for
other pavement courses or as a surface course. Flexible base may be used in lieu of treated subgrade if approved by
the City Engineer and confirmed by the geotech report. At a minimum, depth of compacted flexible base shall meet
minimum treated subgrade depth as shown on the City of Denton standard details.
Material: The material shall be crushed stone, naturally occurring gravel or crushed concrete. The material shall
adhere to the Grade 1 material requirements of Table 301.5.2.(a) of the NCTCOG specifications. Any material
source shall be approved by the City before any work occurs.
Construction: Preparation of the subgrade, course applications, density, and finish shall be in accordance with
NCTCOG Item 301.5.2. If the existing subgrade is unsuitable, the subgrade materiel shall be removed and replaced
with suitable subgrade material from the work site or with select backfill specified by the Owner’s Representative.
Payment: Payment shall be at the contract unit price per square yard of flexible base or subbase constructed in
place to the full depth specified on the plans.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 5 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Item 302.9 Asphalt Pavement (Materials Only)
General: This item shall govern the use of allowable asphalt pavement materials required for the construction of asphalt
pavement.
Aggregate Composition: Coarse aggregate, fine aggregate, sand and mineral filler shall adhere to the standards of
NCTCOG Item 302.2. Aggregate gradation requirements shall conform to the asphalt mix design indicated on the plans
or in the Special Contract Requirements.
Bituminous Materials: Unless the plans or Special Contract Requirements specify otherwise, the asphaltic binder for
asphalt pavement shall be PG 64-22 asphalt cement.
Fibrous Reinforcement: Unless the plans or Special Contract Requirements specify otherwise, fibrous reinforcement
of asphalt pavement will not be allowed.
Paving Mixture: The paving mix design shall conform to the standard plan details or Special Contract Requirements.
In general, only Type B, C, and D mix designs shall be allowed.
Prime Coat: A priming coat is not required between pavement courses unless specifically called for on the plans or in
the Special Contract Requirements.
Tack Coat: Tack coat shall be a slow setting emulsified asphalt conforming to Type CSS-1h in NCTCOG Table
302.3.4.(c) unless otherwise specified in the plans or Special Contract Requirements.
Item 303 Portland Cement Concrete Pavement
General: This item shall govern the composition and construction of Portland cement concrete pavement to the
standards and dimensions required by the plans and specifications.
Materials:
Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of NCTCOG Item
303.2.1.
Portland Cement: Portland cement shall conform to the provisions of NCTCOG Item 303.2.2.
Chemical Admixtures: Chemical admixtures shall conform to the provisions of NCTCOG Item 303.2.3. Air
entrainment admixtures shall be utilized to ensure total air content of the concrete between 4% and 6%. Water
reducing and set retarding admixtures shall be approved on a project by project basis.
Mineral Admixtures: Mineral admixtures shall conform to the provisions of NCTCOG Item 303.2.4. Maximum fly
ash amount shall not exceed 25% by weight per cubic yard of concrete.
Mineral Filler: Mineral filler will be allowed under the provisions of NCTCOG Item 303.2.5 and Table 303.2.5.(a).
Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be Fibermesh® 300
Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent. Application shall be 1.5 lbs of
fiber per cubic yard of concrete with 1.5-inch long strands. Application shall follow the manufacturer’s guidelines.
Steel Reinforcement: Steel reinforcement shall be of the size and quantity as shown on the City of Denton standard
details unless called for on the plans or in the Special Contract Requirements. Steel reinforcement shall conform to
the standards of NCTCOG Item 303.2.9.
Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound unless
otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper or film shall not be
permitted for curing purposes. The compound and its application shall conform to NCTCOG Item 303.2.13. The
compound shall be applied per the manufacturer’s guidelines.
Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 6 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Construction: Concrete shall be mixed, delivered and placed per the requirements of NCTCOG Items 303.3, 303.4 and
303.5. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be placed if the
temperature is above 35 degrees F and rising. Contractor is responsible for any adverse impacts on the quality and
strength of concrete placed due to weather related conditions. Under no circumstances shall concrete be placed upon
frozen subgrade. Concrete must be placed within the time limits prescribed by NCTCOG Table 303.5.5.(a). Hand
finishing of concrete pavement is only allowed in areas inaccessible to a finishing machine. See Section 3.1.A of the
City of Denton Transportation Criteria Manual regarding placement method. Curing compound shall be applied
immediately upon conclusion of finishing per NCTCOG Item 303.5.7. Curing compound shall be applied to the side
pavement edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing of the
pavement edge may be cause for the rejection of the pavement section. When required, contraction or dummy joints
shall be sawed into the concrete per the plans within 24 hours of placement. Unless otherwise noted in the plans or
Special Contract Requirements, all vehicle traffic shall be excluded from the new concrete pavement for a minimum of
14 days.
Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design pavement
thickness. Price shall include all concrete, steel reinforcement, form work, finishing work, jointing, sawing, sealing,
and cleaning. Integral or monolithic concrete curb placed with the pavement shall not be included; it shall be paid
for separately.
Item 305.1 Concrete Curb & Gutter
General: This item shall consist of Portland Cement Concrete Curb and Gutter installed separately from new
concrete pavement.
Materials: Concrete shall conform to the class called for on the plans or in the current City standard detail
drawings. Steel reinforcement dowels, where required, shall be as called for on the plans or in the current City
standard detail drawings.
Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb and gutter
shall be installed per the plans and according to the provisions of NCTCOG Item 305.1.3. Expansion joints shall be
required every 200 feet of curb length per NCTCOG Item 305.1.3.4. One longitudinal dowel bar of #4 reinforcing
steel two feet in length shall be required at every expansion joint.
Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The backfill shall be
of suitable material and compacted in a manner acceptable to the City. All backfill material shall be free of clods
and rocks and compacted to a level even with the top of curb.
Payment: Payment shall be at the contract unit price for concrete curb and gutter complete and in place. The unit
price shall include backfilling of soil behind the curb. The unit price does not include the excavation or disposal of
material required to install the curb and gutter.
Item 305.2 Concrete Sidewalks
General: This item governs the composition and construction of new concrete sidewalks.
References: The contractor shall refer to Item 305.2 of the NCTCOG Specifications, and the Texas Accessibility
Standards Section 4, Accessible Elements and Spaces: Scope and Technical Requirements for details not specifically
called out in this specification, the plans, or the Special Contract Requirements.
Construction: Sidewalk shall be installed per the plans and the most current City standard sidewalk details. Unless
otherwise noted on the plans or Special Contract Requirements, the Contractor shall be responsible for identifying
the extent of the public right-of-way or easements in which the sidewalk will be installed. Where a permanent
obstruction is encountered and existing right-of-way or easement is insufficient for the full width of the proposed
sidewalk, the sidewalk width may be reduced to thirty-six inches for the length of the obstruction. The path of the
sidewalk around an obstruction shall utilize a gradual curve so as not to create a sharp bend around the obstruction.
Where new concrete sidewalk adjoins an existing concrete sidewalk, curb and gutter, or driveway approach, an
expansion joint shall be placed at the interface and the new sidewalk shall be connected to the existing concrete item
with 6 inch long, #3 steel reinforcement dowel bars placed every 24 inches into mechanically drilled holes.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 7 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
The completed sidewalk must have an unobstructed vertical clearance of eighty inches for the entire length and
width of the sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and removed
in a professional manner.
Materials: Concrete mix design and steel reinforcement shall be as called for on the plans, in the current City
standard detail drawings, or in the Special Contract Requirements. Fiber Reinforcement and curing compound shall
conform to the provisions of Item 303 Portland Cement Concrete Pavement.
Payment: Payment shall be made at the contract unit price per square yard of concrete sidewalk complete in place.
Price shall include concrete, fiber reinforcement, reinforcing steel, joint material, and backfilling of soil along
sidewalk. Contract unit price does not include the removal and disposal of any material required to install the new
concrete sidewalk, including existing sidewalk.
Item 501.1 Underground Conduit Materials
General: This item establishes the permissible conduit material types and size restrictions for water, sanitary sewer
and drainage applications. No other conduit types shall be permitted unless specifically called for in the plans or
Special Contract Requirements.
Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe, AWWA C303 Bar-wrapped
Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe. Size and thickness restrictions for each pipe material
type are given in the table below:
Pipe Material Diameter Range (in) Min. Thickness Class
AWWA C900 6 – 12 DR-14
AWWA C151 16 – 24 Special Thickness Class 52
AWWA C303 16 and larger Design Specific
AWWA C200 36 and larger Design Specific
Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated applications only), ASTM
D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass pipe, or ASTM F714 Solid Wall Polyethylene
Plastic pipe (pipe-bursting applications only). Size and thickness restrictions for each pipe material type are given in
the table below:
Pipe Material Diameter Range (in) Min. Thickness Class
AWWA C900 6 - 12 DR-18
AWWA C905 14 and larger DR-18
ASTM D3034 6 – 15 SDR-35
ASTM F679 18 and larger PS 46
ASTM D3262 18 and larger PS 46
ASTM F714 6 and larger DR-11h
Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760 Corrugated Aluminized Type
2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced Concrete Box Sections. Size and thickness
restrictions for each pipe material type are given in the table below:
Pipe Material Diameter Range (in) Min. Thickness Class
ASTM C76 18 and larger Class III
ASTM A760 18 - 42 Design Specific
ASTM C789 or C850 As manufactured Application Specific
NCTCOG - 4TH EDITION - AMENDMENTS
Page 8 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Item 501.7 Ductile Iron Pressure Pipe
General: This item shall govern the materials of construction and installation of Ductile Iron Pressure Pipe for use
in potable water distribution.
Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile iron pressure pipe
shall conform to AWWA C-151 standards and have push-on joints conforming to AWWA C111 standards. Where a
pipe joint requires a mechanical joint connection or a flanged joint connection, an appropriately jointed pipe
segment shall be furnished conforming to AWWA C111 or AWWA C110 standards. Pipe shall have a bituminous
exterior coating and be exterior corrosion protected using an inner encasement of 8 mil “V-bio” enhanced
polyethylene and an outer encasement of 4 mil cross linked polyethylene encasement per AWWA C-105. Pipe shall
be interior corrosion protected using a cement mortar lining per AWWA C-104.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the
Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by
the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG
Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be
governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation
under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. The
ductile iron pressure pipe and fittings shall be wrapped in two layers of polyethylene encasement prior to
installation. The inner encasement shall be 8 mil “V-bio” enhanced polyethylene and the outer encasement shall be 4
mil cross linked polyethylene. Embedment and backfill shall be as required by the appropriate trench detail drawing
in the plans or the current City trench detail drawing.
All fittings shall utilize mechanical joint restraints. All fittings shall include concrete thrust blocking for full design
thrust. For 16 inch diameter and greater water lines, the water lines shall be restrained at the ductile iron fittings for
full design thrust requirements. For 16 inch diameter and greater water lines the Contractor shall provide lay
schedules developed by the pipe manufacturer showing the required restraint at fittings and at additional joints based
on the design calculations for full thrust design. The lay schedule and design calculations from the pipe
manufacturer shall be a part of the pipe submittal. Unless the plans or Special Contract Requirements indicate
otherwise, thrust restraint shall be as follows:
1.) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and
mechanical joints restraints. Calculations for the mechanical joint restraints shall be determined by the pipe
supplier and furnished for review by the City prior to installation.
2.) For pipe diameters equal or greater than 30 inches, mechanical joints restraints only. Calculations for the
mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior
to installation.
The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking
details in the plans or the current City standard thrust blocking details. The maximum length of open trench at all
time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access.
Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5
“Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions
of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits” and AWWA C651. Disinfection may be
accomplished by either the continuous feed or slug feed methods. Interior surface of pipe shall be swabbed with a 1
to 5 percent hypochlorite disinfecting solution. Contractor shall submit a plan for flushing and disinfection for
review and approval or make modifications to the plan.
Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price
shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust
blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not
limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit
price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or
concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 9 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Item 501.7.4 Ductile Iron Fittings
General: This item shall govern the material requirements of ductile iron fittings for use in water service supply.
Installation of ductile iron fittings is described under the ductile iron and PVC pipe installation specifications.
Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings shall be made of
ductile iron and conform to either AWWA C110 for standard fitting sizes 16” and larger or AWWA C153 for compact
fitting only for 12” and smaller. Fitting sizes and dimensions shall be as called for on the plans. Fittings shall have a
bituminous seal coating and a cement interior lining in accordance with AWWA C104. Fittings shall be wrapped in
an inner encasement 8 mil “V-bio” enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene
after installation. Fitting connection types shall be as called for on the plans or where unspecified, mechanical joint
by mechanical joint. Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style
bolts only. Flange connections shall utilize hex bolts only.
Payment: There is no separate pay item for ductile iron fittings as they are considered a subsidiary cost of water or
wastewater line pipe installation unless specified otherwise in the plans or Special Contract Requirements..
Item 501.14 Polyvinyl Chloride (PVC) Water Pipe
General: This item shall govern the materials of construction and installation of PVC pipe for use in potable water
distribution.
Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA
specification C-900 for diameter sizes 4" through 12" with a minimum wall thickness of DR 14. PVC pipe shall be
blue in color. Any discoloration in the pipe shall be sufficient cause for rejection.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the
Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by
the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG
Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be
governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation
under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”.
Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City
trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be
concrete trust blocking only. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends
according to the thrust blocking details in the plans or the current City standard thrust blocking details. The
maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be
plated or barricaded from public access.
Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions of NCTCOG Item
506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the
provisions of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits” and AWWA C651. Disinfection
may be accomplished by either the continuous feed or slug feed methods. Interior surface of pipe shall be swabbed
with a 1 to 5 percent hypochlorite disinfecting solution. Contractor shall submit a plan for flushing and disinfection
for review and approval or make modifications to the plan.
Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price
shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust
blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not
limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit
price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or
concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 10 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Item 501.15 Polyvinyl Chloride (PVC) Pressure Rated Pipe & Fittings for Wastewater
General: This item shall govern the materials of construction and installation of PVC pipe and fittings for use in
pressurized wastewater applications.
Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA
specification C-900 for diameter sizes 4" through 12" and AWWA specification C-905 for diameter sizes 14" and
greater. Minimum wall thickness shall be DR 18. PVC pipe shall be green in color if the application is for raw
wastewater and purple if the application is for reuse. Any discoloration in the pipe shall be sufficient cause for
rejection. Fittings shall be AWWA C907 PVC or AWWA C110/C153 ductile iron with Protecto 401 protective
coating.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the
Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by
the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of
NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and
depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail
drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3
“Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the
current City trench detail drawing. The Contractor shall provide lay schedules developed by the pipe manufacturer
showing the required restraint at fittings and at additional joints based on the design calculations for full
thrust design. The lay schedule and design calculations from the pipe manufacturer shall be a part of the pipe
submittal. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraints shall be as follows:
1.) For pipe diameters less than or equal to 12 inches, concrete thrust blocking only.
2.) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and
mechanical joints restraints. Calculations for the mechanical joint restraints shall be determined by the pipe
supplier and furnished for review by the City prior to installation.
3.) For pipe diameters equal or greater than 30 inches, mechanical joints restraints only. Calculations for the
mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior
to installation.
The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking
details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any
time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access.
Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5
“Hydrostatic Test” and NCTCOG Table 506.5.(a).
Payment: Payment for this item shall be at the contract unit price per linear foot of pressure rated wastewater pipe
installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting,
installation, backfill, thrust blocking, testing, and temporary and permanent pavement repair if required, including
but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A
separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved
areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under
pavement.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 11 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Item 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings
General: This item describes the materials of construction and installation of solid wall unplasticized polyvinyl chloride
(PVC) wastewater pipe and fittings for gravity flow applications.
Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet all of the required
standards of this item.
Materials:
A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and fittings up
through 15 inches in diameter. For diameters greater than 15 inches pipe and fittings shall
meet the requirements of ASTM F679 with a pipe stiffness of 46 psi at 5% deflection.
B. Wall thickness shall be SDR-35 unless otherwise noted on the plans or in the Special Contract
Requirements.
C. Fitting wall thickness shall match the main line pipe wall thickness.
D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be sufficient cause
for rejection.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the
Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by
the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of
NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and
depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail
drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3
“Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the
current City trench detail drawing.
Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 “Low
Pressure air Testing”. Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4
“Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by television in accordance with City of Denton
Amendment Item 507.5.2.
Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall PVC wastewater
pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting,
installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to
curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may
be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete
saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement.
Item 501.24 Fiberglass Wastewater Pipe & Fittings
General: This item describes the materials of construction and installation of fiberglass (glass-fiber reinforced
thermosetting-resin) pipe and fittings for use in wastewater applications.
Submittals: Submittals shall demonstrate that the fiberglass wastewater pipe and fittings meet all of the required
standards of this item.
Materials:
A. Pipe intended for gravity flow applications shall meet the requirements of ASTM D3262 for pipe
stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D3840 standards and match
the pipe stiffness.
B. Pipe intended for pressure flow applications shall meet the requirements of ASTM D3754 for pipe
stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D5685 standards and match
the pipe stiffness.
C. Minimum wall thickness shall conform to Class PN25/SN46 for gravity flow pipe and Class
PN150/SN46 for pressure flow pipe unless otherwise noted on the plans or in the Special Contract
Requirements.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 12 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
D. Joints shall utilize a gasketed coupling capable of spanning both ends of the pipe to be joined and
conforming to ASTM D4161. The coupling pressure class shall match or exceed the pipe pressure
class.
Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the
Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by
the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of
NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and
depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail
drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3
“Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the
current City trench detail drawing.
Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 “Low
Pressure air Testing”. Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4
“Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by television in accordance with City of Denton
Amendment Item 507.5.2.
Payment: Payment for this item shall be at the contract unit price for each linear foot of fiberglass wastewater pipe
installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting,
installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to
curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may
be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete
saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement.
Item 502.1-A Concrete Manhole (Cast-in-Place)
General: This item governs the construction of monolithic poured concrete manholes used in the wastewater collection
system.
References: NCTCOG Item 502.1 “Manholes”
NCTCOG Item 702 “Concrete Structures”
Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design, bitumastic gaskets,
grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner (if
required).
Material:
A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the
current City standard manhole detail.
B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM
C923 standards.
C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber
conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit Joint Sealant”.
D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards.
E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the
requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall
adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of
30 inches and conform to the current City standard frame and cover detail for dimensions and
style.
F. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete manufactured in
accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall have
a minimum traffic loading of AASHTO HS-25. HDPE and polypropylene risers shall only be
used for manholes under existing or proposed pavement. Riser shall have a minimum clear
opening of 30 inches and be free of defects.
G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the same
standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the
size of the incoming pipe and shall conform to the current City standard drop manhole detail.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 13 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
H. Interior Lining – Acceptable interior lining systems for concrete manholes are SpectraShield by
CCI Spectrum, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed.
Installation:
A. Manholes shall be constructed at the locations and to the dimensions indicated on the
construction plans. Manholes shall be constructed according to the plan details or the current
City standard manhole detail for the relevant manhole type.
B. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described
in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City
standard detail.
C. Manhole construction shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item
702.4 except where indicated below.
D. Construction joints are not allowed for cast-in-place concrete manholes. If a construction joint is
required due to delays in concrete delivery, weather or any other cause the City Inspector or
Engineer shall direct the type of construction joint to be installed before proceeding with the
remaining concrete placement. Cost for the creation of the construction joint and any associated
delay in the construction of the manhole shall be solely the responsibility of the Contractor.
E. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F
and rising.
F. Cast-in-Place manholes shall not be backfilled for at least 12 hours after the forms have been
removed.
G. The final elevation of the frame and cover shall conform to the elevation called for on the plans
with the following allowable modifications.
Manholes installed in existing pavement shall have the top of the frame cover match as closely
as possible the pavement elevation.
Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more
than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise
specified by the plans. Backfill shall provide a uniform slope from the top of the manhole
casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open
fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches
or less than 6 inches above the surrounding ground unless otherwise specified by the plans.
Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street.
The final elevation of the frame cover shall conform to the final elevation of the street.
H. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the
manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic
gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed
between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene
grade adjustment risers are utilized, the riser shall be installed and sealed per the manufacturer’s
specification. Gasket’s and/or sealants shall provide a watertight seal between the adjoining
elements.
I. Interior and exterior grouting is required for all construction joints, between grade adjustment
riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and
provide a watertight seal capable of permitting the manhole to pass the low pressure air test.
J. Drop manholes and vented manholes shall be constructed as shown on the plans or in
accordance with the current City standard detail.
K. Backfilling requirements around the manhole shall conform to the standard trench detail
relevant to the location of the manhole.
L. Interior lining of a manhole shall be conducted only after the manhole has passed the low
pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a
contractor certified by the manufacturer to field apply their product.
Field Quality Control:
A. No water shall be allowed to stand in the channel or on the shelf of a new manhole.
B. The manhole shall be visually inspected inside and on the exterior portions above ground.
Any form lines or honey combing shall be smoothed and grouted.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 14 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2.
Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed or
installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill
around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or
driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay
items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price
for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined
Manhole, including all pipe and fittings necessary to make the drop or vent outlet.
Item 502.1-B Concrete Manholes (Precast)
General: This item governs the installation of precast concrete manholes used in the wastewater collection system.
References: NCTCOG Item 502.1 “Manholes”
NCTCOG Item 702 “Concrete Structures”
Submittals: Dimensioned submittals are required for the precast manhole sections. Material submittals are required
for the pipe-to-manhole connector, bitumastic gaskets, wall wrap, grout, frame and cover, grade adjustment riser (if
required), drop fittings and pipe (if required), and interior liner.
Material:
A. Concrete – Precast concrete sections shall conform to ASTM C478 standards.
B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM
C923 standards.
