HomeMy WebLinkAboutContract 43105CITY SECRETARY'
D.O.E. FILE
FORT WORTH
CITY SECRETARY/
CONTRACT NO. j.1-')`0�
CONTRAICTOWS NC-
CONSTRUCSPECIFICATIONS AND CONTRACT DOCUMENTS
CLIENT DEPARTMENT FOR
2008 CIP, COUNCIL DISTRICT 7, CONTRACT 7A, CITY PROJECT NO. 01270,
DOE NO. 6178
TPW NO. C204-541200-207400127083
WATER PROJECT NO. P253-541200-607170127083
SEWER PROJECT NO. P258-541200-707170127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Ave. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
Harley Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
December 2011
Betsy Price T.M. Higgins
Mayor City Manager
Douglas W. Wiersig, P.E.
Director, Transportation and Public Works Department
S. Frank Crumb, P.E.
Director, Water Department
PREPARED FOR:
The City of Fort Worth
AHS
Engineers, Inc.
TBPE- Reg No. F-819
"N\\\N
-.'"',.....: •,.-r.1 It
RAM C. GOPAL f
i•
,a'•. 83348 . ct.,°°
4;°(4SSiD•iIA. II'- -
i _ 22- 201 i
M&C: Review
Page 1 of 3
ITYIL
DATE: 3/27/2012 REFERENCE NO.: C-25532
Official site of the City of Fort Worth, Texas
FORT WORTH
LOG NAME: 202008 CD 7A
CONATSER
CODE: C TYPE: NON- PUBLIC NO
CONSENT HEARING:
SUBJECT: Authorize Execution of a Contract in the Amount of $1,079,601.00 with Conatser
Construction TX, LP, for Pavement Reconstruction and Water and Sanitary Sewer Main
Replacement on Portions of Belle Place, Dorothy Lane, Sutter Street, Washburn Avenue
and Harley Avenue, Utilizing $788,875.00 from the 2008 Capital Improvement Program
Projects Fund and $496,980.00 from the Water and Sewer Capital Projects Funds to
Provide for Construction Contract Costs, Contingencies and Construction Services for a
Project Total in the Amount of $1,285,855.00 and Adopt Appropriation Ordinances
(COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $496,980.00 from the Water and Sewer Fund in the amounts of
$315,230.00 to the Water Capital Projects Fund and $181,750.00 to the Sewer Capital Projects Fund;
2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in
the Water Capital Projects Fund by the amount of $315,230.00 and the Sewer Capital Projects Fund
by the amount of $181,750.00, from available funds; and
3. Authorize the City Manager to execute a contract with Conatser Construction TX, LP, in the
amount of $1,079,601.00 for pavement reconstruction, water and sanitary sewer main replacement
for the streets listed below.
DISCUSSION:
As a part of the 2008 Capital Improvement Program, the following neighborhood streets will be
completely reconstructed:
Contract 7A-Council District 7:
Belle Place
Collingwood Avenue to Calmont Avenue
Dorothy Lane
Lafayette Avenue to Byers Avenue
Sutter Street
Crestline Road to Lafayette Avenue
Washburn Avenue
Sutter Street to West Dead End
Harley Avenue
Sutter Street to West Dead End
The contract was advertised for bid on December 1, 2011 and December 8, 2011, in the Fort Worth
Star -Telegram. On January 5, 2011, the following bids were received:
Bidders
Bid Amount
Conatser Construction TX, LP
$1,079,601.00
JLB Contracting, LP
$1,135,049.93
Stabile & Winn, Inc
$1,138,488.20
Jet Underground Utilities
$1,139,148.15
McClendon Construction Company, Inc.
$1,187,959.95
http://apps.cfwnet.org/council packet/mc review.asp?ID=16429&councildate=3/27/2012 3/26/2012
. M&C Review
Page 2 of 3
Ed A Wilson, Inc.
The Fain Group, Inc.
Bradley Douglas Construction Services
Staff recommends that the low bid in the amount of $1,079,601.00 submitted by Conatser Construction
TX, LP, be selected and a contract awarded. In addition, $206,254.00 will be utilized for contingencies
and construction services including surveying, material testing and construction inspection.
Conatser Construction TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 24
percent M/WBE participation. The City's M/WBE goal on this project is 24 percent.
In addition to pavement reconstruction, deteriorated water and sewer lines are to be replaced as
specified by the Water Department. The new pavement section will consist of seven and a half inch
reinforced concrete over six inch lime or cement stabilized sub -grade with seven inch integral
concrete curb. Concrete sidewalks ADA ramps and driveways are included with the pavement
construction as shown in the plans.
This project is located in COUNCIL DISTRICT 7, Mapsco 75H
l$1,375,491.34
$1,380,409.50
$1,464,275.00
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Street Improvements 2008 Fund and upon approval of the above
recommendations and adoption of the attached appropriation ordinance, funds will be available in the
current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital
Projects Fund.
TO Fund/Account/Centers
1 &2)
P253 476045 6071701270ZZ
1&2) $181,750.00
P258 476045 7071701270ZZ
2) P253 531350 607170127052 $6,000.00
2)P253 531350 607170127080 $6,000.00
2)P253 541200 607170127083 $278,830.00
2)P253 531200 607170127084 $4,000.00
2)P253 531350 607170127084 $2,000.00
2) P253 531350 607170127085 $18,000.00
2)P253 531350 607170127091 $400.00
2) P258 531350 707170127052 $4,000.00
2)P258 531350 707170127080 $4,000.00
2) P258 541200 707170127083 $158,800.00
2)P258 531200 707170127084 $2,000.00
2)P258 531350 707170127084 $750.00
2)P258 531350 707170127085 $12,000.00
2)P258 531350 707170127091 $200.00
8315,230.00
Submitted for City Manager's Office by:
Originating Department Head:
FROM Fund/Account/Centers
3)P253 541200 607170127083
3)P258 541200 707170127083
3)C204 541200 207400127083
1)PE45 538040 0609020
1)PE45 538040 0709020
Fernando Costa (6122)
Douglas W. Wiersig (7801)
$265,553.00
$151,239.00
$662,809.00
$315,230.00
$181,750.00
http://apps.cfwnet.org/council_packet/mc review.asp?ID=16429&councildate=3/27/2012 3/26/2012
kl&C Review Page 3 of 3
Additional Information Contact:
ATTACHMENTS
202008 CD 7A CONATSER _6178 MAP.pdf
202008 CD 7A CONATSER P253 AO12.doc
202008 CD 7A CONATSER P258 AO12.doc
Gopai Sahu (7949)
http://apps.cfwnet.org/councilpacket/mc review.asp?ID=16429&councildate=3/27/2012 3/26/2012
FORT WORTH
CITY OF FORT WORTH, TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO.1
to the
Plans,Specifications & Contract
Documents for
2008 CIP, COUNCIL DISTRICT 7, CONTRACT 7A, CITY PROJECT NO. 01270,
DOE NO. 6178
UNIT 1- WATER PROJECT NO. P253-541200-607170127083
UNIT 2- SEWER PROJECT NO. P258-541200-707170127083
UNIT 3- TPW NO. C204-541200-207400127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Street. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Street. to West Dead End)
Harley Ave. (Sutter Street. to West Dead End)
Bid Date:1:30 pm, January 05, 2012
Addendum No.1 : Issued December 16, 2011
This Addendum forms part of the Specifications & Contract Documents for the above referenced project
and modifies theoriginaiSpecifications & Contract Documents. Bidder shall acknowledge receipt of
this addendum in the space provided below, in the proposal (Proposal Signature Page) and
acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this
addendum could subject the bidder to disqualification. The Plans, Specifications and
Contract Documents are hereby revised by Addendum No. 1 as follows:
1of5
04-10-12 A11:42 IN
ADDENDUM NO.1
DRAWINGS
1. Cover Sheets- The sheet index has been revised to show the new title for sheet 30. The project
description on the top is revised. City Manager's title and name is also revised.
2. Sheet 15 - Pavement Layout - This sheet has been revised to show the layout of the proposed
Harley Avenue improvements.
3. Sheet 27 - Paving Plan and Profile- Sutter Street, Sta 1+00 to Sta. 4+50 -This sheet has been
revised to remove the Asphalt transition on the West side of Harley & Sutter.
4. Sheet 30 - Paving Plan and Profile- Sutter Street, Sta. 0+70.48 to End, Harley Ave. Dead -End to
Sutter -The Harley Avenue paving plan has been added to this sheet.
5. Sheet 31 -.Typical Pavement Sections- The Harley Avenue Typical Section has been added.
SPECIFICATIONS AND CONTRACT DOCUMENTS:
SECTION 2-Front End Documents
1. Notice to Bidders is revised by revising the title and approximate quantities for Unit
1 and Unit 3
Changes to Unit 1, Waterline Replacements
Add Bid Quantity, 1,142 SY 7.5" Reinforced Concrete Pavement
Changes to Unit 3, Paving and Drainage Replacements
Revise Bid Quantity 10,862 SY 7.5" Reinforced Concrete Pavement To 10,243 SY.
Revise Bid Quantity 7,289 SY 6" Lime Stabilized Sub -grade To 6,531 SY.
Revise Bid Quantity 6,281 LF 6" Curb 7-inch To 5,921 LF
Revise Bid Quantity 6,447 SF 6" Reinforced Concrete Driveway To 5,891 LF
Revise Bid Quantity 4,380 SF 4" Wide Reinforced Concrete Sidewalk To 4,096 SF
2. Comprehensive Notice to Bidders is revised by revising the title, quantities for Unit
1 and Unit 3.
T.M. Higgins's name changed as Tom Higgins with his title changed from acting
City Manager to City Manager.
The City Secretary's name is changed from Marty Hendrix to Ron Gonzales with
his title as Asst. City Secretary.
Changes to Unit 1, Waterline Replacements
Add Bid Quantity, 1,142 SY 7.5" Reinforced Concrete Pavement
2 of 5
ADDENDUM NO.1
Changes to Unit 3, Paving and Drainage Replacements
Revise Bid Quantity 10,862 SY 7.5" Reinforced Concrete Pavement To 10,243 SY.
Revise Bid Quantity 7,289 SY 6" Lime Stabilized Sub -grade To 6,531 SY.
Revise Bid Quantity 6,281 LF 6" Curb 7-inch To 5,921 LF
Revise Bid Quantity 6,447 SF 6" Reinforced Concrete Driveway To 5,891 LF
Revise Bid Quantity 4,380 SF 4" Wide Reinforced Concrete Sidewalk To 4,096 SF
SECTION 4-Bid Package
PROPOSAL
1. UNIT 1-WATER LINE REPLACEMENTS: This section has been revised by including additional bid
items and revising some bid item quantities as follows.