C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber
conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit Joint Sealant”.
D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards.
E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the
requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall
adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of
30 inches and conform to the current City standard frame and cover detail for dimensions and
style.
F. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete manufactured in
accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall
have a minimum traffic loading of AASHTO HS-25. HDPE and polypropylene risers shall only
be used for manholes under existing or proposed pavement. Riser shall have a minimum clear
opening of 30 inches and be free of defects.
G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the
same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match
the size of the incoming pipe and shall conform to the current City standard drop manhole detail.
H. Interior Lining – Acceptable interior lining systems for concrete manholes are SpectraShield
by CCI Spectrum, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed. An
interior liner is always required on precast concrete manholes.
I. Wall Wrap – Wrap shall be 6” wide extruded butyl adhesive tape, with a minimum 30 mil
thickness and either an EPDM or HDPE plastic backing.
Installation:
A. Manholes shall be installed at the locations and to the dimensions indicated on the construction
plans. Manholes shall be installed according to the plan details or the current City standard
manhole detail for the relevant manhole type.
B. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in
NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City
standard detail.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 15 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
C. Manhole installation shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item
702.4 except where indicated below.
D. One layer of bitumastic gasket is required between each precast concrete manhole section.
E. The final elevation of the frame and cover shall conform to the elevation called for on the plans
with the following allowable modifications.
Manholes installed in existing pavement shall have the top of the frame cover match as closely
as possible the pavement elevation.
Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more
than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise
specified by the plans. Backfill shall provide a uniform slope from the top of the manhole
casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open
fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches
or less than 6 inches above the surrounding ground unless otherwise specified by the plans.
Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street.
The final elevation of the frame cover shall conform to the final elevation of the street.
F. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the
manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic
gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed
between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene
grade adjustment risers are utilized, the risers shall be installed and sealed per the
manufacturer’s specification. Gaskets and/or sealants shall provide a watertight seal between
the adjoining elements.
G. Interior and exterior grouting is required at each manhole section joint, around the pipe
penetration holes, between grade adjustment riser layers, and between the frame and manhole
cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting
the manhole to pass the low pressure air test.
H. Wall wrap is required to cover each external manhole section joint. The manhole exterior shall
be cleaned and any chips or protrusions removed. A general purpose liquid or spray adhesive
shall be applied to the exterior manhole wall 3 inches on either side of the section joint. The
butyl wall wrap shall then be pressed or rolled over the section joint.
I. Drop manholes and vented manholes shall be constructed as shown on the plans or in
accordance with the current City standard detail.
J. Backfilling requirements around the manhole shall conform to the standard trench detail
relevant to the location of the manhole.
K. Interior lining of a manhole shall be conducted only after the manhole has passed the low
pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a
contractor certified by the manufacturer to field apply their product in accordance with the
manufacturer’s specifications.
Field Quality Control:
A. No water shall be allowed to stand in the channel or on the shelf of a new manhole.
B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any
form lines or honey combing shall be smoothed and grouted.
C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2.
Payment: Payment for this item shall be made at the contract unit price for each precast concrete manhole installed.
The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the
manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut
and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered
under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and
include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all
pipe and fittings necessary to make the drop or vent outlet.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 16 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Item 502.1-C Fiberglass Manhole
General: This item governs the material of construction and installation of fiberglass manholes used in the
wastewater collection system. Fiberglass manholes are to have prefabricated inverts and stubouts and be watertight.
References: NCTCOG Item 502.1 “Manholes”
Submittals: Dimensioned submittals are required for each fiberglass manhole. Material submittals are required for
each fiberglass manhole. Material submittals are required for the concrete base mix design, bitumastic gaskets,
grout, frame and cover, grade adjustment riser, and drop fittings and pipe (if required).
Material:
A. Concrete – Concrete shall conform to the strength requirements called for on the plans or in
the current City standard fiberglass manhole detail.
B. Bitumastic Gasket – Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber
conforming to NCTCOG Item 502.7 “Preformed Felxible Conduit Joint Sealant”.
C. Fiberglass Manhole – Manhole shell shall conform to ASTM D3753 standards and NCTCOG
Item 502.1.1.2 requirements. Each manhole submittal shall be dimensioned and show all
stubouts.
D. Grout – Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards.
E. Frame and Cover – Frame and cover shall be grey or ductile iron castings conforming to the
requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall
adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening
of 30 inches and conform to the current City standard frame and cover detail for dimensions
style.
F. Grade Adjustment Riser – Grade adjustment riser shall be HDPE or polypropylene. HDPE
and polypropylene risers shall have a minimum traffic loading of AASHTO HS-25. No other
material is allowed. Riser shall have a minimum clear opening of 30 inches and be free of
defects.
G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the
same standards as those for the mainline pipe material. Fitting and pipe dimensions shall
match the size of the incoming pipe and shall conform to the current City standard drop
manhole detail.
Installation:
A. Fiberglass manholes are only permitted where specifically called for on the plans or in the
Special Contract Requirements.
B. Fiberglass manholes shall be installed at the locations and to the dimensions indicated on the
construction plans. Manholes shall be manufactured according to the plan details or the
current City fiberglass manhole detail for the relevant manhole type.
C. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in
NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City
standard detail.
D. Fiberglass manhole installation shall follow the guidelines of NCTCOG Item 502.1.4.
E. Field joining of fiberglass manhole sections is only permitted when necessary to repair or
adjust the manhole shell or invert. Joining shall be performed using a repair kit provided by
the manhole manufacturer specifically for fiberglass repair.
F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees
F and rising.
G. Frame and cover shall not be directly placed on the fiberglass cone section, A grade
adjustment riser is required between the frame casting and the cone.
H. The final elevation of the frame and cover shall conform to the elevation called for on the
plans with the following allowable modifications:
Manholes installed in existing pavement shall have the top of the frame cover match as
closely as possible the pavement elevation.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 17 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not
more than 1 inch not less than one half 1/2 inch above the surrounding ground unless
otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the
manhole casting for not less than 3 feet each direction to finished grade of the ground.
Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not
more than 12 inched and or less than 6 inches above the surrounding ground unless otherwise
specified by the plans.
Manholes in proposed paved areas shall have grade stakes with the finish elevation of the
street. The final elevation of the frame cover shall conform to the final elevation of the street.
No portion of the fiberglass manhole shell shall be left exposed above ground.
I. Frame and cover shall be placed with one layer of bitumastic gasket between the manhole
cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket.
Where HDPE or polypropylene grade adjustment risers are utilized, the risers shall be
installed and sealed per the manufacturer’s specification. Gaskets and/or sealants shall
provide a watertight seal between the adjoining elements.
J. Interior and exterior grouting is required between each grade adjustment riser layer, between
the frame and riser, and between the riser and manhole cone. Grouting shall have a smooth
finish and provide a watertight seal capable of permitting the manhole to pass the low
pressure air test.
K. Drop manholes and vented manholes shall be constructed as shown on the plans or in
accordance with the current City standard detail.
L. Backfilling requirements around the manhole shall conform to the standard trench detail
relevant to the location of the manhole.
Field Quality Control:
A. No water shall be allowed to stand in the channel or on the shelf of a new manhole.
B. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. If the fiberglass
manhole is indicated as being a watertight manhole on the plans it must be able to pass the
vacuum test with no measurable loss in air pressure to be accepted.
Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole installed. The
unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the
manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut
and repair required to install the manhole. Drop or Vented manholes shall be separate pay items also covered under
this specification. The Drop or Vented Manhole shall be at the contract unit price for that item and include all labor,
equipment, and materials necessary to construct the Drop or Vented Manhole, including all pipe and fittings
necessary to make the drop or vented outlet.
Item 502.3 Fire Hydrant Assembly
General: This item shall govern the manufacture and installation of fire hydrants and the associated fittings,
appurtenances and valves for water supply service.
Materials: Fire hydrants shall be Dry-Barrel type manufactured in compliance with AWWA standard C-502 and
NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall be industry standard 1 ½” pentagon
(five-sided) that opens left (counter-clockwise). The main pumper nozzle shall be 4 ½” in size and the two side
nozzles shall be 2 ½” in size. Fire hydrant color is to be blue caps and silver body. Lead pipe to the main shall be 6-
inch AWWA C900 PVC water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve
shall be a 6-inch resilient wedge gate valve (refer to City of Denton approved material checklist) conforming to Item
502.6.2 unless otherwise called for on the plans.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 18 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Installation: Fire hydrants and their associated lead line assemblies shall be installed at the locations and to the
dimensions indicated on the plans or in the Special Contract Requirements. Fire hydrant assemblies shall be installed
per the plan details or the current City standard detail. Installation shall follow the guidelines of NCTCOG Item
502.3.2 except where those guidelines conflict with the plans, details or Special Contract Requirements.
Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place.
Unit price shall include excavation, backfill, the fire hydrant, the lead line, the gate valve, all appurtenances and
fittings, and the valve box installation.
Item 502.6.2 Resilient Seated Gate Valves
General: This item shall govern the materials of construction and installation of resilient seated gate valves and
their associated housings and appurtenances for water supply service.
Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches through 12 inches. Gate
valves shall conform to AWWA C515 standards for valve sizes 14 inches through 24 inches. Fittings, concrete mix
design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the
Special Contract Requirements. Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2,
where applicable. Each valve shall have the manufacturer's name plate cast into the body or bonnet showing the
pressure rating, serial, model number, and the year manufactured. The year manufactured shall be equal to or one
year less than the year of installation. The wedge encapsulation rubber shall be EPDM. Valve body and bonnet shall
be epoxy coated, inside and out, with fusion bonded epoxy conforming to AWWA C550. Valve ends shall be as
called for on the plans. Valve gear operators shall be as indicated on the plans, in the Special Contract Requirements
or in the current City standard detail drawing. Valve boxes shall be three-piece screw type, cast or ductile iron
conforming to ASTM A48 Class 35B strength requirements.
Installation: Gate valves shall be installed at the locations and to the depths indicated on the plans or Special
Contract Requirements. Gate valves shall be installed per the detail drawing on the plans or the current City standard
detail drawing. Gate valves shall be installed in the vertical position unless otherwise noted on the plans or in the
Special Contract Requirements, Gate valves shall be installed in accordance to NCTCOG Item 502.6.6 “Line Valve
Installation”. Gate valves shall be wrapped in shall be wrapped in an inner encasement 8 mil “V-bio” enhanced
polyethylene and an outer encasement 4 mil cross linked polyethylene prior to burial.
Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price
shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault
construction (if required per the plans).
Item 502.6.3 Air Valves
General: This item shall govern the manufacture and installation of air release, air/vacuum, and combination air
valves and their associated housings and appurtenances for use in water distribution or wastewater collection
systems.
Material: Air valves shall meet the material requirements of AWWA C512 and NCTCOG Item 502.6.3.3 except
that rubber shall be EPDM instead of Buna-N. Unless otherwise noted on the plans or in the Special Contract
Requirements the air valve inlets and outlets shall conform to the provisions of NCTCOG Item 502.6.3.4. Air valves
shall be rated for a minimum operating pressure of 200 psi. Air outlet piping, fittings, concrete mix design, valve
box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract
Requirements.
Wastewater Air Valves: Air valves for use in wastewater collection systems must be designed specifically for that
purpose. Unless otherwise noted on the plans or in the Special Contract Requirements, wastewater air valves must
be A.R.I. Model D-025 Combination Air valves for 2 inch size and A.R.I. Model D-023 Combination Air valves for
3 inch or greater size. The model D-025 shall have a nylon body while the model D-023 shall have a stainless steel
body. The D-023 models shall also have a non-slam valve.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 19 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Installation: Air valves shall be installed at the locations and to the dimensions shown on the plans or in the
Special Contract Requirements. The plans shall indicate the type of air valve to be installed. Air valves shall be
installed per the detail drawing on the plans or the current City standard detail drawing. Air valves shall be installed
in accordance to NCTCOG Item 502.6.6 “Line Valve Installation”. Payment: Payment shall be at the contract unit
price for each air valve installed, complete in place. Unit price shall include excavation, all appurtenances and
fittings, valve box installation, and vault construction (if required per the plans).
Item 502.8 Polyethylene Wrap for Metal Pipe and Fittings
General: This item governs the installation of protective film wrap required for metal pipe, fittings and appurtenances.
Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum of shall be wrapped
in an inner encasement 8 mil “V-bio” enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene.
Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting shall be double-
wrapped. The inner layer shall be wrapped in an inner encasement 8 mil “V-bio” enhanced polyethylene and an outer
layer 4 mil cross linked polyethylene.
Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost to the bid item for
which it is required.
Item 502.10.3-A Water Service Connections (Small Diameter)
General: This item shall govern the materials of manufacture and installation of water service connections up to 2
inches in size on new water distribution lines. Water Service connections for service lines in excess of 2 inches are
handled under Item 502.10.3-B “Water Service Connections (Large Diameter)”. Connections to existing or “live”
water distribution lines shall not be covered by this item and are typically performed by City forces
Materials: Material items for water service connections shall conform to the plans or current City standard details in
dimension and type. Specific item requirements are listed below:
Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap thread conforming to
AWWA C800.
Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to AWWA C800 with a
tapered (CC) inlet thread and a pack joint outlet connection.
Service Line Tubing: Service line tubing shall Type K copper for 1” service lines and SDR-9 HDPE conforming to
AWWA C901 standards for 2” service lines.
Meter Valve: Meter valve shall be a 90-degree angled ball valve made of brass conforming to AWWA C800 with a
pack joint inlet connection and a locking wing on the valve operator.Water Meter Cans: Can size shall be based on
water meter size, not service line size. Water meter cans shall have a galvanized steel or cast-iron body with a notched
meter outlet opening. Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. ¾” and 1” meter
cans shall have minimum inside diameter of 24 inches. 1 ½” and 2” meter cans shall have a minimum inside diameter
of 27.5 inches.
Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter can shall be installed
per the plans or current City standard detail. Construction of the service connection shall conform to NCTCOG Item
502.10.3 for the appropriate main line pipe material type except that direct tapping of PVC pipe is not allowed, it must
be done with a service saddle. Service line installation under existing pavement shall be performed by directional
drilling unless otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in public
right-of-way between the curb or pavement edge and the sidewalk. In cases where there is no sidewalk the can shall
be installed with the outlet side at the right-of-way line. Meter cans shall be installed in unpaved surfaces only. Water
meter installation is performed by the City.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 20 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Payment: Payment for this item shall be at the contract unit price for each service connection installed. Payment shall
include excavation, backfill and the installation of all items listed above.
Item 502.10.4 Sanitary Sewer Services
General: This item describes the materials, construction and installation of sanitary sewer service lines and fittings.
References: NCTCOG Item 502.10.4
Submittals: Submittals shall contain enough information to show that the service line pipe and fittings meet the
corresponding main line pipe specification standards and that the cleanout housing meets the dimensional standards
of the standard detail.
Materials:
A. Service line pipe and fittings shall meet the requirements of the corresponding main line pipe to
which it is connected.
B. Cleanout box shall be as indicated on the plans or in the current City standard details.
C. All pipe and fittings shall be green in color. Any pipe that is discolored may be rejected.
D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard, the nominal
diameter, standard dimension ratio, and the extrusion date printed on the pipe. Submittal shall
contain explanation of how to read manufacturer’s date codes.
Installation:
1. Wastewater service lines shall be installed at the locations and to the sizes indicated on the plans. In
the event that the plans do not indicate this information, the service lines shall be installed following
the current service line standards indicated in the Denton Wastewater Criteria Manual and the
current City service line location detail.
2. Service line and fittings shall be installed according to the details on the plans or the current City
standard service line detail.
3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and in accordance
with the specifications governing mainline pipe installation.
4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches. The maximum
trench width for any service line size shall be 18 inches.
5. Embedment and backfill shall be as required on the standard service line detail drawing.
6. Service lines installed under existing pavement shall require temporary pavement repair in
accordance to the trench detail for existing pavement unless otherwise noted on the plans or in the
Special Contract Requirements.
7. The service line shall be pressure tested in accordance with NCTCOG Item 507.5.1.3 up to and
including the new cleanout riser.
Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment
and backfill. All labor, equipment, and materials needed to properly install the sewer service shall be included in the
contract price.
Item 502.12.4 Core into Existing Manhole
General: This item describes the procedure for coring into an existing manhole in order to install a new pipe connection.
Submittals: Submittals shall demonstrate that the pipe-to-manhole connector and grout meet the required standards of
this item.
Material:
A. Pipe-to-Manhole Connector – Connector shall be elastomeric PVC or rubber that meets ASTM C923
standards.
B. Grout – Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 21 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Execution:
A. The new pipe connection shall be made using a coring method that utilizes a mechanical saw or drill. The
use of pipe hammers or jackhammers is not allowed.
B. The manhole wall shall be cored or cut to the elevation indicated on the plans. The cut or cored area shall
be of sufficient size to allow the insertion of the new pipe and the pipe-to-manhole connector. If required,
the bench area shall also be cut or cored to the width of the new conduit to ensure a continuous grade from
the new conduit invert into the manhole invert. Care should be taken to minimize the hole size so that the
amount of grouting is kept to a minimum.
C. The Contractor shall keep debris from entering the wastewater flow stream in the existing manhole. This
shall be done by either using a flow-through plug on the existing manhole pipe connections or by bypass
pumping around the manhole.
D. A pipe-to-manhole connector shall be attached to the sanitary sewer pipe where the sanitary sewer pipe
and the manhole meet.
E. The new sanitary sewer shall not protrude more than one inch into the manhole.
F. The core hole and bench cut (if required) shall be thoroughly cleaned before the application of grout around
the new pipe connection.
G. Grout shall be applied to the full thickness of the manhole wall all around the new pipe connection to
produce a watertight seal. The pipe-to-manhole connector shall be completely encapsulated within the
grouted area. If a bench cut was required, the cut area shall be smoothed with grout.
H. The excavated area shall be backfilled in accordance with the standard trench detail appropriate to the
surface condition.
Payment: Payment for this item shall be at the contract unit price for each cored pipe connection created in an existing
manhole, including excavation, backfill, patching grout, connection materials furnished and cleanup of grout around and
in the manhole.
Item 503.2 Tunnel/Casing Pipe Spacers
General: This item shall govern the manufacture and installation of pipe spacers for pipe installation in or casings.
Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to ISO 9001:2000
strength and quality standards, or two-piece carbon or stainless-steel shell spacers. Spacers shall be completely
circumferential in shape and coverage of the carrier pipe. Steel shell for steel spacers shall be a minimum 14-gauge
thickness. Steel casing spacer runners shall be made of a dielectrically inert material. Carbon steel spacers shall have
a corrosion resistant coating.
Installation: Spacer placement shall be in accordance with the plans or the current City standard detail for casing pipe
installation. Spacers shall be fastened onto the carrier pipe following the manufacturer’s recommendation and/or
guidelines.
Payment: There is no separate payment for tunnel or casing pipe spacers or their installation. This is considered a
subsidiary cost of the carrier pipe installation.
Item 503.3 Boring and Tunneling
General: This item shall govern the materials of construction and installation of underground conduit by boring or
tunneling. Installation of underground conduit by jacking is not allowed unless specifically called for in the plans or
Special Contract Requirements.
Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform to the specifications
indicated on the plans or in the Special Contract Requirements.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 22 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Tunnel Liner Plate: Steel liner plate shall be allowed for tunnel diameters equal to or greater than 48 inches. Liner
shall be 2-Flange type meeting AASHTO M218 or ASTM A1011. Thickness of the linear plate shall be determined
by the linear plate manufacturer for the specific application and copies of the calculations provided to the City for
review. Regardless of calculation the minimum plate thickness shall be 12 gauge. Coating/lining shall conform to the
specifications indicated on the plans or in the Special Contract Requirements.
Casing Pipe or Tunnel End Seal: Casing pipe or tunnels shall be sealed with non-shrink, high strength grout that
meets ASTM C1107 standards. Alternatively, rubber end seals with stainless steel tightening bands are also permitted.
Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction
Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows
unless otherwise indicated on the plans or in the Special Contract Requirements:
Horizontal: 1% of bore length for both water and sewer.
Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum
allowable grade being 0.1% in the direction of flow.
A 2-inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and grade. If the pilot
bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall be filled with grout and a new pilot
hole bored. The casing pipe shall be advanced behind the auger bore utilizing the pilot hole as a guide. Disposal of
excavated material is the responsibility of the contractor per Item 107.25.
Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction
Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows
unless otherwise indicated on the plans or in the Special Contract Requirements:
Horizontal: 1% of bore length for both water and sewer.
Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable
grade being 0.1% in the direction of flow.
A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel boring machine (TBM) or
shielded hand tunneling with a grade and alignment steering control mechanism. The casing pipe shall be advanced
behind the tunneling operations as close as possible to minimize the area of unprotected excavation. Disposal of
excavated material is the responsibility of the contractor per Item 107.25.
Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall utilize full
circumferential butt welds. After welding, the pipe liner and coating shall be repaired by using a field applied coating
of an approved lining material.
Field weld joints shall be visually inspected by a certified independent weld inspector for quality of welds in
accordance with AWWA C-206.
Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by boring or
tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end
seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment
shall include all excavation, backfill, and welding required to install the encasement pipe or tunnel.
Item 507.4.5 Sewer Pipe Coupling
General: This item describes the materials and installation of pipe couplings to join plain end sewer pipes of the same or
different pipe material together. The use of couplings is not allowed for a connection greater than 48 inches in diameter.
Submittals:
A. Only those manufacturers whose sewer pipe couplings have been approved by the City of Denton
will be allowed for use in the City's wastewater collection system.