Changes to Unit 1, Waterline Replacements
Add Bid Item 00147 Top Soil 6 inch -Install with quantity of 78 CY
Add Bid Item 00402 Driveway -Remove with quantity of 422 SF
Add Bid Item 00424 Curb and Gutter -Remove with quantity of 685 LF
Add Bid Item 00450 Pavement 7.5 inch Reinforced Concrete -Install with quantity of
1142 SY
Add Bid Item 00462 Pavement Header -Install with quantity of 60 LF
Add Bid Item 00469 Pavement Silicon Joint -Install with quantity of 1116 LF
Add Bid Item 00472 Pavement Unclassified Street Excavation -Remove with quantity
of 197 CY
Revise Bid Item 00843 Curb 7-inch -Install with quantity from 30 LF to 685 LF
Add Bid Item 00486 Subgrade-6 inch Lime Stabilized - Install with quantity of
1315 SY
Add Bid Item 00529 Walk -Remove with quantity of 284 SF
Revise Bid Item 00530 Walk-4 ft -Install with quantity from 125 SF to 284 LF
Add Bid Item 00543 Fill Material -Borrow -Install with quantity of 24 CY
Add Bid Item 00844 Curb -Curb and Gutter as directed by inspector -replace with
quantity of 40 LF
Add Bid Item 00848 Meter Box -Adjustment -Services with quantity of 8 EA
30f5
ADDENDUM NO.1
Add Bid Item 00101 Storm Water Pollution Prevention Plan -Less than 1 Ac-
Install with quantity of Lump sum
2. UNIT 3-PAVING AND DRAINAGE REPLACEMENTS: This section has been revised by modifying
bid item quantities as follows.
Changes to Unit 3, Paving and Drainage Replacements
Revise Bid Item 00450 Pavement 7.5 inch Reinforced Concrete -Install with quantity from
10,862 SY to 10,243 SY
Revise Bid Item 00472 Pavement Unclassified Street Excavation -Remove with quantity
from 1,812 CY to 1,709 CY
Revise Bid Item 00486 Subgrade-6 inch Lime Stabilized - Install with quantity from
7,289 SY to 6,531 SY
Revise Bid Item 00843 Curb 7-inch-►nstall with quantity from 6,281 LF to 5,921 LF
Revise Bid Item 00404 Driveway 6 inch Concrete -Install with quantity from 6,447 SF to
5,891 LF
Revise Bid Item 00530 Walk-4 Ft -Install with quantity from 4,380 SF to 4,096 SF
Revise Bid Item 00462 Pavement Header -Install with quantity from 736 LF to 706 LF
Revise Bid Item 00469 Pavement Silicon Joint -Install with quantity from 7,337 LF to
6,689 LF
Revise Bid Item 00147 Top Soil 6 inch -Install with quantity from 931 CY to 878 CY
Revise Bid Item 00402 Driveway -Remove with quantity from 6,027 SF to 5,667 SF
Revise Bid Item 00424 Curb and Gutter -Remove with quantity from 6,281 LF to 5,921 LF
Revise Bid Item 00529 Walk -Remove with quantity from 2,184 SF to 1900 SF
Revise Bid Item 00543 Fill Material -Borrow -Install with quantity from 129 CY to 114 CY
Revise Bid Item 00848 Mater Box -Adjustment Services with quantity from 10 EA to 4 EA
4of5
(fel } y?
1'4t lry Ave
c,
cc,
+Vc'
t,)
L
next. Ave:
fe: yc.; „ve .. .
Ga��tbc• -•
• iNrlgh' •
sett:ci Pall, c"
op
a c cl 'tempo I.vo
r
•
0
�cnc A:e
we;' A;e.
.ur.zon AVE
n
i,
I0 •
yr.
Ob9 Goo' Ie
cc
rest
t'6ods,
0
.1-1
Gro tlne Rd
m
Latayette Ave
Place Fedi
Ery'ce Ave I Y
3.
CAI'..
Qi
I arantre. Ave -
�. 01 Paroling Ave
y • t0mBn Ave.
Cpin-ont.Ave r., �almont Ave
J
(r)
Darnell? AYE
C- e Jd 5 .Ave
6
Donnelly Ave
r Gdaa St
—t:
•
j2 •
r
tririditn .Avp
flA.311,0n Ave
urhng Ave
Curie? Ave
J'.
0
.R,
S
obi �
4;
R v ,
J
•U rir�a,stlrre Re ;n.
to• wdaooLrn Ave.
,ra ii > F )
-o x t{ �.. Kerley Ave
tsAr LCY SAS 7-IL
Lafayette ,t,ad Lafavette nvc
t'lext•_-r Ave
Eye_a Rut
i,rden Ave
Coil,nxoe'9 Ave Gutlinwcoo Ave
:npo Ave
'.) Pers;',pg Ave
fr
Bir r ,. an Ave m
C. BI!nr nt Awe
<
rt I.cvx7 Aye
cY �
L. 0"
¢ �d
„e
cS)
e.
0
0
0
�'
Gam
18 tiawo5 ucN1
wr 0'
NI 2..
oo PersCimgAve
-If,<.• 1L of^
B,rhmanAve �I
C eIrdonl .Ave
P O.JE,CT '- LOCATION MAP
,E)U8 CJP CONTRACT 7A
ARS
Engine
0
10/ SumrmIt Ave. Su)te 510
Fort Worth.Texos 76102
i 8171.532.7640 Fox 1817) .332-7686
REGISTRATION F-819
G
ostIN
VV Lencastet McPc
1 .;arrpy A ,e
A••r.
W Rosecia►e St
L oc t r true .(
r
O
tt
c
ro �,pvcN AVa
N1.
r to W Vwtcery Btrd
Rutieiae St
Gar
Ma data 020O9 Tele Atlas
,A1AF'SCO 75 G, H & M
CITY PROD. NO.01270
nOE NO.6178
N
N T S
NOTICE TO BIDDERS
Sealed proposals for the following:
Addendum No. 1 (Dec. 16, 2011)
2008 CIP, Council District 7, Contract 7A, City Project No. 01270, DOE No. 6178
UNIT 1-Water Project No. P253-541200-607170127083
UNIT 2-Sewer Project No. P258-541200-707170127083
UNIT 3-TPW No. C204-541200-207400127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Cofinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Street. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Street. to West Dead End.)
Harley Ave. (Sutter Street. to West Dead End)
Addressed to the
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON STREET
FORT WORTH, TEXAS 76102
will be received at the Purchasing Office until 1:30 PM, Thursday, Jan. 05, 2012 and then publicly
opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans
and specifications for this project may be obtained on-line by visiting the City of Fort Worth's
Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project
link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the
plans and contract documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
Hard copies of plans and contract documents are available at the office of design engineer, ARS
Engineers, Inc. 12801 N. Central Expy., Suite 1250, Dallas, Texas 75243 (Tel. 214-739-3152) at a
cost of $125 per set (non-refundable). The documents are located at the Transportation and Public
Works Department, 1000 Throckmorton Street, Fort Worth, Texas 76102.
The major work will consist of the (approximate) following:
UNIT 1 — WATERLINE REPLACEMENTS
1142 SY 7.5" Reinforced Concrete pavement
F2446 LF 8" PVC Water Line
306 LF 6" PVC Water Line
15 EA 8" Gate Valve and Box
4 EA Fire Hydrants
UNIT 2 — SANITARY SEWER LINE REPLACEMENTS
67 LF 12" PVC, SDR 35 Sanitary Sewer Pipe
823 LF 8" PVC, SDR 35 Sanitary Sewer Pipe
25 LF 6" PVC, SDR 35 Sanitary Sewer Pipe
300 LF 8" DIP w/Protecto 401 Lining, Sanitary Sewer Pipe
7 EA 4' Diameter Sanitary Sewer Manhole
Rev 2-2-10 7PW 1
NOTICE TO BIDDERS
Addendum No. 1 (Dec. 16, 2011)
UNIT 3— PAVING AND DRAINAGE REPLACEMENTS
10243 SY 7.5" Reinforced Concrete pavement
6531 SY 6" Lime Stabilized Sub -grade
5921 LF Curb 7- inch
5891 SF 6" Reinforced Concrete Driveway
4096 SF 4' Wide Reinforced Concrete Sidewalk
7 EA 5-feet Inlet
3 EA 10-feet Inlet
212 LF 21-inch CLIII RCP
30 LF 24-inch CLIII RCP
91 LF Concrete Block Retaining Wall
Included in the above will be all other miscellaneous items of construction as outlined in the
Plans, General Contract Documents and Specifications.
Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible
for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by
initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non -responsive. All addenda will be made available on-line with
the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line
(on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the
bidding contractor's sole responsibility to verify they have received and considered all
addenda, prior to submitting a bid.
The water and sanitary sewer work must be performed by a contractor that is pre -qualified by
the Water Department at the time of the bid opening. A general contractor, who is not pre -
qualified by the Water Department, must employ the services of a subcontractor who is pre -
qualified. The procedure for pre -qualification is outlined in the "Special Instructions to Bidders
(Water -Sewer)".
For additional information, please contact Ram Gopal, P.E. with ARS Engineers, Inc. at
Telephone Number: (214) 739-3152 or by email: rgopal(a�arsengineers.com and/or Gopal Sahu,
P.E., Project Manager, TPW Department at (817)393-7949 or by email:
Gopal.Sahufortworthqov.org.
A pre -bid conference will be held on December 20, 2011 at 10:00 a.m., in the Transportation
and Public Works Conference Room # 270. Bidders are encouraged to review the plans and
specifications prior to the pre -bid conference.
Advertising Dates:
December 01, 2011
December 08, 2011
Rev 2-2-10 TPW
2
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
Addendum No. 1 (Dec. 16, 2011)
2008 CIP, Council District 7, Contract 7A, City Project No. 01270, DOE No. 6178
UNIT 1-Water Project No. P253-541200-607170127083
UNIT 2-Sewer Project No. P258-541200-707170127083
UNIT 3-TPW No. C204-541200-207400127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Street. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Street. to West Dead End.)
Harley Ave. (Sutter Street. to West Dead End)
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1:30 PM, Thursday, Jan. 05, 2012 and then publicly opened and
read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this
project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at
http://www.fortworthgov.orq/purchasing/ and clicking on the project link. This link will take you to the advertised
project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed,
and printed by interested contractors and/or suppliers.