B. Submittals shall contain enough information to show that the sewer pipe coupling is the same as
what has been approved by the City of Denton and meets or exceeds all standards listed within
this specification.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 23 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
Products:
Acceptable Manufacturers and Products
A. Onset Pipe Products, Inc., Shear Guard® Coupling, sizes 4" through 12”, for both similar and
dissimilar pipe materials and O.D.s.
B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets, sizes 15" through 48", for similar
pipe materials only.
C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer, Manufactured Gasketed
Coupling with rigid housing, sizes 15" through 48", for dissimilar pipe materials or pipe O.D.s.
Installation:
A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign material.
B. The pipe coupling shall be installed per the manufacturer’s guidelines. The coupling shall not be
tightened to the extent that it causes deformation of either pipe end.
C. Pipe couplings shall be encased in Class B concrete, according to the standard detail drawing.
D. The Inspector shall inspect the installed coupling for tightness of fit prior to covering with
concrete.
Payment: Payment for this item shall be included in the unit price for pipe installation.
Item 507.5.2 Television Inspection
General: This item describes televised inspection of all new sanitary sewer lines and sanitary sewer services prior to
final acceptance and at the end of the warranty period.
Execution:
A. The Contractor or a third party hired by the Contractor shall perform the televised inspection of the new
sanitary sewer line.
B. The person performing the inspection must be PACP (Pipeline Assessment & Certification Program)
certified.
C. The City of Denton Inspector shall be present during the television inspection, unless otherwise authorized
in writing.
D. The televised inspection shall commence only after the line has passed both air and mandrel test and the
line has been thoroughly cleaned and vacuumed.
E. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2.
F. The camera shall be centered in the middle of the pipe throughout the inspection. Inspection that is
excessively off-centered may be cause for rejection.
G. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that proceed at a greater
rate may be rejected.
H. The camera shall be stopped at each lateral connection and the camera head shall be rotated to inspect
each lateral connection fully.
Submittal:
A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1.
B. Log sheet report must utilize PACP reporting standards.
C. Video submittal shall be a digital mpeg file unless otherwise directed by the City’s representative.
Criteria for Repair:
The Contractor shall make repairs or clean the line if the City notes problems, including but not limited to the following:
A. Pulled or slipped joints.
B. Rolled gaskets.
C. Water infiltration.
D. Cracked or damaged pipe.
E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing water will be allowed in 6"
through 24" diameter pipes. In pipes with gradients 0.7 percent or greater, no standing water is allowed. The
depths of standing water allowable for mains that are greater than 24" in diameter will be evaluated by the City.
F. Structural damage to the pipe.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 24 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
G. Services coming into the main at an angle other than according to the details.
H. Services not installed on lots indicated by plans.
I. Pipe has debris, soil or residue.
Another televised inspection run at no additional cost is required after any repairs.
Warranty Inspection: A second television inspection by the Contractor shall be started no sooner than 630 calendar days
and finished no later than 690 calendar days after the date of acceptance for this project by the City of Denton. Should the
Contractor fail to turn in a second original television inspection video with proper documentation to the City by the 690th
calendar day, written notice to perform a second television inspection shall be given by the City to the Contractor and the
Surety. If the Contractor or Surety fail to perform a second televised inspection within 10 calendar days of notification,
then the City shall have the right with or without further notice, to perform a second television inspection or cause the same
to be done, either by contract or otherwise at its option, and to pay for the cost of the second television inspection. If such
cost of repairs, so made, shall not be paid by the Contractor or Surety upon receipt of notice of the amount thereof, the said
City shall have the right of action on the Performance Bond; or in case the second television inspection shall not actually
be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and
determine the cost of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond,
to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be
conclusive upon the Contractor and Surety in any action upon said bond.
Payment: Payment for both the final acceptance and final warranty televised inspection of sanitary sewer and services
shall be included in the price of new sanitary sewer pipe and services installed.
Item 801 Barricade, Detours, and Warning Signs
General: This item provides for the cost of necessary barricading, warning signs and detours for the Contractor to
perform public improvement work. A traffic control plan prepared by a civil engineer licensed in the State of Texas,
conforming to the M.U.T.C.D., is to be submitted to the City prior to the start of construction. Barricading will
conform to the M.U.T.C.D. At no time shall any property’s access be completely blocked. The contractor will be
required to notify by written notice all affected property owners or tenants at least 48 hours in advance of construction
adjacent to each property. While driveways are closed due to utility construction, signage must be placed indicating
the alternate driveway location. Signs marking temporary or alternate driveway locations should state the name of
the business in block letters at least 4 inches high and include an arrow indicating the entrance. Driveway indicator
signs may be mounted on T-posts. Traffic must be allowed to continue with as little interruption as possible. Street
closings must be scheduled at least one week in advance so they may be advertised in the Denton Record-Chronicle.
The Inspector must be supplied with a phone number that may be used if barricading becomes unsafe during non-
working hours. Refer to the requirements listed under the General Provisions.
NCTCOG Reference: Items 107.19 and 801
Payment: Payment for this item shall be at the contract lump sum for all work, equipment and signage necessary to
completely barricade the project.
Item SS01 Cut and Plug Existing Sewer Lines
General: This item describes the cutting and plugging of abandoned sections of sanitary sewer.
Materials:
A. Concrete shall be Class "B" as defined by NCTCOG Item 702.2.4.2.
B. Grout shall conform to ASTM C1107 standards.
C. Manufactured cap or plug shall be PVC or HDPE conforming to the material standards of the
pipe to be abandoned.
Execution:
A. Wherever indicated on the plans, the existing line to be abandoned shall be exposed and a two foot
section of pipe shall be removed. If the cut and plug location is adjacent to a manhole that is to
remain in service the pipe cut shall be no closer than two feet from the manhole wall.
NCTCOG - 4TH EDITION - AMENDMENTS
Page 25 of 25
CITY OF DENTON
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 20, 2018
B. The removed section of abandoned pipe shall be filled with concrete until both ends of the
abandoned pipe are effectively sealed.
C. Concrete shall be prevented from entering the manhole invert through the use of a pipe plug or
some other suitable blocking agent.
D. If the pipe to be abandoned is greater than 24 inches in diameter a manufactured cap or plug may
be utilized to seal the abandoned pipe ends in lieu of concrete. The manufactured cap or plug must
be grouted onto the abandoned pipe end to ensure a watertight seal.
E. The excavation hole shall be backfilled per the standard trench detail appropriate for the surface
condition.
Payment: Payment for this item shall be at the contract unit price for each location where an abandoned sanitary sewer is
cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required.
Item SS02 Abandon Existing Manhole
General: This item describes the procedures for the abandonment of existing manholes.
Materials:
A. Concrete - Concrete shall conform to all sections of NCTCOG Item 702.2.4.2 for Class B concrete.
B. Sand - Sand shall conform to Item 504.2.2.6 of the NCTCOG standards.
Execution:
A. Removal items or sections shall be indicated on the standard manhole abandonment detail. Removed items
and sections shall be the property of the Contractor and must be disposed of in accordance to NCTCOG
Item 107.25.
B. Manhole outlets shall be plugged and the manhole filled according to the standard manhole abandonment
detail.
C. The area above the abandoned manhole shall be compacted with backfill according to the standard
manhole abandonment detail.
Payment: Payment shall be at the contract unit price for each existing manhole abandonment completed. The unit price
shall include all the necessary labor, equipment, and materials needed to properly abandon the manhole. Excavation and
backfill are included in the unit price.
Item SS03 Remove Existing Manhole
General: This item describes the procedures for the removal of existing manholes.
Execution:
A. Excavation shall be made around the manhole to be removed to a depth equivalent to the concrete base of the
manhole.
B. Connecting sewer lines shall be cut or broken where they enter the existing manhole.
C. All parts of the manhole shall be removed and disposed of by the Contractor in accordance to NCTCOG Item
107.25.
D. Each connecting sewer line shall be plugged with Class B concrete or capped with a manufactured watertight cap
where the line is greater than 24 inches in diameter. Plugging shall follow the requirements of Item SS01.
E. The excavation hole shall be backfilled according to the standard trench detail for the appropriate surface cover
condition.
Payment: Payment shall be at the contract unit price for each existing manhole removal completed. The unit price shall
include all the necessary labor, equipment, and materials needed to properly remove the manhole and plug all connecting
sewer lines. Excavation and backfill are included in the unit price.
Special Technical Specifications
1-1
SPECIFIC TECHNICAL PROJECT
WORK SPECIFICATIONS FOR CONSTRUCTION
1-2
Special Technical Specifications
Bid Item No. 1 – Barricades, Warning and Detour Signs, and Traffic Handling: The
provisions of Item 801.1 shall apply except as modified below:
A. This item shall consist of designing, providing, installing, moving, replacing,
maintaining, cleaning, and removing upon completion of work all barricades, signs,
cones, lights, and other control devices used for traffic handling needed for the project.
Contractor shall submit a signed a sealed Traffic Control Plan to the City of Denton prior
to beginning work.
B. Traffic control details provided in the plans should be considered an established
minimum. Contractor is responsible for maintaining access at all times to businesses and
residences. Any temporary gravel or asphalt necessary to maintain access shall be
subsidiary to this bid item.
C. The plan shall be prepared by a licensed professional engineer in the State of Texas and
shall conform to all requirements and recommendations of the Texas Department of
Transportation “Manual on Uniform Traffic Control Devices” latest edition and City of
Denton standards. Access shall be maintained at all times to all residences, businesses,
and facilities.
D. The Contractor shall be paid under this item on a lump sum basis and shall include all
labor and materials to assure proper traffic and pedestrian safety and flow during
construction. Payment shall be made monthly based on the percentage of contract
complete.
Bid Item No. 2 – Joint Stormwater Pollution Prevention Plan: The provisions of Item 201
shall apply except as modified below:
A. The work under this item shall be as specified on the details and as per N.C.T.C.O.G.
Items 201 (Temporary Erosion, Sedimentation, and Water Pollution Prevention and
Control) and 203.8 (Dust Control).
B. No work shall be allowed to commence until the stormwater pollution prevention plan
has been approved by the City.
C. The cost for furnishing and installing any and all BMP’s specified in the SWPPP
including, but not limited to, silt fence, inlet protection, rock berms, and stabilized
construction entrances shall be subsidiary to this bid item. Maintenance, protective
measures, and removal of erosion control devices after completion of the project and
vegetation has been re-established in all disturbed areas shall be included in the price of
this item.
1-3
Special Technical Specifications
D. The contractor shall prepare and provide a Joint Storm Water Pollution Prevention Plan.
An Erosion Control Plan shall be prepared by a Licensed Civil Engineer in the State of
Texas. Contractor shall prepare on behalf of all primary operators the Notice of Intent
(NOI) and file Notice of Intent (NOI) to the appropriate authorities prior to beginning
construction (if required by EPA or TCEQ.) The City shall be copied on all NOI’s and
Construction Site Notices required by the General Permit.
E. This pay item is intended to include all materials, labor, and maintenance necessary to
complete and file with the Texas Commission for Environmental Quality (TCEQ) a
Storm Water Pollution Prevention Plan (SWPPP), inspect the project in accordance with
the SWPPP and TCEQ General Permit and maintain the SWPPP document current during
the construction until the site is stabilized.
F. The contractor shall post copies of the NOI’s for all Primary Operators and copy of the
construction site notice as required by the General Permit and maintain all erosion and
Storm Water Pollution Prevention appurtenances during the duration of the project.
G. The contractor shall file the proper notice of completion with the Texas Commission for
Environmental Quality when the project nears completion.
H. Contractor shall conform activities to the SWPPP and to the approved erosion control
plan included in the plans, including installing, maintaining inspections of pollution
controls, conducting and documenting inspections of pollution controls, sprinkling for
dust control, maintaining spill response equipment on-site, and “good housekeeping”.
Pollution controls include silt fences (or erosion control mats), stabilized construction
entrance, establishing grass, sprinkling for dust control.
I. Contractor shall be solely responsible for any and all damage which might be occasioned
by the Contractor’s failure to follow the SWPPP and “good housekeeping” practices.
J. Locations without specific SWPPP, shall adopt the same procedures as shown on the
SWPPP sheets, or as follows (if no SWPPP sheet) silt fence installation around project’s
perimeter, inlet protection and rock filter berms at inlets and/or entrance to channels,
creeks, etc. and as required and directed by the Engineer.
K. Measurement and payment for this item shall be on a lump sum basis and shall be full
compensation for all labor, material, and other incidentals to satisfactorily design and
implement the SWPPP. Partial payments shall be made as a percentage of the overall
work completed.
1-4
Special Technical Specifications
Bid Item No. 3 – Mobilization and General Site Preparation: The provisions of Item 203.1
shall apply except as modified below:
A. Mobilization and demobilization for the complete construction of the project shall be
subsidiary to this bid item and shall include bonds, insurance, move-in, and sanitary
facilities. Mobilization shall be defined as all necessary equipment, supplies, materials,
and personnel on the job site ready to begin construction
B. The Contractor shall fabricate and install three (3) Capital Improvement Project Signs as
specified and approved by the City of Denton City Engineer’s specifications prior to any
construction. The cost of the project signs shall be subsidiary to this bid item and the
project. Signs shall be maintained in good condition until the completion of the project
and shall become the property of the Contractor at the end of construction. Signs shall be
installed, maintained, and removed upon final acceptance of each street by the Contractor
at no additional cost. Project signs shall be reinstalled at subsequent streets as necessary
throughout the length of the overall project.
C. Contractor shall coordinate with the City of Denton on the location of the staging area.
All disturbed areas in the staging areas shall be re-graded and sodded upon completion of
project subsidiary to this bid item. Staging area shall have a perimeter fence and
construction entrance/exit. Any existing irrigation system components disturbed by
equipment or material storage, or due to staging area location shall be repaired in equal or
better condition by the Contractor prior to project acceptance at no additional cost to the
Owner. Staging areas are to be used for construction trailer, water and wastewater service
line materials, and equipment storage only. No fill dirt, flex base, or stockpiles of any
kind shall be stored. Watering to establish replaced sod until 85% coverage and to the
satisfaction of the ENGINEER, all labor, material, equipment and other incidentals
necessary for staging area shall be subsidiary to this pay item.
D. This item shall consist of the preparation of the existing right-of-way for construction as
required by the exhibit and specifications. Work shall include, but not be limited to: all
obstructions above ground or below such as trees, shrubs, stumps, brush, roots,
vegetation, logs, trash concrete, bricks, fences, structures, foundations, lumber, scrap
metal, abandoned appliances, sprinkler systems, abandoned utility pipes or conduits and
any other items not included as pay items elsewhere in the contract documents, or
identified in NCTCOG Item 203.1, but necessary for the preparation of right-of-way. The
maintenance/relocation of street signs and mailboxes shall be considered part of this
Item. Contractor shall take care to protect any trees, shrubs, fences, structures, signs, or
other items that are adjacent to the construction area. Any damaged fences, structures,
trees, shrubs, or landscaping caused by construction activities shall be replaced in a
condition equal to or better than the original at no additional cost. All material and debris
removed as described above shall become the property of the Contractor and shall be
disposed of at the Contractor’s expense in a manner satisfactory to the Engineer and other
items identified in NCTCOG Item 203.1. All items relocated or replaced shall be in a
1-5
Special Technical Specifications
condition equal to or better than the original condition. The Contractor shall videotape the
existing right-of-way prior to construction.
E. Any temporary gravel and/or asphalt pavement necessary for traffic control or to
maintain access to all existing side streets, alleys, and driveways shall be subsidiary to
this pay item.
F. The Contractor shall locate, verify working condition and protect all existing French
drains, sprinkler systems lines and heads. Remove, adjust, and reinstall in good condition
equal to or better than existing condition; replace, if in direct conflict, with the same or
better-quality material and appurtenances. The Contractor shall perform this work at no
additional cost to the Owner.
G. Contractor is responsible for sodding all areas disturbed by construction activities
subsidiary to this bid item. Block sodding shall conform to NCTCOG Item 202.5, and
shall consist of the placing of sod on disturbed areas within the project limits. All sod
must be either Bermuda or St. Augustine block sodding to match the type of grass in the
adjacent lawn area. A 4-inch layer of topsoil, furnished in accordance with NCTCOG
Item 202.2, shall be placed on all areas to be solid sodded. Fertilizer shall be furnished in
accordance with NCTCOG Item 202.4 and applied at the time of initial sodding only, and
at the rate specified in NCTCOG Item 202.4.3.2. The cost of fertilizer and watering is
incidental to the unit cost of Solid Sod and shall not be paid for separately. Sod shall be
watered at least 30 days following placement and shall continue until completion and
acceptance of the project. The Contractor shall water, fertilize, mow and protect the
sodded areas until acceptance. Acceptance will not be made until grass has reached 85%
coverage and is to the satisfaction of the ENGINEER. The cost of topsoil, fertilizer,
watering and mowing shall be incidental to this item.
H. The Contractor shall take precautions to avoid damage to adjacent landscaping. Any
landscape disturbed by construction activities, including but not limited to pavestones,
shrubs, edging, plants, and bedding shall be returned to equal or better condition at no
additional compensation.
I. The Contractor shall take all necessary precautions to avoid damage to existing driveways
during all phases of construction. If any damage is sustained to existing driveways, the
contractor shall replace the entire driveway approach up to the curb return or right-
of-way, whichever is greater at no additional cost. Driveway replacement shall adhere to
all City standards regardless of existing driveway particulars.
J. Contractor shall provide a construction schedule at or prior to the pre-construction
meeting. An overall project construction schedule shall be generated along with a
separate construction schedule for each individual street and the tasks for each street.
Monthly updates shall be provided to the City until the project is complete.
1-6
Special Technical Specifications
K. Measurement and payment for this item shall be made on a lump sum basis and shall
include all labor, material, equipment and other incidentals to satisfactorily prepare the
project site for the proposed improvements. Payment shall be made monthly based on the
percentage of contract complete.
Bid Item No. 4 – Preconstruction Video: The following work shall be performed under this
item:
A. Contractor shall be required to produce a preconstruction video of each project street,
including all areas in the vicinity of and to be affected by construction. Video shall
include, but not be limited to, working condition of sprinkler systems, landscaping, trees,
shrubs, structures, mailboxes, and lawn conditions of all residences along each proposed
roadway corridor.
B. A digital copy of the preconstruction video shall be provided to the City prior to
commencing construction and shall be retained by the Contractor until the end of the
maintenance surety period.
C. The Contractor shall be paid under this item on a lump sum basis for the production and
provision of the preconstruction video. Payment shall be made upon receipt and
acceptance of the digital copy of the preconstruction video and shall include all labor,
materials, equipment, and incidentals necessary to complete the work.
Bid Item No. 5 – Additional Water Valve Adjustments: The following work shall be
performed under this item:
A. This item was established for bidding purposes only. Any additional valves to be
adjusted shall be determined in the field by City Inspectors.
B. This item shall meet all the requirements and specifications provided for “Adjust Existing
Water Valve to Final Grade” included in this document.
C. Additional Water Valve Adjustments shall be measured per each valve adjusted to final
grade and shall be full compensation for all materials including extension stems,
equipment, labor, tools, and incidentals necessary to complete the work.
Bid Item No. 6 – Additional Sanitary Sewer Manhole or Cleanout Adjustments: The
following work shall be performed under this item:
A. This item was established for bidding purposes only. Any additional sanitary sewer
manholes or cleanouts to be adjusted shall be determined in the field by City Inspectors.
B. This item shall meet all the requirements and specifications provided for “Adjust Existing
Sanitary Sewer Manhole or Cleanout to Final Grade” included in this document.
1-7
Special Technical Specifications
C. Additional Sanitary Sewer Manhole or Cleanout Adjustments shall be measured per each
manhole or cleanout adjusted to final grade and shall be full compensation for all
materials, equipment, labor, tools, and incidentals necessary to complete the work.
Bid Items No. 7 through 9 – Additional Sawcut, Remove and Replace Asphalt Pavement
(Full Depth): The following work shall be performed under this item:
A. This item was established for bidding purposes only. Any locations for additional
sawcut, remove and replacement of asphalt pavement shall be determined in the field by
City Inspectors.
B. This item shall meet all the requirements and specifications provided for “Sawcut
Remove and Replace Asphalt Pavement (Full Depth)” included in this document.
C. Measurement and Payment for this Item shall be at the contract unit price of square yard
measured in-place for the full-depth repair of asphalt pavement and shall include sawcut,
removal, excavation, and disposal of existing asphalt and subgrade, and the placement of
flex base, base course asphalt, and surface course asphalt. Price shall be full
compensation for all labor, materials, equipment, and incidentals necessary to complete
the work.
Bid Item No. 10 – Additional Sawcut, Remove and Replace Concrete Curb & Gutter: The
following work shall be performed under this item:
A. This item was established for bidding purposes only. Any locations for additional
sawcut, remove and replacement of concrete curb & gutter shall be determined in the
field by City Inspectors.
B. This item shall meet all the requirements and specifications provided for “Sawcut
Remove and Replace Concrete Curb & Gutter” included in this document.
C. Measurement and Payment for this Item shall be at the contract unit price of linear foot
for curb and gutter removal and construction as measured along the face of the curb or
the gutter line and shall include all saw cutting, off-site disposal of all materials, concrete,
reinforcing steel, dowels, form work, required joint work, expansion material, and joint
seal material. Price shall be full compensation for all labor, materials, equipment, and
incidentals necessary to complete the work.
Bid Item No. 11 – Sawcut, Remove and Replace Concrete Driveways: The provisions of
Item 402 shall apply except as modified below:
A. This item was established for bidding purposes only. Any locations for sawcut, remove
and replacement of concrete driveway approaches and pavements shall be determined in
the field by City Inspectors.