Hard copies of plans and contract documents are available at the office of design engineer, ARS Engineers, Inc.
12801 N. Central Expy., Suite 1250, Dallas, Texas 75243 (Tel. 214-739-3152) at a cost of $125 per set (non-
refundable). The documents are located at the Transportation and Public Works Department, 1000 Throckmorton
Street, Fort Worth, Texas 76102.
The major work will consist of the (approximate) following:
UNIT 1 — WATERLINE REPLACEMENTS
1142 SY 7.5" Reinforced Concrete pavement
F2446 LF 8" PVC Water Line
306 LF 6" PVC Water Line
15 EA 8" Gate Valve and Box
4 EA Fire Hydrants
UNIT 2 — SANITARY SEWER LINE REPLACEMENTS
67 LF 12" PVC, SDR 35 Sanitary Sewer Pipe
823 LF 8" PVC, SDR 35 Sanitary Sewer Pipe
25 LF 6" PVC, SDR 35 Sanitary Sewer Pipe
300 LF 8" DIP w/Protecto 401 Lining, Sanitary Sewer Pipe
7 EA 4' Diameter Sanitary Sewer Manhole
Rev 2/2/10 TPW
CNB - 1
COMPREHENSIVE NOTICE TO BIDDERS
Addendum No. 1 (Dec. 16, 2011)
UNIT 3— PAVING AND DRAINAGE REPLACEMENTS
10243 SY 7.5" Reinforced Concrete pavement
6531 SY 6" Lime Stabilized Sub -grade
5921 LF Curb 7- inch
5891 SF 6" Reinforced Concrete Driveway
4096 SF 4' Wide Reinforced Concrete Sidewalk
7 EA 5-feet Inlet
3 EA 10-feet Inlet
212 LF 21-inch CLIII RCP
30 LF 24-inch CLIII RCP
91 LF Concrete Block Retaining Wall
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General
Contract Documents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State
of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment
practices.
Bid security is required in accordance with the Special Instruction to Bidders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of
contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non -responsive. All addenda will be made available on-line with the contract
documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsawsite) in order
to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole
responsibility to verify they have received and considered all addenda, prior to submitting a bid.
Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit
these executed documents or face rejection of the bid as non -responsive.
In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts.
A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City
of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation. Failure to comply shall render the bid non -responsive.
The water and sanitary sewer work must be performed by a contractor that is pre -qualified by the Water
Department at the time of the bid opening. A general contractor, who is not pre -qualified by the Water
Rev 2/2/10 TPW
CNB - 2
COMPREHENSIVE NOTICE TO BIDDERS
Addendum No. 1 (Dec. 16, 2011)
Department, must employ the services of a subcontractor who is pre -qualified. The procedure for pre -
qualification is outlined in the "Special Instructions to Bidders (Water -Sewer)".
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal (Unit I, II, and III) within this document is designed as a package. In order to be considered an
acceptable bid, the Contractor is required to submit a bid for Unit I, II and III. A bid proposal submittal for a
multi -unit project with only a single proposal unit complete will be rejected as being non -responsive. The
Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project.
Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves
the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in
the best interest of the City of Fort Worth.
For additional information, please contact Ram Gopal, P.E. with ARS Engineers, Inc. at Telephone Number:
(214) 739-3152 or by email: rgopal(a,arsengineers.com and/or Gopal Sahu, P.E., Project Manager, TPW
Department at (817)393-7949 or by email: Gopal.Sahu(cr�fortworthgov.orq.
A pre -bid conference will be held on. December 20, 2011 at 10:00 a.m, in the Transportation and Public
Works Conference Room # 270. Bidders are encouraged to review the plans and specifications prior to the
pre -bid conference.
TOM HIGGINS RON GONZALES
CITY MANAGER ASST. CITY SECRETARY
Advertising Dates:
December 01, 2011
December 08, 2011
Rev 2/2/10 TPW
By:
12-16-2n11
F Gopal Sahu, P.E
Transportation & Public Works Department
CNB - 3
ADDENDUM NO.1
Revise Bid Item 00844 Curb -Curb and Gutter as directed by inspector -Replace with
quantity from 265 LF to 235 LF
SECTION 7-Contracts, Bonds, and Insurance
City of Fort Worth Contract Item 1. - The project title is revised.
The complete revised bid documents have been added to the Addendum No. 1 folder for this project in
Buzzsaw.
A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal.
Failure to acknowledge receipt of this Addendum could cause the subject bidder to be considered
"NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED
//JJ
((�� cri-SQr ���rPSicalcvii—
Cornpany:l.bi'1Ct-�42�(' l.,(i'1 \ YtA.f+t 7 l Xt Lw
Douglas W. Wiersig, P.E.
DIRECTOR
TRANSPORTATION & PUBLIC WORKS DEPT.
12-16.7011
Gopal Sahu, P.E.