1-8
Special Technical Specifications
B. Concrete for driveway approaches and pavements shall have a minimum compressive
strength of 4,000 psi at 28 days. Subgrade for driveway approaches shall be 8-inches of
Type A, Grade 1 or 2 Flex Base meeting the requirements of TxDOT Item 247.
Excavation and disposal of existing subgrade required to place the flex base is included in
this bid item. Crushed concrete shall not be permitted.
C. Concrete driveway approach and pavements shall be constructed in accordance with City
of Denton Standard Construction Details and driveway details provided in the plan set.
D. Measurement and Payment for this Item shall be at the contract unit price of square foot
measured in-place for the full-depth repair of concrete driveway approaches and
pavements and shall include sawcut, removal, excavation, and disposal of existing
concrete and subgrade, and the placement of flex base and Portland cement concrete
pavement. Price shall be full compensation for all labor, materials, equipment, and
incidentals necessary to complete the work.
Bid Item No. 12 – Cleanup: The provisions of Item 107.24 shall apply except as modified
below:
A. This item shall consist of the cleanup and maintenance of each street throughout the
course of construction. Contractor shall keep the project site in a neat and orderly
condition and shall be completely demobilized from each street within 14 days of
substantial completion. Clean-up shall be done on a daily basis and shall include, but not
be limited to, trash removal, street sweeping, dust alleviation, and organization of
construction materials.
B. Contractor shall have no more than three streets under construction at the same time.
Failure to complete cleanup as specified in NCTCOG specs and these documents may
result in project shut-down or withholding of an additional ten percent (10%) of total
payments until project sites have been cleaned to the satisfaction of the City.
C. Upon completion of work and before acceptance, the Contractor shall completely clean
and remove from the site all equipment, construction materials, surplus and discarded
materials, temporary structures and debris of every kind. Contractor shall leave the site in
a neat and orderly condition equal to that which originally existed within 14 days of
substantial completion and before mobilizing to a new project location.
D. Cleanup shall be paid for at the contract unit price per lump sum, as provided in the
proposal and contract. The contract unit price shall be no more than 4% of the total
compensation for each street constructed. The contract unit price shall be the total
compensation for cleanup of each project location including all equipment, labor,
personnel, and incidentals necessary to complete the work in accordance with the plans
and these specifications. Payment will be made on a monthly basis determined by the
1-9
Special Technical Specifications
percentage complete of each street with no more than 50% of the unit price being paid
prior to final cleaning and demobilization from each project location.
Bid Item No. 13 through 15 – Sawcut, Remove and Replace Asphalt Pavement (Full
Depth): The following work shall be performed under this item:
A. This Item shall include the full depth removal and replacement of asphalt pavement and
subgrade at locations identified in the plans per the requirements of NCTCOG Item 203.1
“General Site Preparation”, and Items 247 and 340 of Standard Specifications for
Construction of Highways, Streets and Bridge, latest edition. Contractor shall have no
more than three streets under construction at the same time.
B. Contractor shall full-depth sawcut and remove asphalt and subgrade up to a depth of 20-
inches for Residential street types, 21-inches for Residential Collector street types, and
24-inches for Secondary Arterial street types as specified in the plans. All excess material
shall become the property of the Contractor and be disposed in accordance with local,
state, and federal guidelines at a cost subsidiary to this bid Item. Excess material shall be
hauled immediately offsite. No stockpiling will be permitted at any time. Contractor shall
take precautions to avoid damage to existing driveways, drainage structures, and all other
structures during the removal and placement processes. The Contractor shall be
responsible for correction of any such damage caused. Driveway approaches shall be
sawcut along asphalt replacement limits to provide a smooth edge at a cost subsidiary to
the project.
C. Contractor shall install 12-inches of Type A, Grade 1 or 2 Flex Base for all street types,
meeting the requirements of TxDOT Item 247. Excavation and disposal of existing
subgrade required to place the flex base is included in this bid item. Crushed concrete
shall not be permitted.
D. Contractor shall install 6-inches of Type “B” asphalt for Residential and Residential
Collector street types and 9-inches of Type “B” asphalt for Secondary Arterial street
types as specified in the plans, meeting the requirements of TxDOT Item 340 and
installed per NCTCOG Item 302.9. A prime coat shall be applied to the flex base material
before placing the first lift of the base at a cost subsidiary to this Item. Prime coat shall be
in accordance with TxDOT Item 310 requirements. Prime coat must achieve uniform
coverage over 100% of the flex base surface prior to placing Type B asphalt.
E. Contractor shall install 2-inches of Type “D” asphalt for Residential street types and 3-
inches of Type “D” asphalt for Residential Collector and Secondary Arterial street types
as specified in the plans, meeting the requirements of TxDOT Item 340 and installed per
NCTCOG Item 302.9. A tack coat shall be applied to the base course prior to the
placement of surface course at a cost subsidiary to this Item. Tack coat shall be in
accordance with TxDOT Items 340 and 300 requirements. Tack coat must achieve
1-10
Special Technical Specifications
uniform coverage over 100% of the base course asphalt prior to placing the Type D
asphalt.
F. Lines and grades shall be established in the field by the Contractor to best match existing
pavement and facilitate proper drainage.
G. Connections to existing asphalt and concrete shall be per plan details and shall be
subsidiary to this bid item. This includes thickened concrete edge and 12” extension of
surface course asphalt onto existing asphalt per detail.
H. Measurement and Payment for this Item shall be at the contract unit price of square yard
measured in-place for the full-depth repair of asphalt pavement and shall include sawcut,
removal, excavation, and disposal of existing asphalt and subgrade, and the placement of
flex base, base course asphalt, and surface course asphalt. Price shall be full
compensation for all labor, materials, equipment, and incidentals necessary to complete
the work.
Bid Item No. 16 – Sawcut and Remove Existing Concrete Pavement and Flatwork: The
following work shall be performed under this item:
A. This work shall conform to NCTCOG Item 402.3.1 and shall consist of the removal of
concrete pavement where designated on the construction plans or upon specific direction
from the Owner’s project representative. This Item shall include the cost of saw cutting
existing pavements, valley gutters, and inlet aprons.
B. The Contractor shall make every effort to remove concrete pavement along existing joints
where practical. The Contractor shall saw cut at no extra cost full-depth at the existing
joint or along straight, neat lines to remove the area of pavement specified in the
construction plans. If the adjacent pavement is damaged during the removal process, the
Contractor shall be responsible to saw cut the damaged portion of the pavement until a
clean edge is achieved at no cost to the Owner. The Contractor will not be compensated
for the additional pavement removal or replacement if the damage was caused by the
Contractor during the removal process. If the pavement is in poor condition prior to the
Contractor beginning the removal process, the Contractor shall coordinate with the
Owner’s project representative to determine the limits of the concrete removal. In this
case, the Contractor shall be compensated for the removal and replacement of the
additional pavement; however, the Contractor will only be paid for the original length
saw cut detailed in the construction plans.
C. The Contractor shall exercise appropriate care not to damage other improvements in the
process, including existing storm drain lines and culverts, and the Contractor shall be
responsible for correction of any such damage caused during the removal process. All
materials removed shall become the property of the Contractor to be disposed in
accordance with local, state, and federal guidelines.
1-11
Special Technical Specifications
D. Measurement and payment for this Item shall be at the contract unit price of square foot
for the type of pavement removed and shall include saw cutting, off-site disposal of
rubble, debris, and reinforcing steel, and all labor, materials, equipment, and incidentals
necessary to complete the work.
Bid Item No. 17 – 6-inch Thick, 4,000 psi Portland Cement Reinforced Concrete Pavement:
The following work shall be performed under this item:
A. This work shall conform to NCTCOG Item 303.2, and shall include the construction of 6-
inch thick reinforced concrete paving at locations identified in the plans and in
accordance with City standard details. The reinforcing steel for the 6-inch thick concrete
pavement section shall be #4 bars on 18-inch O.C.E.W.
B. Reinforced concrete pavement shall be constructed with 4,000 P.S.I. Class “C” Portland
Cement Concrete and shall be furnished and placed in accordance with the applicable
provisions of Specification Item 303 “Portland Cement Concrete Pavement.” Mix
Designs containing more than 25% fly ash will not be permitted.
C. Subgrade shall be scarified to a depth of 6 inches and recompacted to 95% Standard
Proctor Density as determined by ASTM D-698 and within a tolerance of plus 2 percent
and minus 3 percent of optimum moisture at a cost subsidiary to this bid Item.
D. Monolithic curbs, where required, shall be constructed subsidiary to this bid Item. The
cost of all expansion, construction, and dummy joints shall be subsidiary to this bid Item.
Anchorage joints shall be installed in each location where proposed concrete pavements,
sidewalks, driveways, and alleys are joined to existing, for the purpose of providing shear
transfer. The cost of drilling holes, grouting, and installing dowel bars shall be considered
incidental to the unit cost of pavement.
E. Lines and grades shall be established by the Contractor in the field to best match existing
pavement elevations and provide positive drainage.
F. Connections to existing asphalt and concrete shall be per plan details and shall be
subsidiary to this bid item. This includes thickened concrete edge and 24” extension of
surface course asphalt onto existing asphalt per detail.
G. Measurement and payment for this Item shall be at the contract unit price of square yard
for 6-inch thick, 4,000 P.S.I. Portland Cement Reinforced Concrete Pavement on 6-inch
thick recompacted subgrade meeting City standards and shall include excavation,
subgrade preparation, reinforcing steel, jointing, form work, and all incidentals necessary
to complete the work.
1-12
Special Technical Specifications
Bid Item No. 18 – Sawcut, Remove and Replace Concrete Curb & Gutter: The following
work shall be performed under this item:
A. This work shall conform to NCTCOG Items 402.3.1 and 305.1 and shall consist of the
removal and replacement of concrete curb & gutters which are designated on the plans to
be removed or designated to be removed in the field by the Owner’s project
representative. New curb and gutter shall be installed per City standard details. The cost
for saw cutting shall be subsidiary to this Bid Item.
B. Where removal cannot be terminated at a joint, a saw cut shall be made at no extra cost to
the Owner. Any existing reinforcing steel, extending from the concrete which not
removed into that which is removed, shall be retained for a length of 30 diameters into
the new concrete.
C. Contractor shall exercise appropriate care not to damage other improvements in the
process, and the Contractor shall be responsible for correction of any such damage caused
during the removal process. All material removed shall become the property of the
Contractor and be disposed in accordance with local, state, and federal guidelines.
D. Curb attached to concrete driveways, inlet aprons, barrier-free ramps, valley gutters,
flumes, and approaches shall be included in the concrete flatwork removal quantity and
shall not be paid under this Bid Item.
E. Connection to existing curb and gutter shall be subsidiary to this bid item. Concrete curb
and gutters attached to concrete driveways, inlet aprons, barrier-free ramps, valley
gutters, flumes, and approaches shall be poured monolithically and shall be subsidiary to
separate Bid Items.
F. Curb shall be mountable where specified in plans and shall be installed in accordance
with City of Denton standard details. The cost for mountable curb shall be considered
subsidiary to this bid item.
G. Lines and grades shall be established in the field by the Contractor to best match existing
pavement and facilitate positive drainage.
H. Measurement and Payment for this Item shall be at the contract unit price of linear foot
for curb and gutter removal and construction as measured along the face of the curb or
the gutter line and shall include all saw cutting, off-site disposal of all materials, concrete,
reinforcing steel, dowels, form work, required joint work, expansion material, and joint
seal material. Price shall be full compensation for all labor, materials, equipment, and
incidentals necessary to complete the work.
1-13
Special Technical Specifications
Bid Item No. 19 – Adjust Existing Miscellaneous Above-Ground Utility Appurtenance to
Final Grade: The following work shall be performed under this item:
A. This item shall govern for the adjustment to grade of existing miscellaneous above-
ground utility appurtenances. This item shall also include the installation of any
associated boxes or extension stems, as necessary.
B. Type of utility appurtenance shall be verified in the field. If appurtenance is determined
to be a manhole, adjustments shall meet all the requirements and specifications provided
for “Adjust Existing Sanitary Sewer Manhole or Cleanout to Final Grade” included in
this document.
C. Measurement and payment shall be made per each utility appurtenance adjusted to final
grade and shall be full compensation for all materials, including extension stems, boxes,
equipment, labor, tools, and incidentals necessary to complete the work.
Bid Item No. 20 – Adjust Existing Sanitary Sewer Manhole or Cleanout to Final Grade:
The following work shall be performed under this item:
A. This item shall govern for adjusting existing sanitary sewer manholes and sanitary sewer
cleanouts to grade where indicated on the plans. Adjustments shall be made with grade
rings and shall be in accordance with City standard details. Rings and lids shall be
salvaged and reused.
B. Manhole adjustments shall include new ring, cone, and cover to update size of manhole
lid to meet current City and TCEQ standards. Cost for 32” East Jordan Iron Works lid,
ring, and cone and all other materials necessary to complete the work shall be subsidiary
to this bid item. Cost for hauling off existing materials is subsidiary to this bid item.
C. Concrete boxouts shall be provided at all manholes and cleanouts to be adjusted to grade
at a cost subsidiary to this bid item. Concrete for boxouts shall be 4,000 psi @ 28 days
and shall be installed per the details in the plans.
D. Measurement and payment shall be made per each manhole or cleanout adjusted to final
grade and shall be full compensation for all materials, equipment, labor, tools, and
incidentals necessary to complete the work.
Bid Item No. 21 – Adjust Existing Water Valve to Final Grade: The following work shall be
performed under this item:
A. This item shall govern for the adjustment to grade of existing water valves. This item
shall also include the installation of a gate valve extension stem if necessary.
1-14
Special Technical Specifications
B. Concrete boxouts shall be provided at all valves to be adjusted to grade at a cost
subsidiary to this bid item. Concrete for boxouts shall be 4,000 psi @ 28 days and shall
be installed per the details in the plans.
C. Measurement and payment shall be made per each water valve adjusted to final grade and
shall be full compensation for all materials, including extension stems, equipment, labor,
tools, and incidentals necessary to complete the work.
Bid Item No. 22 – Remove and Reinstall Wheel Stop: The following work shall be performed
under this item:
A. This work shall conform to NCTCOG Items 203.1 and shall consist of the removal and
reinstallation of wheel stops and concrete anchors where designated in the plans. Wheel
Stops shall be anchored securely and shall be reinstalled in accordance with the
manufacturer’s recommendations.
B. Measurement and payment shall be made per each wheel stop removed and reinstalled,
complete in place, and shall include excavation, debris removal and disposal, backfill, re-
compaction, setting pins and all labor, materials and equipment necessary to remove the
wheel stops.
Bid Item No. 23 – Pavement Markings: The following work shall be performed under this
item:
A. This item shall govern for the installation of pavement markings where indicated on the
plans. Pavement markings shall be installed in accordance with TxDOT Standard
Specifications and the Manufacturer recommendations. Pavement markings shall include
paint striping, thermoplastic striping and markings, and raised pavement markers.
B. Measurement and payment for this item shall be at the contract unit price on the basis of
lump sum and shall be full compensation for all labor, materials, equipment, and
incidentals necessary to complete the work including surface preparation and sealing as
called for in the TxDOT specifications. Any damage to existing facilities or markings
outside the project area shall be repaired at a cost subsidiary to this Bid Item.
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
APPENDIX 1
2
GC-4.02 Subsurface and Physical Conditions 3
4
GR-01 60 00 Product Requirements 5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
GC-4.02 Subsurface and Physical Conditions 1
2
3
THIS PAGE INTENTIONALLY BLANK 4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
GEOTECHNICAL ENGINEERING STUDY DENTON STREET REHABILITATION DENTON, TEXAS
Presented To:
Halff Associates, Inc
September 2020
PROJECT NO. 117-20-280
TABLE OF CONTENTS
Page
1.0 INTRODUCTION ------------------------------------------------------------------------------------------------------- 1
2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 3
3.0 SUBSURFACE CONDITIONS -------------------------------------------------------------------------------------- 5
4.0 EXISTING FILLS ------------------------------------------------------------------------------------------------------- 7
5.0 PAVEMENTS ------------------------------------------------------------------------------------------------------------ 8
6.0 EARTHWORK ---------------------------------------------------------------------------------------------------------- 17
7.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------- 20
8.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 21
APPENDIX A
Plate Plan of Borings ----------------------------------------------------------------------------------------------------- A.1A –A.1N
Unified Soil Classification System --------------------------------------------------------------------------------------- A.2
Key to Classification and Symbols -------------------------------------------------------------------------------------- A.3
Logs of Borings ----------------------------------------------------------------------------------------------------- A.4 – A.57
Lime Series Test Results --------------------------------------------------------------------------------------- A.58 – A.63
Soluble Sulfate Test Results ----------------------------------------------------------------------------------- A.64 – A.65
APPENDIX B
Plate
Pavement Subgrade Preparation Recommendations Summary -------------------------------------- B.1 and B.2
Report No. 117-20-280 CMJ ENGINEERING, INC.
1
1.0 INTRODUCTION
1.1 Project Description
This report presents the results of a geotechnical engineering study for the total reconstruction of
multiple roadways in Denton, Texas, as summarized in Table 1. Anticipated construction will include
replacing existing pavement with hot-mix asphalt concrete (HMAC). This report focuses on providing
appropriate asphalt pavement design guidelines and presents special procedures and measures
related to pavement subgrade preparation where appropriate. Plates A.1A through A.1N, Plan of
Borings, presents the project vicinity and approximate locations of the exploration borings.
Table 1: Summary of Scope of Work and Drilled Borings
Street To Be Reconstructed Classification Approximate Length (ft) Limits of Study Area Associated Borings
Archer Trail Residential 900 Foxcroft Circle to Emerson Lane B-1 and B-2
Angelina Bend Drive Residential 1,800 San Gabriel Drive (north) to San Gabriel Drive (south) B-44 through B-47
Avenue B Residential 470 Margie Street to Underwood Street B-3 and B-4
Avenue D Collector 380 W. Highland Street to Maple Street B-5
Avenue H Residential 340 Louise Street to W. Prairie Street B-6
Brown Drive Residential 350 Roberts Street to Woodland Street B-7
Crescent Street Collector 1,800 Fulton Street to N. Carroll Boulevard B-8 through B-11
Fannin Street Residential 400 S. Welch Street S to Beatty Street B-35
Foxcroft Circle Residential 3,800 Emerson Lane (west) to Emerson Lane (east) B-12 through B-20
Fulton Street Secondary Arterial 2,080
Cordell Street to Crescent Street, Broadway Street to Panhandle Street, and West Congress Street to W. Oak Street
B-21 and B-22 through B-26
W. Hickory Street Collector 530 N. Cedar Street to N. Locust Street B-27 and B-28
Hillcrest Street Residential 1,000 Panhandle Street to Scripture Street B-29 and B-30
Locksley Lane Residential 620 Emerson Lane to Maid Marion Place B-31 and B-32
Report No. 117-20-280 CMJ ENGINEERING, INC.
2
Street To Be Reconstructed Classification Approximate Length (ft) Limits of Study Area Associated Borings
McCormick Street Residential 450 W. Eagle Drive to Fannin Street B-48 and B-49
Orr Street Residential 380 N. Elm Street to N. Locust Street B-33
Quail Ridge Drive Residential 1,200 Cooper Branch E. to La Paloma Drive B-50 through B-52
Roberts Street Residential 315 Brown Drive (north) to Brown Drive (south) B-34
Sandy Creek Drive Residential 925 Angelina Bend Drive (north) to Angelina Bend Drive (south) B-53 and B-54
W. Sycamore Street Residential 2,100 S. Welch Street to S. Carroll Boulevard B-36 through B-40
Wayne Street Residential 700 E. Boyd Street to Mozingo Street B-41 and B-42
Woodland Street Residential 550 Brown Drive to Cherrywood Lane B-43
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general paving and
subsurface conditions, evaluate the engineering characteristics of the subsurface materials
encountered, and develop recommendations for the type or types of pavement subgrade preparation
and stabilization and provide asphalt pavement design guidelines.
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field and
laboratory data, to develop geotechnical recommendations for the proposed construction.
The recommendations contained in this report are based on the scope of work submitted to our office
by Halff Associates, Inc. Once the final design is near completion (80-percent to 90-percent stage),
it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction
documents pertaining to the geotechnical recommendations, as a means to determine that our
recommendations have been interpreted as intended.
Report No. 117-20-280 CMJ ENGINEERING, INC.
3
1.3 Report Format
The text of the report is contained in Sections 1 through 8. All plates and large tables are contained
in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they
appear. Small tables of less than one page in length may appear in the body of the text and are
numbered according to the section in which they occur.
Units used in the report are based on the English system and may include tons per square foot (tsf),
kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per
cubic foot (pcf), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials along the various roadways were explored by fifty-four (54) borings drilled in
the existing pavement areas to depths of 3 to 8 feet using continuous flight augers at the approximate
locations shown on the Plan of Borings, Plates A.1A through A.1N. The boring logs are included on
Plates A.4 through A.57 and keys to classifications and symbols used on the logs are provided on
Plates A.2 and A.3.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of
the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test, a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
Disturbed samples of noncohesive granular or stiff to hard cohesive materials were obtained utilizing
a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration
Report No. 117-20-280 CMJ ENGINEERING, INC.
4
Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free-fall vertical distance
of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18
inches of penetration is recorded and the value for the last 12 inches, or penetration obtained from
50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of
borings.
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-
pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow.
This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in
350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone
is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at
respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the
penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and
second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the
respective testing depths on the boring log.
Groundwater observations during and after completion of the borings are shown on the upper right
of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings
and patched with asphalt.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the No.
200 sieve), moisture content and unit weight tests were performed. Results of the laboratory
classification tests, moisture content, and unit weight tests conducted for this project are included on
the boring logs.
Eades and Grim Lime series testing was performed to check the optimum lime concentration for
subgrade stabilization. Lime series test results are provided on Plates A.58 through A.63. Soluble
sulfate tests were conducted on selected soil samples. The sulfate testing was conducted to help
identify sulfate-induced heaving potential of the soils. Sulfate-induced heaving can cause
Report No. 117-20-280 CMJ ENGINEERING, INC.
5
detrimental volumetric changes to a calcium based stabilized modified subgrade. The results of
these tests are presented on Plates A.64 and A.65.
The above laboratory tests were performed in general accordance with applicable ASTM
procedures, or generally accepted practice.
3.0 SUBSURFACE CONDITIONS
3.1 Site Geology
According to the Sherman Sheet of the Geologic Atlas of Texas, the project sites are geologically
located in the Grayson Marl and Main Street Limestone (undivided) or the Woodbine Formation.
The Grayson Marl and Main Street Limestone (undivided) consist primarily of marl, limestone, and
shaly limestone that are occasionally sandy. Residual soils typically consist of clays, silty clays, silty
sandy clays, and shaly clays.
The Woodbine Formation consists of highly variable soils ranging from sands and clayey sands to
shaly clays and clays. The parent material consists of sandy shale and occasionally, very hard
cemented sands and sandstones present above the sandy shales. Some groundwater is found in
the formation perched in the more permeable granular materials above or along the contact with the
shale or within joints and fractures within the clays.
3.2 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on the
boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is
discussed below. Note that depths on the borings refer to the depth from the existing grade or ground
surface present at the time of the investigation, and the boundaries between the various soil types
are approximate.
Existing paving encountered in the borings consists of 1½ to 7 inches of asphalt. Base material
consisting of crushed stone, sand and gravel, or lime treated soil with thicknesses ranging from 2 to
16 inches are present beneath the asphalt pavement in thirty-five (35) of the fifty-four (54) borings
including Borings B-1 through B-3, B-6, B-7, B-11 through B-14, B-17, B-19 through B-30, B-34, B-
36, B-37, B-39, B-44 through B-50, B-53, and B-54.
Report No. 117-20-280 CMJ ENGINEERING, INC.
6
Soils encountered consist of various dark reddish brown, reddish brown, light reddish brown, dark
brown, brown, light brown, olive brown, tan, gray, and light gray clays, silty clays, sandy silty clays,
silty sandy clays, sandy clays, sandy shaly clays, shaly clays, clayey sands, and sands. Calcareous
nodules or deposits, iron stains, ironstone nodules, iron seams, limestone fragments, fractured
limestone seams, sandstone seams, sand seams, iron stones, and gravel are often present within
the soils. Gypsum crystal deposits are noted below 3 feet in Boring B-28. The near-surface soils
were noted as fill or possible fill in Borings B-2, B-3, B-4, B-9, B-10, B-11, B-16, B-18, B-19, B-22,
B-24, B-32, B-42, and B-47 to depths of 1 to 5 feet. The fill and possible fill soils often contains
asphalt fragments, gravel, calcareous nodules, ironstone nodules, iron stains, iron seams, sandstone
fragments, limestone fragments, and occasional shale fragments. Boring B-7 and Boring B-18 were
terminated at 3 and 5 feet, respectively, due to encountering possible bedding materials of unmarked
utility lines. The remaining borings were terminated within the various natural soils and limestones
at a depth of 8 feet.
The various soils encountered in the borings had Liquid Limits (LL) ranging from 23 to 84 with
Plasticity Indices (PI) ranging from 10 to 57 and are classified as SP, SC, CL, and CH by the USCS.
The various clayey (cohesive) soils generally varied from firm to hard (soil basis) in consistency with
pocket penetrometer readings of 1.0 to over 4.5 tsf. Markedly soft soils were noted in Borings B-1
and B-36 from 2 to 3 feet and below 7 feet, respectively. Tested unit weight values varied from 88 to
123 pcf.
The sands and clayey sands encountered in Borings B-4, B-34, and B-39 exhibited Standard
Penetration test (N) values ranging from 49 blows per foot to 5 inches per 50 blows and are
considered dense to very dense in consistency.
Tan limestone was next encountered at a depth of 4 feet in Boring B-21. The tan limestone occurs
fractured, contains clay seams and layers, and is considered moderately hard (rock basis), with a
Texas Cone Penetrometer (THD) value of 3¼ inches for 100 hammer blows.
The Atterberg Limits tests indicate the various clay soils, where encountered along the subject
roadways, vary widely from slightly active to highly active with respect to moisture-induced volume
changes. Active clays can experience volume changes (expansion or contraction) with fluctuations
in their moisture content.
Report No. 117-20-280 CMJ ENGINEERING, INC.
7
3.3 Groundwater Observations
The borings were drilled using continuous flight augers in order to observe groundwater seepage
during drilling. Groundwater seepage was encountered during drilling in Boring B-27 at a depth of 8
feet and in Boring B-37 at a depth of 5 feet below existing grade. A groundwater level of 8 feet was
measured at completion in Boring B-37 while Boring B-27 was dry at completion. In the remaining
borings, no seepage was encountered during drilling and were dry at drilling completion. Borehole
cave-in was noted only in Boring B-39 at a depth of 4 feet at drilling completion.
While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might
occur based upon these short-term observations, it should be recognized that groundwater
conditions will vary with fluctuations in rainfall. Seepage near the observed levels should be
anticipated throughout the year.
Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall;
site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the
time the borings were performed. The possibility of groundwater level fluctuations should be
considered when developing the design and construction plans for the project.
4.0 EXISTING FILLS
Existing fills and possible fills were encountered in Borings B-2, B-3, B-4, B-9, B-10, B-11, B-16, B-
18, B-19, B-22, B-24, B-32, B-42, B-47 to depths of 1 to 5 feet. Samples of the fills were reasonably
dense and free of significant voids. However, in the absence of documented density control, the
possibility of undercompacted zones or voids exists. Removal and replacement of all the fill following
the recommendations in subsequent sections of this report is the only method eliminating the risk of
unusual settlement.
Methods less extreme than complete removal are discussed in the Pavements section of this report.
These methods are intended to represent a reasonable approach for construction of paving;
however, they will not eliminate the risk of unexpected movements in some areas.
Report No. 117-20-280 CMJ ENGINEERING, INC.
8
5.0 PAVEMENTS
5.1 General Pavement Considerations and Subgrade Preparation
Pavement performance is impacted by many factors far beyond what is normally included in
engineering design. Wherein pavement analyses should include establishing an appropriate
thickness of pavement for the expected traffic loading and appropriate subgrade
remediation/stabilization, other factors such as the location of trees or waterways adjacent to the
existing paving impact the performance of the pavement. In addition, the activity of the soils and
indeterminate settlement of the existing fills below the pavement can cause differential movement
conditions under the pavement.
Subgrade soils encountered range widely from highly plastic clays to low plasticity clayey sands and
sands. The success of the pavement subgrade is subgrade soil strength and control of water.
Adequate subgrade performance can be achieved by stabilizing existing soils and fills used to
construct the pavement subgrade.
Several options exist for preparing the various roadway subgrades for the new pavement surfacing.
More granular materials are normally best stabilized using Portland cement. Clays are normally best
stabilized using hydrated lime. The most appropriate stabilization agent and concentration will
depend directly on the type of subgrade soil. Although Portland cement also can be used to stabilize
clay soils, such stabilization requires some special techniques in order to pulva mix/cement
modify/moisten/compact the pavement subgrade using Portland cement in a short period of time in
order to attain the initial set of the cement modified material.
Appendix B, Plates B.1 and B.2 summarizes specific subgrade preparation recommendations for
either lime or cement stabilization for each roadway, based on the results of the exploration borings.
Both preparation methods are presented in the following Sections 5.3 and 5.4. Once final grades
have been established, it is strongly recommended that a representative of CMJ Engineering, Inc. or
the City’s selected qualified geotechnical representative be retained to visually review soil types and to
verify appropriate soil stabilization needs on a case-by-case basis.
If grades allow, it may also be possible that the existing asphaltic surfacing and underlying base
materials be pulva-mixed, cement treated, and utilized as the subgrade for the new pavement for a
Full-Depth Reclaimed subgrade (FDR). If this is the case, utilization of Portland cement to stabilize
Report No. 117-20-280 CMJ ENGINEERING, INC.
9
the pulva-mixed material would be recommended. This method may be utilized along any of the
project streets, as desired. Section 5.5 presents FDR preparation recommendations.
Alternatively, the use of a crushed stone flexible base meeting TxDOT Item 247, Type A, Grades 1 or
2 placed atop a properly prepared and compacted subgrade may be utilized on an equal basis. The
option of using a flexible base in lieu of stabilizing the subgrade presents a relatively quick, straight
forward solution to preparing the materials prior to pavement placement and relieves soluble sulfate
heave concerns.
In general, most soils encountered in the borings are moderately to highly plastic and subject to
expansive movement with soil wetting and drying. Estimates of expansive movement potential range
from less than 1 inch to on the order of 4 inches. Movements in excess of this estimate can occur if
poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water
conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through
the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all
cracks and joints in the pavement should be sealed on a routine basis after construction.
In areas where surface water is allowed to pond adjacent to pavement edges or accumulates in
depressed or rutted pavements where distress cracks are present, an increase in subgrade soil
moisture inevitably occurs, with resulting loss of pavement subgrade support. This condition is
undesirable with regard to pavement performance.
5.2 Sulfate-Induced Heaving
Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate-
induced heaving is caused when a calcium based stabilizer is added to a soil with high sulfate
concentration. They react with the sulfates to cause potentially large volumetric changes in the soil.
Soluble sulfate levels in soils on the order of 2,000 parts-per-million (ppm) or less are usually of low
concern and warrant only observation of the subgrade during the stabilization process. Recovered
samples were tested for soluble sulfate levels as presented on Plates A.64 and A.65. Soluble
sulfates were detected along Angelina Bend Drive, S. Avenue B, Foxcroft Circle, and Orr Street with
test values ranging from 1,080 to 1,660 ppm. Soluble sulfate test values from the remaining project
borings were below 1,000 ppm. As all tested levels were less than 2,000 ppm, typical stabilization
procedures are recommended at this time. Once the final subgrade is established, additional sulfate
Report No. 117-20-280 CMJ ENGINEERING, INC.
10
testing should be performed on the actual subgrade to verify low soluble sulfate concentration and
any special measures identified on a case-by-case basis, particularly in those areas where the low
sulfate levels were detected. In addition, it is recommended that during the curing period, the
subgrade be supplied with ample moisture to allow proper hydration, and it should be checked for
any volumetric changes that may indicate a sulfate-induced heaving condition.
5.3 Pavement Subgrade Stabilization with Lime
The moderately to highly plastic clays are subject to loss in support value with the moisture increases
which occur beneath pavement sections. They react with hydrated lime, which serves to improve
and maintain their support value. Treatment of these soils with hydrated lime will improve their
subgrade characteristics to support the overlying paving.
Prior to lime stabilization, the subgrade should be proofrolled with heavy pneumatic equipment. Any
soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in
the Earthwork section. Near surface soft soils were noted in Boring B-1 from 2 to 3 feet along
Foxcroft Circle. The stabilized subgrade should be scarified to a minimum depth of 12 inches and
uniformly compacted to a minimum of 95 percent of ASTM D 698, to minus 2 to plus 4 percentage
points of the optimum moisture content determined by that test. It should then be protected and
maintained in a moist condition until the pavement is placed.
Refer to Appendix B, Plates B.1 and B.2 for specific application areas and rates recommended for lime
stabilization. The estimated amount of hydrated lime required to stabilize the subgrade should be on
the order of 54 pounds per square yard for streets with 6 percent concentration, 63 pounds per
square yard for streets with a 7 percent concentration, and 72 pounds per square yard for streets
with 8 percent concentration for a 12-inch depth (City of Denton Standard). The hydrated lime should
be thoroughly mixed and blended with the upper 12 inches of the clay subgrade (TxDOT Item 260).
The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of
Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges,
2014 Edition. Calcareous nodules, pebbles, and gravel in the surficial clays can complicate the
mixing of the soil and lime.
We recommend that subgrade stabilization extend to at least one foot beyond pavement edges, if
possible, to aid in reducing pavement movements and cracking along the curb line due to seasonal
moisture variations after construction and to reduce the effects of shrinkage and associated loss of
Report No. 117-20-280 CMJ ENGINEERING, INC.
11
subgrade support. Each construction area should be shaped to allow drainage of surface water
during earthwork operations, and surface water should be pumped immediately from each
construction area after each rain and a firm subgrade condition maintained. Water should not be
allowed to pond in order to prevent percolation and subgrade softening, and lime should be added
to the subgrade after removal of all surface vegetation and debris. Sand should be specifically
prohibited beneath pavement areas, since these more permeable soils can allow water inflow,
resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine
grading). After fine grading each area in preparation for paving, the subgrade surface should be
lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade.
5.4 Cement Stabilization
Prior to cement stabilization, the subgrade should be proofrolled with heavy pneumatic equipment.
Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as
described in the Earthwork section.
Refer to Appendix B, Plates B.1 and B.2 for specific application areas recommended for cement
stabilization. It is recommended a minimum of 4 percent Portland cement be used to modify the
subgrade soils. The estimated amount of cement required to stabilize the subgrade should be on
the order of 36 pounds per square yard for a 12-inch depth based on a dry unit weight of 100 pcf.
The cement should be thoroughly mixed and blended with the upper 12 inches of the subgrade
(TxDOT Items 275). The Portland cement should meet the requirements of Item 275 in the Texas
Department of Transportation (TxDOT) Standard Specifications for Construction of Highways,
Streets and Bridges, 2014 Edition.
The stabilized subgrade should be scarified to a minimum depth of 12 inches and uniformly
compacted to a minimum of 95 percent of ASTM Standard Test Method for Moisture-Density
Relations of Soil-Cement Mixtures (ASTM D 558), to minus 3 to plus 1 percentage points of the
optimum moisture content determined by that test. It should then be protected and cured in a moist
condition per TxDOT Item 275 until the pavement is placed. Proper curing is vital for the successful
installation of a cement-treated soil subgrade, particularly with respect to the reduction of block and
reflective cracking through the asphalt surface.
It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges
to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture
Report No. 117-20-280 CMJ ENGINEERING, INC.
12
variations after construction. Each construction area should be shaped to allow drainage of surface
water during earthwork operations, and surface water should be pumped immediately from each
construction area after each rain and a firm subgrade condition maintained. Water should not be
allowed to pond in order to prevent percolation and subgrade softening, and cement should be added
to the subgrade after removal of all surface vegetation and debris. Sand should be specifically
prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting
in heave and strength loss of subgrade soils. After fine grading each area in preparation for paving,
the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-
yielding subgrade.
The Texas Transportation Institute has performed studies to reduce “block cracks” common to
cement-treated base materials. Microcracking is the application of several vibratory roller passes to
a cement-treated base after a short curing stage, typically after one to three days, to create a fine
network of cracks. Microcracking is one technique to help reduce the risk of shrinkage cracks in the
cement-treated base. The goal of microcracking is to form a network of fine cracks and prevent the
wider, more severe cracks from forming. Proper moisture control during cement placement/mixing
and curing are also key factors to reducing shrinkage cracking.
All pavement construction should be performed in accordance with the procedures provided in
Section 5.7.
5.5 Pulva-Mixed Pavement Preparation Using Portland Cement (Full-Depth Reclamation)
In the street areas where a significant thickness of asphalt exists, and where final grades allow pulva-
mixing of this material as the subbase to the pavement, consideration may be given to pulva-mixing
these materials with Portland Cement to construct a full-depth reclaimed (FDR) base pavement
system with a minimum thickness of 12 inches. We recommend that the FDR extend to at least one
foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb
line due to seasonal moisture variations after construction.
The FDR process begins by pulverizing the existing asphalt pavement and underlying soils. Mixing
should be performed to a depth of 12 inches. More than one pass of the pulverizing equipment may
be necessary to achieve the required gradation (TxDOT Item 275). Once the existing roadway has
been pulverized and blended, the material is graded to the desired elevation and shape. When
working between curb and gutter, removal and hauling the upper portion of the pulverized material,
Report No. 117-20-280 CMJ ENGINEERING, INC.
13
typically the thickness of the proposed pavement section, will be necessary in order to match existing
grades. If necessary, the pulverized material may be compacted to accommodate traffic during
construction and to improve uniformity for subsequent cement placement and mixing operations.
Construction of cement-treated and pulva-mix asphalt/base material should follow Item 275 of Texas
Department of Transportation (TxDOT) Standard Specifications for Construction of Highways,
Streets, and Bridges, 2004 Edition or equivalent. It is recommended a minimum of 4 percent
Portland cement be used to modify the pulva-mixed asphalt/base. The estimated amount of cement
required to stabilize the subgrade should be on the order of 44 pounds per square yard for a 12-inch
depth, based on a soil dry unit weight of 120 pcf. The cement should be thoroughly mixed and
blended with the upper 12 inches of the pulva-mixed subgrade (TxDOT Items 275). The Portland
cement should meet the requirements of Item 275 in the Texas Department of Transportation
(TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2014 Edition.
Before processing begins, the area to be processed should be graded and shaped to lines and
grades as shown on the plans. During this process, any unsuitable soil or material shall be removed
and replaced with acceptable material. Any manholes, valve covers, or other buried structures
should be protected from damage prior to processing. The subgrade should be firm and able to
support, without yielding or subsequent settlement, the construction equipment and the compaction
of the FDR material. Soft or yielding subgrade should be corrected and made stable before
construction proceeds.
The processed materials should be uniformly compacted to a minimum of 98 percent of ASTM
Standard Test Method for Moisture-Density Relations of Soil-Cement Mixtures (ASTM D 558), to
minus 3 to plus 1 percentage points of the optimum moisture content determined by that test. The
operation of cement application, mixing, spreading, compacting, and finishing shall be continuous
and completed within 2 hours from the start of mixing. Any processed material that has not been
compacted and finished shall not be left undisturbed for longer than 30 minutes. Smaller sections
should be completed at one time, rather than overly long sections.
After completion of final finishing, the surface should be cured by application of a bituminous or other
approved sealing membrane, or by being kept continuously moist for 7 days with a water spray that
will not erode the surface of the FDR base. If curing material is used, it should be applied as soon
Report No. 117-20-280 CMJ ENGINEERING, INC.
14
as possible, but not later than 24 hours after completing finishing operations. The surface should be
kept continuously moist before application of curing material.
The Texas Transportation Institute has performed studies to reduce “block cracks” common to
cement-treated base materials. Microcracking is the application of several vibratory roller passes to
an FDR base after a short curing stage, typically after one to three days, to create a fine network of
cracks. Microcracking is one technique to help reduce the risk of cracks in the FDR reflecting through
the pavement surfacing. The goal of microcracking is to form a network of fine cracks and prevent
the wider, more severe cracks from forming.
After placement and satisfactory compaction of the FDR base, the base should be moist cured by
sprinkling for 48 to 72 hours before microcracking. If performing construction during winter months
when average daily temperatures are 60o F or below, moist cure the base at least 96 hours before
microcracking. Microcracking should be performed with the same (or equivalent tonnage) steel
wheel vibratory roller used for compaction. A minimum 12-ton roller should be used. Three full
passes (one pass is down and back) with the roller operating at maximum amplitude and traveling
approximately 2 to 3 mph will satisfactorily microcrack the section. After satisfactory completion of
microcracking, the base should be moist cured by sprinkling to a total cure time of at least 72 hours
from the day of placement.
Completed portions of FDR base can be opened immediately to low-speed local traffic and to
construction equipment, provided the curing material or moist curing operations are not impaired,
and provided the FDR base is sufficiently stable to withstand marring or permanent deformation. If
continuous moist curing is employed in lieu of a curing compound or subsequent surfacing within 7
days, the FDR base can be opened to all traffic after the 7-day moist curing period, provided the
FDR base has hardened sufficiently to prevent marring or permanent deformation.
The HMAC pavement layers can be placed any time after finishing and curing, as long as the soil-
cement is sufficiently stable to support the required construction equipment without marring or
permanent distortion of the surface.
5.6 Asphalt Pavement Sections
At the time of this investigation, vehicle traffic studies were not available. Therefore, City of Denton
standard flexible pavement sections are presented below with corresponding design ESALs and
Report No. 117-20-280 CMJ ENGINEERING, INC.
15
allowable heavy truck traffic. Pavement analyses were performed using methods outlined in the
AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American
Association of State Highway and Transportation Officials. The design equations were solved using
AASHTO Pavement Analysis Software. In the AASHTO method, traffic loads are expressed in
Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure.
Based on the results of the field and laboratory investigation and on soil plasticity properties, the
following design parameters were used in our thickness design calculations (soil parameters were
conservatively established for the soils that are expected to exhibit lower bearing strengths):
Design California Bearing Ratio ................ 3 Initial Serviceability .................................... 4.5 Terminal Serviceability .............................. 2.0 (Residential), 2.5 (Collector and Arterial) Reliability ................................................... 90% (Residential), 95% (Collector and Arterial)
Overall Deviation (HMAC) ......................... 0.49 Drainage Coefficient .................................. 1.0
The following alternative pavement sections are provided for a range of traffic volumes. The traffic
loadings are based on the daily frequency of fully loaded, 80 kip, five-axle tractor semi-trailers over
an assumed 20-year service period with an assumed truck factor of 2.39. These sections are
suitable for the previously mentioned assumptions. Any deviation from these assumptions should
be brought to our attention immediately in order to assess their impact on our recommendations.
Asphaltic pavement sections are susceptible to edge distress as edge support deteriorates over time.
Therefore, care must be taken to provide and maintain proper edge support. Maintenance should be
provided when edge support deteriorates.