Project Manager
5 of 5
CITY OF FORT WORTH,
TEXAS
TRANSPORTATION & PUBLIC WORKS
DEPARTMENT ADDENDUM NO.2
To
The Plans, Specifications &
Contract Documents for
2008 CIP, COUNCIL DISTRICT 7, CONTRACT 7A, CITY PROJECT NO. 01270,
DOE NO, 6178
UNIT 1- WATER PROJECT NO. P253-541200-607170127083
UNIT 2- SEWER PROJECT NO. P258-541200-707170127083
UNIT 3- TPW NO. C204-541200-207400127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Street. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Street. to West Dead End)
Harley Ave. (Sutter Street. to West Dead End)
Bid Date:1:30 pm, January 05, 2012
Addendum No.2: Issued December 23, 2011
This Addendum forms part of the Specifications & Contract Documents for the above referenced project
and modifies theoriginalSpecifications & Contract Documents. Bidder shall acknowledge receipt
of this addendum in the space provided below, in the proposal (Proposal Signature Page)
and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt
of this addendum could subject the bidder to disqualification. The Plans, Specifications
and Contract Documents are hereby revised by Addendum No. 2 as follows:
1 of 4
ADDENDUM NO.2
DRAWINGS
1. Sheet 11 — Sanitary Sewer Plan & Profile Line L-2262 Belle Place — This sheet has been revised
to show the correct reference sheet no. 14 to14A for storm drain manhole details.
2. Sheet 30 - Paving Plan and Profile- Washburn Ave Sta. 0+70.48 to End, Harley Ave. Dead -End
to Sutter- Additional details added to Harley Ave Plan.
3. Sheet 31 —Typical Pavement Sections -Lime added to Belle Place, Washburn Ave. and Harley
Ave. Pavement Sections.
4. Sheet 32- Paving Details -Bar number, Spacing, and Table 3 added.
5. Sheet 33- Paving Details -Bar number, Spacing added.
SPECIFICATIONS AND CONTRACT DOCUMENTS:
Corrections to Addendum No. 1 Cover Letter issued on Dec. 16, 2011:
Notice to Bidders:
On Page 2 of 5 cover letter under Changes to Unit 3, Paving and Drainage Replacements,
Revised Bid Quantity 6,447 SF 6" Reinforced Concrete Driveway To 5,891 SF
Comprehensive Notice to Bidders:
On Page 3 of 5 cover letter under Changes to Unit 3, Paving and Drainage Replacements,
Revised Bid Quantity 6,447 SF 6" Reinforced Concrete Driveway To 5,891 SF
SECTION 4-Bid Package
BID PROPOSAL
Bid Item Proposal Sheets are replaced with excel spreadsheet is provided on the City's website,
Buzzsaw, Section 10-Addenda. The Excel spreadsheet form of the Bid Proposal will be accepted
as an official bid.
1. UNIT 1-WATER LINE REPLACEMENTS: This section has been revised by deleting and including
additional bid items and revising some bid item quantities as follows.
Changes to Unit 1, Waterline Replacements
Delete Bid Item 00147 Top Soil 6 inch -Install 78 CY
Add Bid Item 00402 Driveway Remove 479 SF
Revise Bid Item 00404 Driveway 6 inch Concrete -Install with quantity from 50 SF to 479 SF
Revise Bid Item 00424 Curb and Gutter -Remove with quantity from 685 LF to 485 LF
Revise Bid Item 00443 Description to 'Pavement -Concrete on 2/27 Concrete Base —
(STR- 031)- Install
2 of 4
ADDENDUM NO.2
Revise Bid Item 00444 Description to 'Pavement-2 Inch HMAC on 2/27 Concrete
Base (STR-028) Install
Add Bid Item 00496 Subgrade-Lime for stabilization -Install 23 T
Delete Bid Item 00459
Revise Bid Item 00101 Description to 'Storm Water Pollution Prevention Plan —Install
2. UNIT 2-SANITARY SEWER LINE REPLACEMENTS: This section has been revised by including
additional bid items and revising some bid item quantities as follows.
Pre -Bid Price Added to Revise Bid Item 00196 Collar -Manhole -Install
Revise Bid Item 00443 Description and quantity to 'Pavement -Concrete on 2/27 Concrete
Base - (STR- 031) — Install '
Delete Bid Item 00459
Add Bid Item 00101 Storm Water Pollution Prevention Plan — Install-LS
3. UNIT 3-PAVING AND DRAINAGE REPLACEMENTS: This section has been revised by modifying
bid item quantities as follows.
Revise Bid Item 00147 Top Soil 6 inch -Install with quantity from 878 CY to 956 CY
Revise Bid Item 00496 Subgrade-Lime for Stabilization -Install with quantity from 124 Ton to
211 Ton. Revise description to 'Lime For Stabilization -Install.'
Revise Bid Item 00424 Curb and Gutter -Remove with quantity from 5921 LF to 4995 LF.
Revise Bid Item 00412 Revise Description to 'Remove and Reconstruct Retaining Wall per
Plan Details'
Add Bid Item 00848
Pre -Bid Price Added to Revise Bid Item 00543, Bid Item 00848, and Bid Item 00414
Add Bid Item 00847 Water Valve Box -Adjustment with pre -bid price.
Revise Bid Item 00101 Description to 'Storm Water Pollution Prevention Plan —Install
3of4
ADDENDUM NO.2
The complete revised bid documents have been added to the Addendum No.2 folder for this project in
Buzzsaw_
A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal.
Failure to acknowledge receipt of this Addendum could cause the subject bidder to be considered
"NONRESPONSIVE", resulting in disqualification.
RECEIPT ACK
(loncose r t ' Ces \G�@"Yh1-
Company: 1.,�1CA,-kSQ x'� Cm,�, 4iO T5( l_,P
Douglas W. Wiersig, P.E.