The sections below should be considered minimum pavement thicknesses and higher traffic volumes
and heavy trucks may require thicker pavement sections and configurations. Periodic maintenance
should be anticipated for minimum pavement thickness. This maintenance should consist of sealing
cracks and timely repair of isolated distressed areas.
Report No. 117-20-280 CMJ ENGINEERING, INC.
16
Flexible Pavement Sections Facility Classification Design ESAL
Allowable Daily Truck Repetitions (20-yr life) Thickness (in.) Material
2 HMAC Type D
Residential 1,102,500 63 6 HMAC Type B
12 Lime or Cement Stabilized Subgrade, FDR, or Flexible Base
3 HMAC Type D
Residential Collector 1,013,800 58 6 HMAC Type B
12
Lime or Cement Stabilized
Subgrade, FDR, or Flexible Base
3 HMAC Type D
Secondary Arterial 5,268,700 301 9 HMAC Type B
12 Lime or Cement Stabilized Subgrade, FDR,
or Flexible Base
5.7 Pavement Material Requirements
Material and process specifications developed by the Texas Department of Transportation (TxDOT)
have been utilized. These specifications are outlined in the TxDOT Standard Specifications for
Construction of Highways, Streets and Bridges, 2014 Edition. Specific construction
recommendations for flexible pavements are given below.
Hot Mix Asphaltic Concrete Surface Course: Item 340, Type D, Texas Department of Transportation
Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014
Edition.
Hot Mix Asphaltic Concrete Base Course: Item 340, Type B, Texas Department of Transportation
Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014
Edition.
Lime Stabilized Subgrade: Lime treatment for base course (road mix) - Item 260, Texas Department
of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets,
and Bridges, 2014 Edition.
Report No. 117-20-280 CMJ ENGINEERING, INC.
17
Cement Stabilized Subgrade: Cement treatment for base course (road mix) - Item 275, Texas
Department of Transportation Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges, 2014 Edition.
Flexible Base: Crushed Stone Flexible Base – Item 247, Type A, Grades 1 or 2, Texas Department
of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and
Bridges, 2014 Edition.
5.8 General Pavement Considerations
Surface drainage is critical to the performance of these pavements. Water should be allowed to exit
the pavement surface quickly.
The design of the pavement drainage and grading should consider the potential for differential
ground movement due to future soil swelling of up to 4 inches. In order to minimize rainwater
infiltration through the pavement surface, and thereby minimizing future upward movement of the
pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after
construction. If movement reduction measures are desired, contact this office for additional
recommendations on a case-by-case basis.
Where mature trees and water-intensive shrubs exist adjacent to the roadway, consideration may
be given to installation of a vertical moisture barrier along the curb line in order to reduce the potential
for moisture-induced volume change of the subgrade soils and restrict root systems from penetrating
below the pavement. Such barriers can be accomplished by excavating narrow trench lines adjacent
to the curb to depths on the order of 3 to 4 feet, and filling this zone with lean concrete or flowable
fill. This zone also can be filled with a geomembrane and proper backfilling using flowable fill or
comparable material.
6.0 EARTHWORK
6.1 Site Preparation
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds. The
subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a
firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic
tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be
Report No. 117-20-280 CMJ ENGINEERING, INC.
18
observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the
subgrade should be scarified to a minimum depth of 8 inches, its moisture content adjusted, and
recompacted to the moisture and density recommended for fill.
In selected areas along the project such as those encountered in Borings B-27, B-34, B-39, B-48, B-
49, and B-51, low plasticity clayey sands and sands are present at the surface. During periods of
inclement weather these surface soils can become saturated and subject to pumping. In addition,
the clayey sands and sands may be difficult to compact, particularly when they are wet. This may
require undercutting to a firm subgrade and blending saturated soils with more clayey site materials
or stabilizing using Portland cement. In areas of perched water or pumping subgrade, it may be
necessary to install sub-pavement drains or edge drains. This decision should be made during
construction to verify the need.
6.2 Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-
operated power compactors or small self-propelled compactors. The fill material should be uniform
with respect to material type and moisture content. Clods and chunks of material should be broken
down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of
uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill
material to the proper moisture content should be applied evenly through each layer.
The on-site soils are suitable for use in general site grading. Imported fill material should be clean
soil with a Liquid Limit less than 45 and no rock greater than 4 inches in maximum dimension. The
fill materials should be free of vegetation and debris.
The fill material should be compacted to a minimum of 95 percent of the maximum dry density
determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation,
the fill material should be brought to the proper moisture content. The moisture content for general
earth fill should range from 2 percentage points below optimum to 5 percentage points above
optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges.
For some soils and under some conditions, the contractor may have to maintain a more narrow range
of moisture content (within the recommended range) in order to consistently achieve the
recommended density.
Report No. 117-20-280 CMJ ENGINEERING, INC.
19
Field density tests should be taken as each lift of fill material is placed. As a guide, one field density
test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical
areas the frequency of testing may need to be increased to one test per 2,500 square feet. A
minimum of 2 tests per lift should be required. The earthwork operations should be observed and
tested on a continuing basis by an experienced geotechnician working in conjunction with the project
geotechnical engineer.
Each lift should be compacted, tested, and approved before another lift is added. The purpose of the
field density tests is to provide some indication that uniform and adequate compaction is being
obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor
and satisfactory results from the tests should not be considered as a guarantee of the quality of the
contractor's filling operations.
6.3 Trench Backfill
Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense
or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill
can settle and form a depression along the completed trench line. Distress to overlying structures,
pavements, etc. is likely if heaving or settlement occurs. On-site soil fill material is recommended
for trench backfill. Care should be taken not to use free draining granular material, to prevent the
backfilled trench from becoming a french drain and piping surface or subsurface water beneath
structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines,
a lean concrete bedding will limit water intrusion into the trench and will not require compaction after
placement. The soil backfill should be placed in approximately 4- to 6-inch loose lifts. The density
and moisture content should be as recommended for fill in Section 6.2, Placement and Compaction,
of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of
trench, with a minimum of 2 tests per lift.
6.4 Excavation
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction. Existing structures, pipelines or other facilities, which
are constructed prior to or during the currently proposed construction and which require excavation,
should be protected from loss of end bearing or lateral support.
Report No. 117-20-280 CMJ ENGINEERING, INC.
20
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
Trench safety recommendations are beyond the scope of this report. The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
6.5 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the particular application and approved by the project geotechnical engineer prior to the materials
being used. The owner should also require the contractor to obtain a written, notarized certification
from the landowner of each proposed off-site soil borrow source stating that to the best of the
landowner's knowledge and belief there has never been contamination of the borrow source site with
hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding
to furnish soils to the site. Soil materials derived from the excavation of underground petroleum
storage tanks should not be used as fill on this project.
6.6 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study. However,
based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.
Standard construction practices for protecting metal pipe and similar facilities in contact with these
soils should be used.
6.7 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and all
permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed.
7.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions. In the analysis, the geotechnical engineer must
Report No. 117-20-280 CMJ ENGINEERING, INC.
21
assume the subsurface conditions are similar to the conditions encountered in the borings. However,
quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is
recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation
installation and perform materials evaluation during the construction phase of the project. This
enables the geotechnical engineer to stay abreast of the project and to be readily available to
evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to
recommend alternative solutions to unanticipated conditions. Until these construction phase
services are performed by the project geotechnical engineer, the recommendations contained in this
report on such items as final foundation bearing elevations, proper soil moisture condition, and other
such subsurface related recommendations should be considered as preliminary.
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
8.0 REPORT CLOSURE
The borings for this study were selected by CMJ Engineering, Inc. The locations and elevations of
the borings should be considered accurate only to the degree implied by the methods used in their
determination. The boring logs shown in this report contain information related to the types of soil
encountered at specific locations and times and show lines delineating the interface between these
materials. The logs also contain our field representative's interpretation of conditions that are
believed to exist in those depth intervals between the actual samples taken. Therefore, these boring
logs contain both factual and interpretive information. Laboratory soil classification tests were also
performed on samples from selected depths in the borings. The results of these tests, along with
visual-manual procedures were used to generally classify each stratum. Therefore, it should be
understood that the classification data on the logs of borings represent visual estimates of
classifications for those portions of each stratum on which the full range of laboratory soil
classification tests were not performed. It is not implied that these logs are representative of
subsurface conditions at other locations and times.
Report No. 117-20-280 CMJ ENGINEERING, INC.
22
With regard to groundwater conditions, this report presents data on groundwater levels as they were
observed during the course of the field work. In particular, water level readings have been made in
the borings at the times and under conditions stated in the text of the report and on the boring logs.
It should be noted that fluctuations in the level of the groundwater table can occur with passage of
time due to variations in rainfall, temperature, and other factors. Also, this report does not include
quantitative information on rates of flow of groundwater into excavations, on pumping capacities
necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil
conditions at a construction site are commonly encountered and cannot be fully predicted by mere
soil samples, test borings, or test pits. Such unexpected conditions frequently require that additional
expenditures be made by the owner to attain a properly designed and constructed project.
Therefore, provision for some contingency fund is recommended to accommodate such potential
extra cost.
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that the
exploratory borings are representative of the subsurface conditions throughout the site; that is, the
subsurface conditions everywhere are not significantly different from those disclosed by the borings
at the time they were completed. If, during construction, different subsurface conditions from those
encountered in our borings are observed, or appear to be present in excavations, we must be
advised promptly so that we can review these conditions and reconsider our recommendations
where necessary. If there is a substantial lapse of time between submission of this report and the
start of the work at the site, if conditions have changed due either to natural causes or to construction
operations at or adjacent to the site, or if structure locations, structural loads or finish grades are
changed, we urge that we be promptly informed and retained to review our report to determine the
applicability of the conclusions and recommendations, considering the changed conditions and/or
time lapse.
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations contained
in this report. In addition, we are available to observe construction, particularly the compaction of
structural fill, or backfill and the construction of foundations as recommended in the report, and such
other field observations as might be necessary.
Report No. 117-20-280 CMJ ENGINEERING, INC.
23
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water,
groundwater or air, on or below or around the site.
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of Halff Associates, Inc for specific application
to design of this project only, and not for additions or modifications to the project. The only warranty
made by us in connection with the services provided is that we have used that degree of care and
skill ordinarily exercised under similar conditions by reputable members of our profession practicing
in the same or similar locality. No other warranty, expressed or implied, is made or intended.
* * * *
B-12B-1B-13B-14B-15B-16B-17B-2B-18B-19B-20
0100 200 FEETAPPROXIMATE SCALELEGEND:Boring LocationB-48Site Vicinity MapSource: Google Maps, 2020.B-49B-35B-3B-4
0150 300 FEETAPPROXIMATE SCALELEGEND:Boring LocationB-6Site Vicinity MapSource: Google Maps, 2020.B-5Interstate 35E
B-34B-7B-43
B-31B-32
B-33
B-41B-42
B-44B-45B-46B-54B-47B-53
B-50B-51B-52
Fine-grained soils (More than half of material is smaller than No. 200 sieve)Sands (More than half of coarse fraction is smaller than No. 4 sieve size)Gravels (More than half of coarse fraction is larger than No. 4 sieve size)Sands with fines (Appreciable amount of fines)Clean sands (Little or no fines)Gravels with fines (Appreciable amount of fines)Clean gravels (Little or no fines)Pt
OH
CH
MH
OL
CL
ML
SC
SM
SP
SW
GC
GM
GP
GW
Grp.
Sym.
Peat and other highly organic
soils
Organic clays of medium to
high plasticity, organic silts
Inorganic clays of high
plasticity, fat clays
Inorganic silts, micaceous or
diatomaceous fine sandy or
silty soils, elastic silts
Organic silts and organic silty
clays of low plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty
clays, and lean clays
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Clayey sands, sand-clay
mixtures
Silty sands, sand-silt
mixtures
Poorly graded sands;
gravelly sands, little or no
fines
Well-graded sands, gravelly
sands, little or no fines
Clayey gravels, gravel-sand-
clay mixtures
Silty gravels, gravel-sand-silt
mixtures
Poorly graded gravels, gravel-
sand mixtures, little or no
fines
Well-graded gravels, gravel-
sand mixtures, little or no
fines
Typical Names
Determine percentages of sand and gravel from grain size curve. Less than 5 percent.....................................................GW, GP, SW, SP More than 12 percent....................................................GM, GC, SM, SC 5 to 12 percent...........................Borderline cases requiring dual symbolsLiquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I. less
than 4
Not meeting all gradation
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Not meeting all gradation
PLATE A.2
requirements for SW
requirements for GW
UNIFIED SOIL CLASSIFICATION SYSTEMCoarse-grained soils (more than half of the material is larger than No. 200 sieve size)Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows:Laboratory Classification Criteria
Highly Organic soilsSilts and clays (Liquid limit greater than 50)Silts and clays (Liquid limit less than 50)Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
Major Divisions
0 10 20 30 40 50 60 70 80 90 1000
10
20
30
40
50
60
CL-ML4
7
CL
CH
OH and MH
ML and OL
Liquid Limit
Plasticity ChartPlasticity IndexCu= -----D60
D10
greater than 6:CC= --------------
(D30)2
D10 x D60
between 1 and 3
Cu= -----D60
D10
greater than 4:CC= --------------(D30)2
D10 x D60
between 1 and 3
SOIL OR ROCK TYPES
GRAVEL LEAN CLAY LIMESTONE
SAND SANDY SHALE
SILT SILTY SANDSTONE
HIGHLY
PLASTIC CLAY CLAYEY CONGLOMERATE
Shelby
Tube Auger Split
Spoon
Rock
Core
Cone
Pen
No
Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
Soft 0.0 to 1.0
Firm 1.0 to 1.5
Stiff 1.5 to 3.0
Very Stiff 3.0 to 4.5
Hard 4.5+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blows/foot)
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense 90 to 100%
Soil Structure
Calcareous Contains appreciable deposits of calcium carbonate; generally nodular
Slickensided Having inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
42
38
27
24
7
15
19
19
14
13
1124.0
0.75
4.0
4.5+
4.5+
49 15
14
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 8 inches thick
SANDY CLAY, reddish brown, w/ iron stains and
occasional ironstone nodules, very stiff to hard
- soft, 2' to 3'
- grades light reddish brown below 3'
SANDY SHALY CLAY, olive brown and light reddishbrown, w/ iron stains and ironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-1
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.4
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-1
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
55
57
62
40
41
45
13
17
17
18
19
18
113
111
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
79 15
16
17
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 2 inches thick
SANDY SILTY CLAY, dark brown, w/ iron stains,ironstone nodules, and occasional gravel, hard (FILL)
CLAY / SANDY SILTY CLAY, dark brown, w/ ironstains, ironstone nodules, and occasional gravel, hard
SANDY SHALY CLAY, light brown, w/ calcareous
deposits, calcareous nodules, and gravel, hard
SHALY CLAY, light brown, w/ iron stains, calcareousdeposits, and occasional calcareous nodules and
ironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-2
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.5
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-2
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
50
29
35
16
3
17
17
8
9
11
1142.5
3.5
0.25
1.25
67 15
13
ASPHALT, 3.75 inches thick
CRUSHED STONE BASE, 4 inches thick
SANDY CLAY, dark brown, w/ gravel and asphaltfragments (FILL)
CLAY / SILTY CLAY, reddish brown and brown, w/iron stains and occasional ironstone nodules and
gravel, stiff to very stiff- grades light reddish brown below 2'
SAND / CLAYEY SAND, reddish brown, w/ iron stainsand ironstone nodules
SILTY SANDY CLAY, reddish brown, w/ iron seams,iron stains, and occasional ironstone nodules and
gravel, firm REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-3
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.6
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-3
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
29 16
10
9
9
9
7
7
1184.5+
4.5+
4.5+
4.5+
4.5+
50/5"
35 13
ASPHALT, 2.5 inches thick
SANDY CLAY, dark reddish brown, w/ asphaltfragments, iron stains, and occasional ironstone
nodules and gravel, hard (FILL)
SANDY CLAY, reddish brown, w/ iron seams, ironstains and occasional ironstone nodules, hard
SAND, reddish brown, lightly cemented, w/ iron stainsand occasional ironstone nodules, very dense REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-4
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.7
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-4
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
49
52
34
37
17
15
20
17
14
15
115
2.25
4.5+
3.5
1.0
3.5
4.5+
42 15
15
ASPHALT, 2.5 inches thick
SANDY CLAY, reddish brown, dark reddish brown,and light gray, w/ ironstone nodules, iron seams, iron
stains, and occasional gravel, stiff to hard
CLAY / SANDY CLAY, light gray, w/ iron stains andoccasional ironstone nodules, very stiff
CLAYEY SAND / SANDY CLAY, light brown, w/ironstone nodules and iron stains
CLAY / SANDY CLAY, light gray, w/ iron seams andoccasional ironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-5
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.8
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-5
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
61 41
8
27
24
23
24
24
963.25
2.75
2.25
1.0
2.0
20
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 10 inches thick
CLAY / SILTY SANDY CLAY, dark brown, w/
calcareous nodules and ironstone nodules, firm to stiff
- very stiff above 2'
- w/ iron stains below 2'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-6
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.9
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-6
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
35 21
9
19
19
1071.5
3.5 58 14
ASPHALT, 5 inches thick
CRUSHED STONE BASE, 3 inches thick
SANDY SILTY CLAY, gray, w/ iron stains, ironstonenodules, and gravel, firm to very stiff (possible fill)
- Boring terminated at 3' due to possible utilities REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-7
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.10
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
3.0'
B-7
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
46
48
31
33
21
22
21
18
18
17
1042.75
2.5
3.5
4.25
3.75
4.0
64
15
15
ASPHALT, 4 inches thick
SILTY SANDY CLAY, dark brown, w/ occasional ironstains, ironstone nodules, calcareous nodules, and
gravel, stiff
- very stiff below 2'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-8
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.11
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-8
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
53
64
38
45
23
21
22
20
19
25
109
2.5
2.5
3.0
2.5
2.25
1.0
70 15
19
ASPHALT, 5 inches thick
SANDY CLAY, dark brown, w/ trace of gravel andcalcareous nodules, stiff (FILL)
CLAY / SANDY CLAY, gray, dark brown, and brown,w/ a trace of calcareous nodules and gravel , stiff to
very stiff
- w/ iron stains and occasional ironstone nodules below3'
- grades light brown, w/ calcareous deposits below 4'
CLAY / SANDY CLAY, light brown and olive brown, w/fractured limestone seams, calcareous deposits, and
occasional limestone fragments, gravel, andcalcareous nodules, firm REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-9
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.12
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-9
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
57 41
23
24
24
23
21
20
1042.0
2.0
1.5
1.25
3.25
3.5
73 16
ASPHALT, 4 inches thick
CLAY / SANDY CLAY, dark brown, w/ gravel andasphalt fragments, firm to stiff (FILL)
SANDY CLAY, brown, w/ occasional gravel andcalcareous nodules, very stiff
- w/ iron stains below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-10
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.13
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-10
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
55 37 24
21
19
15
14
12
104
2.75
3.25
4.5+
4.5+
4.5+
4.5+
69 18ASPHALT, 1.5 inches thick
CRUSHED STONE BASE, 3 inches thick
CLAY / SANDY CLAY, dark brown, w/ occasionalgravel and calcareous nodules, stiff (FILL)
SANDY CLAY, dark brown and brown, w/ occasionalcalcareous nodules and gravel, very stiff to hard
- w/ iron stains and occasional ironstone nodules below4'
- grades light reddish brown below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-11
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.14
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-11
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
84 57
11
23
27
28
22
21
93
1.75
3.25
2.75
4.5+
4.5+
27
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 10 inches thick
SHALY CLAY, light brown, w/ iron stains andoccasional ironstone nodules and calcareous nodules,stiff to hard
- w/ gravel above 2'
- grades light reddish brown to olive brown below 3'
- w/ calcareous deposits below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-12
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.15
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-12
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
48 33
4
12
7
14
13
14
1204.5+
4.5+
4.5+
4.5+
4.5+
91 15
ASPHALT, 5.5 inches thick
CRUSHED STONE BASE, 5.5 inches thick
SANDY SHALY CLAY, light reddish brown, w/calcareous deposits, iron stains, and occasional
calcareous nodules and ironstone nodules, hard(FILL)- w/ sandstone fragments and gravel below 2'
SHALY CLAY, gray and light reddish brown, w/ shalefragments, iron stains, and occasional ironstone
nodules and gravel, hard (FILL)
- reddish brown below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-13
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.16
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-13
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
36
36
46
23
22
31
11
16
17
17
17
16
110
2.25
2.5
1.5
2.5
4.5+
13
14
15
ASPHALT, 3.75 inches thick
CRUSHED STONE BASE, 4 inches thick
SANDY CLAY, reddish brown, w/ iron stains, ironseams, and occasional ironstone nodules and gravel,
stiff
- w/ sandstone seams below 5'
- grades light reddish brown, hard, below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-14
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.17
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-14
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
45
41
31
28
19
16
15
16
16
18
118
4.0
4.5+
4.5+
4.5+
4.5+
4.5+
14
13
ASPHALT, 4.5 inches thick
SANDY CLAY, gray, w/ iron stains and occasionalironstone nodules, very stiff to hard
SANDY CLAY, reddish brown and light brown, w/ ironstains, iron seams, and ironstone nodules, hard
- w/ olive brown below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-15
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.18
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-15
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
37
39
24
26
1
16
17
16
15
15
117
2.25
3.75
4.5+
4.0
4.5+
48 13
13
ASPHALT, 4 inches thick
CRUSHED STONE BASE, 4 inches thick
SANDY CLAY, dark brown, w/ gravel and calcareousnodules, stiff
SANDY CLAY, brown and light reddish brown, w/ironstone nodules, very stiff to hard
- w/ iron stains below 4'
- grades light brown below 6'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-16
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.19
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-16
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
46
44
32
29
8
19
17
16
16
16
103
3.0
3.0
3.0
3.75
4.5+
14
15
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 6 inches thick
SANDY CLAY, dark brown, w/ ironstone nodules, stiffto very stiff
- w/ iron stains below 4'
SANDY CLAY, light brown, w/ calcareous deposits,iron stains and occasional ironstone nodules and
calcareous nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-17
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.20
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-17
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
34 21 13
15
11
5
934.5+
4.5+
32 13
ASPHALT, 6 inches thick
SANDY CLAY, brown and dark brown, w/ calcareous
deposits and occasional gravel, asphalt fragments,and limestone fragments, hard (FILL)
SAND, light reddish brown and brown, w/ occasionalclayey sand and gravel pockets (FILL)
- w/ occasional limestone fragments below 4'
- Encountered possible unmarked utility; boringterminated at 5'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-18
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.21
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
5.0'
B-18
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
56
49
41
34
5
21
19
18
19
20
95
3.75
2.75
3.5
3.0
3.25
15
15
ASPHALT, 2.5 inches thick
SAND AND GRAVEL BASE, 7 inches thick
CLAY / SANDY CLAY, dark brown, w/ occasionalironstone nodules, stiff to very stiff
SANDY CLAY, dark brown, w/ calcareous deposits andoccasional calcareous nodules, stiff to very stiff
- grades light brown below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-19
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.22
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-19
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
54 39
7
19
19
19
20
19
109
3.25
4.0
4.25
4.5+
4.5+
15
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 9 inches thick
CLAY / SANDY CLAY, dark brown, w/ iron stains andironstone nodules, very stiff
- grades brown to light brown, hard, below 4'
- w/ occasional calcareous nodules below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-20
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.23
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-20
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
58
55
40
39
5
18
11
13
9
12
88
4.5+
4.5+
4.5+
100/3.25"
72 18
16
ASPHALT, 3.5 inches thick
SAND AND GRAVEL BASE, 6 inches thick
CLAY, dark brown, w/ calcareous deposits, calcareousnodules, and gravel, hard (possible fill)
- w/ fractured limestone seams below 2'
SILTY CLAY, light brown, w/ calcareous deposits andfractured limestone seams, hard
LIMESTONE, tan, fractured, w/ clay seams and layers,moderately hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-21
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.24
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-21
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
31
61
17
44
5
9
13
16
18
19
108
4.5+
4.5+
4.5+
4.5+
4.5+
56 14
17
ASPHALT, 4.5 inches thick
SANDY GRAVEL BASE, 12 inches thick
SANDY CLAY, brown, w/ calcareous deposits andoccasional gravel and calcareous nodules, hard
(possible fill)
CLAY, dark brown, w/ calcareous deposits andoccasional calcareous nodules and gravel, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-22
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.25
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-22
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
57
64
39
46
6
23
23
23
20
26
102
2.0
2.5
2.5
4.5+
2.0
82 18
18
ASPHALT, 3.5 inches thick
SANDY GRAVEL BASE, 12 inches thick
CLAY, brown and gray, w/ calcareous deposits andoccasional calcareous nodules and gravel, stiff
- w/ iron stains and ironstone nodules, 2' to 3'
SHALY CLAY, tan, olive brown, and gray, w/ ironstains and ironstone nodules, stiff to hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-23
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.26
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-23
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
49
68
33
48
6
17
24
26
27
24
99
104
2.25
2.0
2.25
2.75
3.75
98
16
20
ASPHALT, 4 inches thick
CRUSHED STONE BASE, 4 inches thick
SILTY SANDY CLAY, gray, w/ limestone fragmentsand calcareous nodules, stiff (FILL)
CLAY, brown, w/ calcareous deposits and occasionalcalcareous nodules, stiff
SHALY CLAY, olive brown, w/ iron stains andoccasional ironstone nodules, stiff to very stiff REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-24
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.27
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-24
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
38 25
6
14
12
14
17
17
1163.5
4.25
3.0
4.5+
4.5+
21
13
ASPHALT, 4 inches thick
SANDY GRAVEL BASE, 8 inches thick
SANDY CLAY, reddish brown, w/ sand seams, ironstains, and occasional ironstone nodules and gravel,
very stiff to hard
- w/ light brown below 3'
SHALY CLAY, olive brown, w/ iron stains andoccasional ironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-25
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.28
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-25
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
49 33
7
20
17
16
14
13
1013.5
3.5
4.0
3.25
3.5
50 16
ASPHALT, 4 inches thick
CRUSHED STONE BASE, 12 inches thick
SANDY SILTY CLAY, reddish brown and dark reddishbrown, w/ iron stains, iron seams, and occasional
ironstone nodules, very stiff- w/ occasional gravel, 2' to 3'
- w/ gray below 4'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-26
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.29
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-26
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
28 15
3
16
16
15
14
13
101
1.25
1.0
4.5+
4.0
4.0
52 13
ASPHALT, 4.5 inches thick
SAND AND GRAVEL BASE, 12 inches thick
CLAYEY SAND, reddish brown, w/ iron stains, ironseams, and occasional ironstone nodules and gravel
SANDY CLAY, reddish brown and gray, w/ iron stains,iron seams, and occasional ironstone nodules, very
stiff to hard
- w/ occasional gravel, 4' to 5'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-27
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.30
Street Rehabilitation Project - Various Streets
Denton, Texas
Seepage at 8' during drilling; dry at completionSee Plate A.1
8.0'
B-27
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
65
54
45
37
4
24
21
26
21
16
1001.75
1.75
2.0
2.5
4.5+
93 20
17
ASPHALT, 4 inches thick
SAND AND GRAVEL BASE, 3.5 inches thick
CLAY / SANDY CLAY, light brown and light reddishbrown, w/ iron stains and occasional ironstone
nodules, stiff
- grades light gray, w/ gypsum crystal deposits andoccasional calcareous nodules below 3'
SANDY CLAY, reddish brown and gray, w/ iron seamsand ironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-28
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.31
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-28
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
47
49
28
35
4
19
15
10
11
11
109
4.25
4.5+
4.0
3.0
4.0
22
19
14
ASPHALT, 3.5 inches thick
SAND AND GRAVEL BASE, 8 inches thick
SANDY CLAY, reddish brown, w/ iron seams,ironstone nodules, and gravel, very stiff to hard
- dark reddish brown, 3' to 4'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-29
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.32
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-29
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
38 24
4
12
13
10
12
13
1174.5+
4.5+
0.5
1.5
3.75
32 14
ASPHALT, 3 inches thick
SAND AND GRAVEL BASE, 7 inches thick
SANDY CLAY, reddish brown, w/ iron seams, ironstones, and ironstone nodules, hard
CLAYEY SAND, reddish brown, w/ iron seams, ironstains, and ironstone nodules
- w/ gray below 4'
SANDY CLAY, reddish brown and gray, w/ iron seamsand ironstone nodules, very stiff REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-30
CME-55, w/ CFA
8-3-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.33
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-30
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
42 28
9
9
9
8
7
8
123
4.5+
4.5+
4.5+
4.5+
4.5+
4.5+
52 14
ASPHALT, 3.5 inches thick
SANDY CLAY, reddish brown and tan, w/ iron seamsand ironstone nodules, hard
- gray, w/ occasional gravel above 1'
- w/ sandstone seams below 2'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-31
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.34
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-31
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
49
57
34
42
18
17
10
8
13
1074.5+
3.5
4.5+
0.75
3.5
4.5+
27
15
15
ASPHALT, 4 inches thick
SANDY CLAY, light reddish brown and tan, w/ironstone nodules, asphalt fragments, and gravel, very
stiff to hard (FILL)
CLAYEY SAND, reddish brown, w/ sandstonefragments and ironstone nodules (FILL)
SANDY CLAY, reddish brown, w/ sandstone seams,ironstone nodules, and gravel, very stiff
CLAY, olive brown, w/ iron stains, ironstone nodules,and occasional gravel, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-32
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.35
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-32
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
45
56
31
42
20
22
17
18
16
12
103
1.75
1.0
2.5
3.0
3.5
4.5+
62 14
14
ASPHALT, 5 inches thick
SANDY CLAY, light brown and brown, w/ iron stains,asphalt fragments, ironstone nodules, calcareousdeposits, calcareous nodules, and gravel, firm to stiff
(FILL)
- w/ gray below 2'
CLAY, light brown and gray, w/ gravel, very stiff to hard
- w/ calcareous deposits and calcareous nodules above
4'- w/ iron stains and ironstone nodules below 4'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-33
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.36
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-33
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
NP NP
4
6
10
8
16
0.5
57
2.5 47
NP
ASPHALT, 2.5 inches thick
CRUSHED STONE BASE, 6 inches thick
CLAYEY SAND / SAND, brown and light brown, w/iron stains, very dense
CLAYEY SAND / SANDY CLAY, light reddish brown,w/ iron seams and occasional ironstone nodules and
gravel REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-34
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.37
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-34
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
37
33
52
24
20
33
14
15
12
12
13
20
122
4.5+
4.5+
4.5+
4.5+
4.25
4.5+
45 13
13
19
ASPHALT, 3.75 inches thick
SANDY CLAY, reddish brown, w/ iron seams,ironstone nodules, asphalt fragments, and gravel, hard
(possible fill)
SANDY CLAY, light reddish brown and reddish brown,w/ iron seams and ironstone nodules, hard
SHALY CLAY, olive brown and reddish brown, w/ ironseams, iron stains, and ironstone nodules, very stiff to
hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-35
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.38
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-35
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
37
42
24
29
6
16
18
16
15
21
110
1.5
1.75
1.75
0.75
56 13
13
ASPHALT, 4 inches thick
CRUSHED STONE BASE, 16 inches thick
SANDY CLAY, brown and dark brown, w/ iron stainsand occasional ironstone nodules and calcareous
nodules, firm to stiff- w/ gravel below 2'
- w/ iron seams below 3'
- w/ gray, 4' to 5'
- grades olive brown, soft, below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-36
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.39
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-36
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
31 18
10
15
15
17
19
22
1111.75
1.25 53
13
ASPHALT, 3.5 inches thick
CRUSHED STONE BASE, 16 inches thick
SANDY CLAY, dark brown, w/ iron stains, ironstonenodules, and gravel, firm to stiff
SAND / CLAYEY SAND, light brown, w/ iron stains
and gravel REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-37
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.40
Street Rehabilitation Project - Various Streets
Denton, Texas
Seepage at 5' during drilling; water at 8' at completionSee Plate A.1
8.0'
B-37
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
38
45
24
30
20
17
16
16
16
15
116
2.0
2.5
3.75
4.5+
3.5
4.5+
42 14
15
ASPHALT, 3 inches thick
SANDY CLAY, reddish brown, w/ iron stains, ironseams, ironstone nodules, and gravel, stiff to very stiff
CLAY / SANDY CLAY, reddish brown, w/ iron stains,iron seams, ironstone nodules, and occasional gravel,
very stiff to hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-38
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.41
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-38
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
NP NP
9
4
13
5
7
49
12 NP
ASPHALT, 7 inches thick
CRUSHED STONE BASE, 6 inches thick
SAND, light reddish brown and light brown, w/ ironstains, iron seams, and gravel, dense
- w/ cave-in at 4'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-39
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.42
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; borehole cave-in at 4' and dryat completionSee Plate A.1
8.0'
B-39
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
42
49
28
34
17
21
18
16
16
18
101
3.0
3.75
4.5
4.5+
4.5+
4.5+
45 14
15
ASPHALT, 3 inches thick
SANDY CLAY, reddish brown and brown, w/ ironseams, ironstone nodules, and occasional gravel, very
stiff to hard
SHALY CLAY, light brown, w/ iron stains andoccasional ironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-40
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.43
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-40
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
35
41
22
27
16
16
15
16
15
15
114
4.5+
4.25
1.0
1.25
4.5+
4.5+
44 13
14
ASPHALT, 3.5 inches thick
SANDY CLAY, reddish brown and light brown, w/ ironstains, calcareous deposits, gravel, occasional
ironstone nodules and calcareous nodules, very stiff tohard
CLAYEY SAND, reddish brown and light reddishbrown, w/ iron seams and ironstone nodules
SANDY SHALY CLAY, olive brown, reddish brown,and light reddish brown, w/ iron stains, iron seams,
and occasional ironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-41
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.44
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-41
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
30
26
17
12
11
11
9
10
16
10
107
3.75
4.5+
1.25
1.5
2.25
4.5+
47 13
14
ASPHALT, 5 inches thick
SANDY CLAY, reddish brown, brown, and light brown,w/ iron stains, asphalt fragments, ironstone nodules,and gravel, very stiff to hard (FILL)
- firm to stiff, 2' to 5'
SANDY CLAY, light brown, w/ calcareous deposits andcalcareous nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-42
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.45
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-42
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
48
28
34
15
24
24
11
9
8
11
97
3.5
4.5+
4.5+
4.5+
4.5+
4.5+
58
14
13
ASPHALT, 3 inches thick
SANDY CLAY, olive brown and reddish brown, w/ ironstains, iron seams, and ironstone nodules, very stiff to
hard
SANDY CLAY, light gray, w/ iron stains, ironstonenodules, and calcareous nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-43
CME-55, w/ CFA
7-30-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.46
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-43
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
57 39
9
29
27
21
25
21
1.25
1.25
1.75
2.0
4.25
90 18
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 7 inches thick
SANDY SHALY CLAY, olive brown, light brown, andgray, w/ iron stains and ironstone nodules, firm to stiff
- w/ occasional calcareous nodules and gravel above 3'
- w/ reddish brown, 3' to 4'
- grades light reddish brown, very stiff below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-44
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.47
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-44
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
39 25
9
17
16
21
23
22
115
1.75
2.25
3.25
1.75
2.25
51 14
ASPHALT, 2.75 inches thick
CRUSHED STONE BASE, 6 inches thick
SANDY CLAY, light reddish brown, brown, and gray,w/ iron stains, ironstone nodules, and gravel, stiff
SANDY CLAY / CLAY, olive brown, w/ iron stains andironstone nodules, stiff to very stiff
- w/ occasional gravel below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-45
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.48
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-45
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
31
28
18
16
11
9
7
8
9
111
4.5+
4.5+
4.5
4.5+
4.5+
57 13
12
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 9 inches thick
SANDY CLAY, light reddish brown and reddish brown,w/ iron seams, iron stains, and occasional ironstone
nodules and calcareous nodules, very stiff to hard
- w/ gravel, 3' to 4'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-46
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.49
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-46
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
50
34
34
21
17
19
16
15
13
15
107
4.5+
4.0
4.5+
4.5+
2.5
3.75
30 16
13
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 2 inches thick
SANDY CLAY, reddish brown, w/ ironstone nodules,gravel, and asphalt fragments, hard (FILL)
SANDY CLAY, reddish brown and gray, w/ iron stainsand occasional ironstone nodules, very stiff to hard
- w/ gravel above 2'
SANDY CLAY, gray, reddish brown, and light brown,w/ iron stains and ironstone nodules, stiff to hard
- grades olive brown below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-47
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.50
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-47
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
24
37
13
23
4
11
13
13
13
13
117
4.5+
4.5+
4.5+
4.5+
4.5+
51
11
14
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 6 inches thick
CLAYEY SAND / SANDY CLAY, reddish brown, w/iron seams and ironstone nodules, hard
SANDY CLAY, reddish brown, w/ iron stains, ironseams, and ironstone nodules, hard
- w/ olive brown below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-48
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.51
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-48
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
43
44
29
27
5
12
18
18
16
15
112
4.0
3.0
2.0
3.0
4.5+
49
14
17
ASPHALT, 4 inches thick
CRUSHED STONE BASE, 4 inches thick
CLAYEY SAND, dark brown, w/ occasional calcareousnodules, very stiff
SANDY CLAY, dark brown, w/ iron stains andironstone nodules, stiff to very stiff
SANDY CLAY, brown, reddish brown, and light reddishbrown, w/ iron stains and ironstone nodules, and
gravel, very stiff to hard
- w/ iron seams below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-49
CME-55, w/ CFA
7-31-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.52
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-49
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
55
66
36
46
27
23
23
22
26
26
106
2.75
3.0
2.5
2.75
1.5
2.5
76 19
20
ASPHALT, 3.5 inches thick
LIME TREATED CLAY, 7 inches thick
CLAY, dark brown, w/ iron stains, ironstone nodules,
and calcareous nodules, stiff to very stiff
- grades brown and light brown below 4'
SHALY CLAY, light brown and olive brown, w/ ironstains, calcareous deposits, and occasional ironstone
nodules and calcareous nodules, stiff REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-50
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.53
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-50
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
23
41
10
26
19
8
10
14
12
14
1064.0
0.75
0.5
0.25
43 13
15
ASPHALT, 3.5 inches thick
CLAYEY SAND, dark brown, w/ iron stains, sandstonefragments, and occasional gravel and ironstone
nodules (FILL)
CLAYEY SAND / SANDY CLAY, dark reddish brown
and reddish brown, w/ iron stains, iron seams, andironstone nodules
- w/ occasional gravel above 2'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-51
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.54
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-51
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
44
56
30
41
19
28
13
11
14
16
109
2.5
3.25
4.5+
4.5+
4.5+
14
15
ASPHALT, 5.5 inches thick
SILTY SANDY CLAY, brown and dark brown, w/
calcareous deposits, iron stains, and occasional graveland ironstone nodules, stiff (FILL)
SHALY CLAY, light brown, w/ iron stains, calcareous
deposits, calcareous nodules, and ironstone nodules,
very stiff to hard
- w/ fractured shaly limestone seams below 5'
- w/ olive brown below 7'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-52
CME-55, w/ CFA
7-29-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.55
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-52
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
34
56
20
37
3
18
28
23
20
18
1063.0
1.0
1.75
3.0
4.5+
29 14
19
ASPHALT, 2.5 inches thick
CRUSHED STONE BASE, 6 inches thick
SANDY CLAY / CLAYEY SAND, reddish brown, w/iron seams, ironstone nodules, and gravel, very stiff
SANDY SHALY CLAY, olive brown and light reddishbrown, w/ iron stains and ironstone nodules, firm to
stiff
- w/ occasional calcareous nodules below 3'
- very stiff to hard below 4'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-53
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.56
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-53
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
34
34
21
21
2
14
15
14
13
15
116
4.5+
4.0
3.25
3.25
4.5+
13
13
ASPHALT, 3 inches thick
CRUSHED STONE BASE, 4 inches thick
SANDY CLAY, reddish brown, w/ iron seams,ironstone nodules, and occasional gravel, very stiff to
hard
- grades light reddish brown below 3'
CLAY / SANDY CLAY, olive brown, w/ iron seams andironstone nodules, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
117-20-280
Water Observations
Type
SamplesLOG OF BORING NO.