DIRECTOR
TRANSPORTATION & PUBLIC WORKS DEPT.
rt7k Gopal Sahu, P.E.
Project Manager
4of4
II. 23- till
CITY OF FORT WORTH,
TEXAS
TRANSPORTATION & PUBLIC WORKS
DEPARTMENT ADDENDUM NO.3
To
The Plans, Specifications &
Contract Documents for
2008 CIP, COUNCIL DISTRICT 7, CONTRACT 7A, CITY PROJECT NO. 01270,
DOE NO. 6178
UNIT 1- WATER PROJECT NO. P253-541200-607170127083
UNIT 2- SEWER PROJECT NO. P258-541200-707170127083
UNIT 3- TPW NO. C204-541200-207400127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Street. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Street. to West Dead End)
Harley Ave. (Sutter Street. to West Dead End)
Bid Date:1:30 pm, January 05, 2012
Addendum No.3: Issued December 29, 2011
This Addendum forms part of the Specifications & Contract Documents for the above referenced project
and modifies the originalSpecifications & Contract Documents. Bidder shall acknowledge receipt
of this addendum in the space provided below, in the proposal (Proposal Signature Page)
and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt
of this addendum could subject the bidder to disqualification. The Plans, Specifications
and Contract Documents are hereby revised by Addendum No. 3 as follows:
1of3
ADDENDUM NO.3
SECTION 4-Bid Package
PROPOSAL
1. UNIT 1-WATER LINE REPLACEMENTS: This section has been revised as follows.
Revise Bid Item 00442 'Pavement -2 inch HMAC on 6 inch Flex Base -Temporary (STR-030)'
-Install with quantity from 14,150 SF to 2,253 LF.
Revise Bid Item 00469 'Pavement -Silicone Joint Sealant -Install'
with quantity from 1,116 LF to 1,400 LF.
Pre -Bid Price Added to Bid Item 00543 'Fill Material -Borrow Install'
On top of form revised the title 'Unit 1-Water Line Improvements' to 'Unit 1-Water Line
Replacements'
All the quantities are now shown to 2 decimal places.
2. UNIT 2-SANITARY SEWER LINE REPLACEMENTS: This section has been revised as follows.
Revise Bid Item 00442 'Pavement -2 inch HMAC on 6 inch Flex Base -Temporary (STR-030)'
-Install with quantity from 6,218 SF to 1,104 LF.
Revise Bid Item 00181 'Traffic Control (SP-92 Prepare and Maintain) -Install' with quantity
from 3 LS to 1 LS.
All the quantities are now shown to 2 decimal places.
3. UNIT 3-PAVING AND DRAINAGE REPLACEMENTS: This section has been revised as follows.
Revise Bid Item 00469 'Pavement -Silicone Joint Sealant -Install'
with quantity from 6,689 LF to 10,785 LF.
Deleted Bid Item 00081 and Bid Item 00082
On top of form revised the title 'Unit 3-Paving and Drainage Improvements' to 'Unit 1- Paving
and Drainage Replacements'
All the quantities are now shown to 2 decimal places.
Bid Item Proposal excel spreadsheet is revised and is provided on the City's website, Buzzsaw,
Section 10-Addenda. The Contractor is responsible for checking all values and equations in the
excel spread sheet.
2 of 3
ADDENDUM NO.3
The complete revised bid proposal documents have been added to the Addendum No.3 folder for this
project in Buzzsaw
A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal.
Failure to acknowledge receipt of this Addendum could cause the subject bidder to be considered
"NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKN
Company:
O(k SP r, Ps(Es',oe vrl-
Conu-}se rCp,-, ,uc I&ii .X, L r°
Douglas W. Wiersig, P.E.
DIRECTOR
TRANSPORTATION & PUBLIC WORKS DEPT,
fqg
Gopal Sahu, P.E.
Project Manager
3 of 3
12• 2°11
CITY OF FORT WORTH,
TEXAS
TRANSPORTATION & PUBLIC WORKS
DEPARTMENT ADDENDUM NO.4
To
The Plans, Specifications &
Contract Documents for
2008 CIP, COUNCIL DISTRICT 7, CONTRACT 7A, CITY PROJECT NO. 01270,
DOE NO. 6178
UNIT 1- WATER PROJECT NO. P253-541200-607170127083
UNIT 2- SEWER PROJECT NO. P258-541200-707170127083
UNIT 3- TPW NO. C204-541200-207400127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Street. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Street. to West Dead End)
Harley Ave. (Sutter Street. to West Dead End)
Bid Date:1:30 pm, January 05, 2012
Addendum No. 4: Issued January 03, 2012
This Addendum forms part of the Specifications & Contract Documents for the above referenced project
and modifies the originalSpecifications & Contract Documents. Bidder shall acknowledge receipt
of this addendum in the space provided below, in the proposal (Proposal Signature Page)
and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt
of this addendum could subject the bidder to disqualification. The Plans, Specifications
and Contract Documents are hereby revised by Addendum No. 4 as follows:
1of3
ADDENDUM NO.4
SECTION 4-Bid Package
PROPOSAL
1. UNIT 1-WATER LINE REPLACEMENTS: This section has been revised as follows.
Revise Bid Item 00496 'Subgrade Lime for Stabilization -Install' with quantity from 23 Tons to
25 Tons.
2. UNIT 3-PAVING AND DRAINAGE REPLACEMENTS: This section has been revised as follows.
Revise Bid Item 00486 'Subgrade - 6 Inch Lime Stabilized -Install' with quantity from 6,531 SY
to 11,000 SY.