B-54
CME-55, w/ CFA
8-11-20
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
CompletionDepth CompletionDate
Surface Elevation
SymbolPLATE A.57
Street Rehabilitation Project - Various Streets
Denton, Texas
No seepage encountered during drilling; dry at completionSee Plate A.1
8.0'
B-54
5
ENGINEERING INC.LOG OF BORING 117-20-280.GPJ CMJ.GDT 9/24/20
CMJ ENGINEERING, INC. PLATE A.58
LIME SERIES TEST RESULTS Project: Street Rehabilitation Project
Various Streets – Denton, Texas
Project No.: 117-20-280
Boring No.: B-1 Depth: 1’ to 2’
Material: Sandy Clay
Percent Lime pH
0 8.28
2 12.28
4 12.44
6 12.46
8 12.48
10 12.50
Boring No.: B-4 Depth: 2½” to 1’
Material: Sandy Clay
Percent Lime pH
0 8.34
2 12.36
4 12.42
6 12.45
8 12.48
10 12.50
CMJ ENGINEERING, INC. PLATE A.59
Boring No.: B-6 Depth: 13” to 2’
Material: Clay / Silty Sandy Clay
Percent Lime pH
0 8.58
2 12.16
4 12.36
6 12.43
8 12.47
10 12.48
Boring No.: B-7 Depth: 1’ to 2’
Material: Sandy Silty Clay
Percent Lime pH
0 8.66
2 12.17
4 12.38
6 12.42
8 12.44
10 12.45
Boring No.: B-9 Depth: 5” to 1’
Material: Sandy Clay
Percent Lime pH
0 8.69
2 12.29
4 12.42
6 12.45
8 12.47
10 12.48
CMJ ENGINEERING, INC. PLATE A.60
Boring No.: B-20 Depth: 1’ to 2’
Material: Clay / Sandy Clay
Percent Lime pH
0 7.79
2 12.21
4 12.38
6 12.43
8 12.44
10 12.45
Boring No.: B-24 Depth: 1’ to 2’
Material: Silty Sandy Clay
Percent Lime pH
0 8.42
2 12.33
4 12.41
6 12.44
8 12.45
10 12.45
Boring No.: B-28 Depth: 1’ to 2’
Material: Clay / Sandy Clay
Percent Lime pH
0 8.24
2 12.23
4 12.31
6 12.39
8 12.42
10 12.44
CMJ ENGINEERING, INC. PLATE A.61
Boring No.: B-29 Depth: 1’ to 2’
Material: Sandy Clay
Percent Lime pH
0 6.61
2 12.22
4 12.39
6 12.41
8 12.46
10 12.47
Boring No.: B-32 Depth: 4” to 1’
Material: Sandy Clay
Percent Lime pH
0 7.18
2 12.11
4 12.31
6 12.46
8 12.49
10 12.50
Boring No.: B-33 Depth: 5” to 1’
Material: Sandy Clay
Percent Lime pH
0 8.34
2 12.36
4 12.45
6 12.49
8 12.50
10 12.51
CMJ ENGINEERING, INC. PLATE A.62
Boring No.: B-35 Depth: 3¾” to 1’
Material: Sandy Clay
Percent Lime pH
0 8.07
2 12.33
4 12.44
6 12.49
8 12.50
10 12.51
Boring No.: B-38 Depth: 3” to 1’
Material: Sandy Clay
Percent Lime pH
0 8.30
2 12.31
4 12.41
6 12.46
8 12.48
10 12.49
Boring No.: B-41 Depth: 3½” to 1’
Material: Sandy Clay
Percent Lime pH
0 8.84
2 12.32
4 12.40
6 12.46
8 12.48
10 12.50
CMJ ENGINEERING, INC. PLATE A.63
Boring No.: B-48 Depth: 1’ to 2’
Material: Clayey Sand / Sandy Clay
Percent Lime pH
0 8.08
2 12.29
4 12.48
6 12.54
8 12.58
10 12.59
Boring No.: B-52 Depth: 5½” to 1’
Material: Silty Sandy Clay
Percent Lime pH
0 8.52
2 12.25
4 12.32
6 12.37
8 12.40
10 12.41
Boring No.: B-54 Depth: 1’ to 2’
Material: Sandy Clay
Percent Lime pH
0 8.58
2 12.25
4 12.35
6 12.42
8 12.44
10 12.45
CMJ ENGINEERING, INC. PLATE A.64
SOLUBLE SULFATE TEST RESULTS Project: Street Rehabilitation Project Various Streets – Denton, Texas
Project No.: 117-20-280
Boring No. Depth (ft.) Material Soluble Sulfates (ppm)
B-1 1-2 Sandy Clay <100
B-2 1-2 Clay / Sandy Silty Clay <100
B-3 1-2 Clay / Silty Clay 1240
B-4 2½”-1 Sandy Clay <100
B-5 1-2 Sandy Clay <100
B-6 13”-2 Clay / Silty Sandy Clay <100
B-7 1-2 Sandy Silty Clay <100
B-8 4”-1 Silty Sandy Clay <100
B-9 5”-1 Sandy Clay <100
B-10 4”-1 Clay / Sandy Clay <100
B-11 1-2 Sandy Clay <100
B-12 1-2 Shaly Clay 1080
B-13 5½”-1 Crushed Stone Base <100
B-14 1-2 Sandy Clay <100
B-15 1-2 Sandy Clay 220
B-16 2-3 Sandy Clay <100
B-17 1-2 Sandy Clay <100
B-18 1-2 Sandy Clay 460
B-19 2-3 Clay / Sandy Clay <100
B-20 1-2 Clay / Sandy Clay <100
B-21 1-2 Clay <100
B-22 16½”-2 Sandy Clay <100
B-23 15½”-2 Clay <100
B-24 1-2 Silty Sandy Clay 600
B-25 1-2 Sandy Clay <100
CMJ ENGINEERING, INC. PLATE A.65
Boring No. Depth (ft.) Material Soluble Sulfates (ppm)
B-26 16”-2 Sandy Silty Clay 920
B-27 16½”-2 Clayey Sand <100
B-28 1-2 Clay / Sandy Clay <100
B-29 1-2 Sandy Clay 200
B-30 1-2 Sandy Clay 240
B-31 3½”-1 Sandy Clay <100
B-32 4”-1 Sandy Clay 720
B-33 5”-1 Sandy Clay 1080
B-34 1-2 Clayey Sand / Sand <100
B-35 3¾”-1 Sandy Clay <100
B-36 2-3 Sandy Clay 540
B-37 2-3 Sandy Clay <100
B-38 3”-1 Sandy Clay <100
B-39 13”-2 Sand <100
B-40 3”-1 Sandy Clay <100
B-41 3½”-1 Sandy Clay <100
B-42 1-2 Sandy Clay <100
B-43 3”-1 Sandy Clay 660
B-44 1-2 Sandy Shaly Clay 1660
B-45 2-3 Sandy Clay <100
B-46 1-2 Sandy Clay 480
B-47 1-2 Sandy Clay <100
B-48 1-2 Clayey Sand / Sandy Clay <100
B-49 1-2 Clayey Sand <100
B-50 2-3 Clay <100
B-51 3½”-1 Clayey Sand <100
B-52 5½”-1 Silty Sandy Clay <100
B-53 2-3 Sandy Shaly Clay 460
B-54 1-2 Sandy Clay 640
Note: Test Method TxDOT Tex 145-E.
CMJ ENGINEERING, INC. PLATE B.1
Pavement Subgrade Preparation Recommendations Summary Project: Street Rehabilitation Project Various Streets – Denton, Texas
Project No.: 117-20-280
Street to Be Reconstructed Classification Associated Borings
Recommended Subgrade Treatment Additive
Additive Application Rate (%)
Archer Trail Residential B-1 and B-2 Lime 7
Angelina Bend Drive Residential B-44 through B-47 Lime 7
Avenue B Residential B-3 and B-4 Lime 6
Avenue D Collector B-5 Lime 7
Avenue H Residential B-6 Lime 8
Brown Drive Residential B-7 Lime 6
Crescent Street Collector B-8 through B-11 Lime 8
Fannin Street Residential B-35 Lime 6
Foxcroft Circle – North of Archer Trail and East of Old North Road
Residential B-12 and B-13 / B-19 and B-20 Lime 8
Foxcroft Circle – From Archer Trail South and East to Old North Road
Residential B-14 through B-18 Lime 7
Fulton Street – North of Grace Temple Ave. to Cordell St.
Secondary
Arterial
B-21 through
B-24 Lime 8
Fulton Street – From Grace Temple Ave. South to West Oak St.
Secondary
Arterial B-25 and B-26 Lime 7
*W. Hickory Street Collector B-27 and B-28 *Lime 8*
Hillcrest Street Residential B-29 and B-30 Lime 7
Locksley Lane Residential B-31 and B-32 Lime 7
CMJ ENGINEERING, INC. PLATE B.2
Pavement Subgrade Preparation Recommendations Summary (Continued)
*Highly variable subgrade soil conditions encountered in the exploration borings; recommend assessment of treatment method on a case by case basis during construction.
Street to Be Reconstructed Classification Associated Borings
Recommended Summary Treatment Additive
Additive Application Rate (%)
McCormick Street Residential B-48 and B-49 Cement 4
Orr Street Residential B-33 Lime 7
Quail Ridge
Drive Residential B-50 through B-
52 Lime 8
Roberts Street Residential B-34 Cement 4
Sandy Creek Drive Residential B-53 and B-54 Lime 6
*W. Sycamore Street Residential B-36 through B-40 *Cement 4*
Wayne Street Residential B-41 and B-42 Lime 6
Woodland Street Residential B-43 Lime 7
CITY OF DENTON Bid No. 7495
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 190057
Revised September 20, 2018
GR-01 60 00 Product Requirements 1
2
3
THIS PAGE INTENTIONALLY BLANK 4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
Project Material Submittal Checklist for WATER
Note: In compliance with the reduction of lead in Drinking Water Act, any product designed for dispensing potable
water shall meet both the NSF 61 and NSF 372 test standards via third-party testing and certification.
Item Acceptable Manufacturers/Product Minimum Specifications for Alternative Manufacturers
PVC Pipe Diamond Plastics/ C900 AWWA C-900, DR-14, DR-18, Sizes 4"-12"
JM Eagle/Blue Brute
Northern Pipe Products/C900
Vinyltech/C900
North American Pipe/C900
Ductile American Cast Iron/Fast-Tite, Flex-Ring Joint AWWA C-151, Class 52, Sizes 16"-24"
Iron Pipe McWane Ductile/ Tyton
US Pipe/Tyton Joint
Griffin Pipe/Tyton Joint
Ductile Iron Tyler Union Compact: AWWA C153 (12" and smaller)
Fittings Star Pipe Products Full: AWWA C110 Flange Joint (16" and larger)
SIP Industries Mechanical: AWWA C110
Mechanical Star Pipe Products/StarGrip 3000,3100 Compact: AWWA C153
Joint Star Pipe/StarGrip 4000,4100 Full: AWWA C115 Flange Joint
Restraints EBAA Iron/Megalug 1100 Mechanical: AWWA C110
EBAA Iron/Megalug 2000PV ASTM A536 Grade 65-45-12 Ductile Iron
Ford Meter Box/Uni-Flange 1400 ASTM F1674 Std. Test Mtd. For Joint Rest. Products (PVC)
Ford Meter Box/Uni-Flange 1500
Mechanical ROMAC Industries Series 600 (4"-12")
Joint Retraints Sigma PV-Lok (4"-12")
within casing
Gate Valve Tyler Union/6850 ASTM A48 Class 30B Minimum
Box Bass & Hays/2436S 3 piece (top, extension, base)
East Jordan Iron Works/8550 screw-type (for adjustment)
Casing Pipe Raci / HDPE Stainless Steel: For bores longer than 150 L.F.
Spacers APS/SS18, SS12 12" wide band, 2" wide runner
CCI Pipeline/CSS8, CSS12 T-304 Tow-Piece Band (14 gauge min. thickness)
PSI/S8, S12 T-304 Riser (10 gauge min. thickness)
PVC Liner
T-304 Fastener Hardware
For bores equal ot less than 150 L.F.: HDPE ISO 9002 Certified
Water Mueller/BR2B Brass, Double Strap with CC Threads
Service Ford Meter Box/202B (Not "compression", "grip joint" or "quick joint" fittings)
Tapping
Saddle
Gate Valves Mueller/A-2360 MJxMJ, MJxFL AWWA C509 Resilient-Seated Gate Valves
2" - 12"US Pipe/A-USPO MJxMJ, MJxFL Non-Rising Stem
M&H Valve/4067 MJxMJ, MJxFL Dual O-Ring Stem Seal
Clow/2639, 2640 MJxMJ, MJxFL Interior/Exterior Poxy Coating comforms to AWWA C550
Operating Nut Opens Left
2" Square Operating Nut
Air and AWWA C512 Air-Release, /Air/Vacuum, & Combination
Vacuum 3" & Smaller: Standard Iron Thread Inlet Connection
Release Valves 4" & Larger: Flanged Inlet Connection, Class 250
Internal Metal Parts: Stainless Steel, Bronze of Brass
316 Stainless Steel Flange Connection Hardware
Pipe PVC Pipe - ASTM F477 Elastomeric Seals
Joints PVC Pipe - ASTM D3139 Joints for Plastic Pressure Pipe
Ductile Iron Pipe - AWWA C111 Rubber Gasketed Joints
Steel ASTM A53 Grade B Carbon Steel
Encasement 16" encasement and larger: 1/2" thickness
Smaller than 16" encasement: 3/8" thickness
Project Material Submittal Checklist for WATER
Note: In compliance with the reduction of lead in Drinking Water Act, any product designed for dispensing potable
water shall meet both the NSF 61 and NSF 372 test standards via third-party testing and certification.
Item Acceptable Manufacturers/Product Minimum Specifications for Alternative Manufacturers
Gate Valves Mueller/A-2361 MJxMJ AWWA C515 Resilient-Seated Gate Valves
14"-24"US Pipe/A-USP1 MJxMJ Non-Rising Stem
M&H Valve/Large RW MJxMJ Dual O-Ring Stem Seal
Clow/2638 MJxMJ Interior/Exterior Poxy Coating comforms to AWWA C550
American Flow Control/2500 MJxMJ Operating Nut Opens Left
2" Square Operating Nut
Stainless Steel Joint Fasteners (Type 304 or 316)
Gear Operator for Gate Valves 20" or larger
Fire Hydrant Mueller/Super Centurion A-423 AWWA C502 Dry-Barrel Fire Hydrants
US Pipe Metropolitan M-94 1 1/4" Operating Nut
US Pipe Sentinel 250 4 1/2" Pumper Nozzle
Two 2 1/2" Hose Nozzles
Breakaway Saftely Flange
5 1/4" Main Valve Opening
Main Valve - Compression Seal
Paint Color: Public - Silver (Blue if off transmissision line)
Private - Red
Corporation Mueller/P15008N, P25008N (for 1" Line)1": Brass, CC Inlet Threads & Pack Joint Filling
Valves Ford Meter Box/F1000NL, FB1000NL(for 1" Line)Key or Ball Type, NSF 372 compliant
Mueller/E25009N (for 2" Line)2": Brass, CC Inlet Threads & Pack Joint Fitting
Ford Meter Box/FBNL1000NL (for 2" Line)Ball type, NSF 372 compliant
(Not "compression", "grip joint" or "quick joint" fittings)
Angle Meter Mueller/P24258N (for 1" Line)Brass, Angle Meter with Pack Jointing & Lock Wing
Valves - 1" & 2"Ford Meter Box/BA43NL (for 1" Line)Ball type, NSF 372 compliant
Service Lines Mueller/P24276N (for 2" Line)(Not "compression", "grip joint" or "quick joint" fittings)
Ford Meter Box/BFA43NL (for 2" Line)
Water Meter 3/4": Bass & Hays/548A
Boxes 1": Bass & Hays/548A
1 1/2" & 2": Bass & Hays/55A
Service Line 1": Type K Copper Tubing, NSF 372 Compliant
Tubing 2": AWWA C901 HDPE Tubing
Exterior Pipe Ductile Iron Pipe: AWWA C105 Polyethylene Encasement
Coating Linear: 8mil; Cross-Linked: 4mil
16" or larger/At Fittings: 8-mil linear
at Fittings (Stipulates virgin PE material for both)
Interior Pipe Ductile Iron Pipe: AWWA C104 Mortar Lining
Lining
16" or larger
Flanged Pipe Ductile Iron Pipe - AWWA C115 Flanged Ductile Iron Pipe
3" or larger Heavy Hex Bolts & Nuts - Zinc, Cadmium or Flouropolymer
Water Meter Coated
or Fire-Rated
Master Meter
Project Material Submittal Checklist for SANITARY SEWER
The following items are acceptable materials to the City for the purpose of public wastewater infrastructure construction.
It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common
manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same
minimum specifications as the items listed below.
Item Acceptable Manufacturers/Product Minimum Specifications
Gravity Pipe Diamond Plastics/SDR-26, SDR-35 PVC ASTM D3034 SDR-35
(4"-15")JM Eagle/Ring-Tite SDR-26, SDR-35 PVC ASTM D3034 SDR-26
Northern Pipe Products/SDR-26, SDR-35
North American Eagle/SDR-26, SDR-35
Gravity Pipe Diamond Plastics/F679 PVC ASTM F679 PS46
(>15")JM Eagle/Ring-Tite F679 PVC ASTM F679 PS115
North American Eagle/F679
PVC Pressure Diamond Plastics/IPS SDR-26 ASTM D2241 or C900
Pipe JM Eagle/IPS Ring-Tite SDR-26
(4"-12")Vinyltech Green Pipe/C900
North American Eagle/IPS SDR-26
PVC Pressure Diamond Plastics/C905 AWWA C905, DR-25
Pipe JM Eagle/Big Blue
(>12")North American Eagle/C905
Ductile Iron American Cast Iron/Fast-Tite AWWA C151
Pipe McWane Ductile/Tyton, Fastite
US Pipe/Tyton Joint
Griffin Pipe/ H2SewerSafe
Ductile Iron Tyler Union/AWWA C153 AWWA C153 Compact Fittings
Fittings Star Pipe Products/AWWA C153 Mechanical Joint
(Compact)SIP Industries/AWWA C153
Ductile Iron Tyler Union/AWWA C110 AWWA C110
Fittings Star Pipe Products/AWWA C110 Mechanical Joint
(Full)SIP Industries/AWWA C110 Flange Joint Fittings
PVC Fittings Plastic Trends/SDR-35, SDR-26 ASTM D3034 (4"-15")
(Gravity)Multi Fittings/SDR-35, SDR-26
GPK/SDR-35, SDR-26 ASTM F679 (>15")
Pressure Pipe PVC Pipe: ASTM F477 Elastomeric Seals
Joints PVC Pipe: ASTM D3139 Joints for Plastic Pressure Pipe
Ductile Iron Pipe: AWWA C111 Rubber-Gasketed Joints
Gravity Pipe Plastic Trends/SDR-35, SDR-26 PVC: ASTM F477 Elastomeric Seals
Joints Multi Fittings/SDR-35, SDR-26 PVC: ASTM D3212 Joints for Plastic Sewer Pipe
GPK/SDR-35, SDR-26
Casing Pipe RACI/HDPE
Spacers APS/Stainless Steel, SSI18, SSI12
CCI Pipeline/Stainelss Steel, CSS8, CSS12
PSI/Stainless Steel, S8, S12
Manhole Frame East Jordan Iron Works/V1420, 1480A Pick Slots, outside floodplain, 30" clear opening
& Cover East Jordan Iron Works/V1420, 1480 Lid 2 Pick Slots, inside floodplain, 30" clear opening
(The 1480 Lid 2 manhole cover is the only one
allowed for watertight conditions)
Cast Iron Cover ASTM A48 Class 35B minimum
360 lb minimum weight requirement - cover & frame
30" nominal cover diameter
Cover marked "Sanitary Sewer"
Pick Slots (not holes)
Project Material Submittal Checklist for SANITARY SEWER
The following items are acceptable materials to the City for the purpose of public wastewater infrastructure construction.
It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common
manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same
minimum specifications as the items listed below.
Item Acceptable Manufacturers/Product Minimum Specifications
Flexible Pipe Fernco/ASTM C1173 ASTM C1173 Flexible Transition Couplings
Adaptor (pipe Mission/ASTM C1173 ASTM D5926 PVC Gaskets for Sanitary Sewer Systems
to pipe) Indiana Seal Shear Guard/ASTM C1173 Coupling Support
Assemblies
Manhole 4,000 PSI @ 28 days
Concrete Mix 25% maximum fly ash in lieu of cement allowed
Design ASTM C94
Flexible Tap Fernco/TSW-4, TSW-6 PVC
Saddles NDS/ 4Y/C, 6Y/C Series 300 stainless steel clamps
Exterior Pipe Ductile Iron Pipe: AWWA C105 Polyethylene
& Fitting Encasement
Coating
Interior Pipe Protecto 401 Ceramic Epoxy Ductile Iron Pipe: Protecto 401 Cermic Epoxy
& Fitting or approved equivalent
Lining
Resilient ASTM C923
Connectors
(manhole to pipe)
Mainline Bass & Hays/BH339 Cast Iron ASTM A48Class 35B minimum
Cleanout
Castings
Air & Vacuum AWWA C512 Air Release, Air/Vacuum, and Combination
Release Valves Air Valves
(force mains)3" & Smaller: Standard Iron Thread Inlet Connection
4" & Larger: Flanged Inlet Connection, Class 250
Internal Metal Parts-Stainless Steel, Bronze or Brass
316 Stainless Steel Flange Connection Hardware
Designed for Sewer Application
Backwash Assembly
Steel
Encasement
Prefab DFW Infrastructure, Inc.
Sewer Manholes Warren Environmental, Inc. S-301 Epoxy Spray System
Lining Fuquay, Inc.
SpectraShield Liner Systems
Project Material Submittal Checklist for PAVING
The following items are acceptable materials to the City for the purpose of public paving infrastructure construction.
It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common
manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same
minimum specifications as the items listed below.
Item Acceptable Manufacturers/Product Minimum Specifications
Paving Concrete Mix 3,500 p.s.i. machine poured @ 28 days
Design 4,500 p.s.i. hand poured @ 28 days
25% maximum fly ash in lieu of cement allowed
ACI-318, ACI-301, ASTM C94
Sidewalk Concrete: 3,000 p.s.i @ 28 days
Sidewalk Reinforcement Fibermesh 150 1.5" lengths
PSI Fiberstrand F 1.5 lb/CY application rate
ASTM C1116/C1116M
Water Reducing Admixture ASTM C 494C C494M
Air Entraining Admixture ASTM C260, AASHTO M154, CRD-C 13
Aggregate Analysis ASTM #467 ASTM #57 TXDot 2
ASTM C-33- TXDOT 421
ASTM C-94 & ACI 211
Curing Compound ASTM C309
white pigmented curing compound
Barrier Free Ramp Pavers Pavestone Truncated dome
terra cotta color
ASTM C936, C-33
Project Material Submittal Checklist for DRAINAGE
The following items are acceptable materials to the City for the purpose of public drainage infrastructure construction.
It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common
manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same
minimum specifications as the items listed below.
Item Acceptable Manufacturers/Product Minimum Specifications
Reinforced Johnson Pipe Reinforced Concrete ASTM C76
Concrete Pipe Class III if at least 2 ft cover
Class IV if less than 2 ft cover
Aluminized Steel Contech Aluminized Steel Type II Sprial Rib, Corrugated Metal
Pipe ASTM A760 AASHTO M36.
(18" - 48")Embedment shall include crushed stone at least 12"
above crown
Couplings Aluminized Steel: Aluminized Steel Locking Coupling Bands
Pipe Joints RCP: ASTM C443 Rubber Gasketed Joints or ASTM C990
Preformed Flexible Joint Sealants
Aluminized Steel: Rubber Gasketed Bell & Spigot
Cast in Place 3,000 psi
Concrete Manholes Class A Concrete - NCTCOG Item 702.2.4.2
Junction Boxes, & Inlets Reinforcing Steel - Refer to City of Denton Details
Manhole/Junction Box Cast Iron Cover ASTM A48 Class 30 B minimum
Frame & Cover 400 lb weight requirement - cover & frame
24" nominal cover diameter
Cover marked "Storm Sewer"
Pick Slots (not holes)
Inlet Frame & Cover Bass & Hays/ #226L Cast Iron Cover ASTM A48 Class 30 B minimum
Cover Marked "Storm Sewer"
Lockable