Bid Item Proposal excel spreadsheet is revised and is provided on the City's website, Buzzsaw,
Section 10-Addenda. The Contractor is responsible for checking all values and equations in the
excel spread sheet.
The complete revised bid proposal documents have been added to the Addendum No.4 folder for this
project in Buzzsaw
A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal,
Failure to acknowledge receipt of this Addendum could cause the subject bidder to be considered
"NONRESPONSIVE", resulting in disqualification.
RECEIPT ACK
acyrcx+C-er N.6esid'ev4
Company: oYjGkSL (C�l� r, tl il%tT7c1 L f
Douglas W. Wiersig, P.E.
DIRECTOR
TRANSPORTATION & PUBLIC WORKS DEPT.
F,ft, Gopal Sahu, P.E.
Project Manager
2 of 3
01/00.02,
FRONT END DOCUMENTS
FORT WORTH
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
2008 CIP, COUNCIL DISTRICT 7, CONTRACT 7A, CITY PROJECT NO. 01270,
DOE NO. 6178
TPW NO. C204-541200-207400127083
WATER PROJECT NO. P253-541200-607170127083
SEWER PROJECT NO. P258-541200-707170127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Ave. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
Harley Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
December 2011
Betsy Price T.M. Higgins
Mayor City Manager
Douglas W. Wiersig, P.E.
Director, Transportation and Public Works Department
S. Frank Crumb, P.E.
Director, Water Department
PREPARED FOR:
The City of Fort Worth
ARS
Engineers, Inc.
TBPE- Reg No. F-819
TABLE OF CONTENTS
Section 1 PROJECT INFORMATION
Section 2
Section 3
Section 4
FRONT END DOCUMENTS
Table of Contents
Notice to Bidders
Comprehensive Notice to Bidders
Special Instructions to Bidders (Water -Sewer)
Special Instructions to Bidders (Paving -Drainage)
M/WBE DOCUMENTATION
MWBE Special Instructions
MWBE Subcontractors/Suppliers Utilization Form
MWBE Subcontractors/Suppliers Utilization Form for change orders
MWBE Prime Contractor Waiver Form
MWBE Good Faith Effort Form
MWBE Joint Venture Eligibility Form
BID PACKAGE
Proposal
Section 5 GENERAL AND SPECIAL CONDITIONS AND SPECIAL
PROVISIONS
Part C General Conditions
Section CI Supplementary Conditions to Part C-General Conditions
Part D- Special Conditions
Part DA- Additional Special Conditions
Part E- Specifications
Special Provisions For Street and Storm Drain Improvements
Wage Rates
Compliance with and Enforcement of Prevailing Wage Rates
Section 6 TECHNICAL SPECIFICATIONS
Section 7 CONTRACTS, BONDS AND INSURANCE
Certificate of Insurance
1
Contractor Compliance with Workers' Compensation Law
Conflict of Interest Questionnaire (Form CIO)
Performance Bond
Payment Bond
Maintenance Bond
City of Fort Worth Contract
Appendix A STANDARD DETAILS
PAVING
TRAFFIC
STORM DRAIN
WATER
SANITARY
Appendix B GEOTECHNICAL ENGINEERING REPORT
NOTICE TO BIDDERS
Sealed proposals for the following:
2008 CIP, Council District 7, Contract 7A, City Project No. 01270, DOE No. 6178
TPW No. C204-541200-207400127083
Water Project No. P253-541200-607170127083
Sewer Project No. P258-541200-707170127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Ave. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
Harley Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
Addressed to the
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON STREET
FORT WORTH, TEXAS 76102
will be received at the Purchasing Office until 1:30 PM, Thursday, Jan. 05, 2012 and then publicly
opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans
and specifications for this project may be obtained on-line by visiting the City of Fort Worth's
Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project
Zink. This link will take you to the advertised project folders on the City's Buzzsaw site, where the
plans and contract documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
Hard copies of plans and contract documents are available at the office of design engineer, ARS
Engineers, Inc. 12801 N. Central Expy., Suite 1250, Dallas, Texas 75243 (Tel. 214-739-3152) at a
cost of $125 per set (non-refundable). The documents are located at the Transportation and Public
Works Department, 1000 Throckmorton Street, Fort Worth, Texas 76102.
The major work will consist of the (approximate) following:
UNIT 1 — WATERLINE REPLACEMENTS
2446 LF 8" PVC Water Line
306 LF 6" PVC Water Line
15 EA 8" Gate Valve and Box
4 EA Fire Hydrants
UNIT 2 — SANITARY SEWER LINE REPLACEMENTS
67 LF 12" PVC, SDR 35 Sanitary Sewer Pipe
823 LF 8" PVC, SDR 35 Sanitary Sewer Pipe
25 LF 6" PVC, SDR 35 Sanitary Sewer Pipe
300 LF 8" DIP w/Protecto 401 Lining, Sanitary Sewer Pipe
7 EA 4' Diameter Sanitary Sewer Manhole
Rev 2-2-10 TPW
1
NOTICE TO BIDDERS
UNIT 3— PAVING AND DRAINAGE REPLACEMENTS
10862 SY 7.5" Reinforced Concrete pavement
7289 SY 6" Lime Stabilized Sub -grade
6281 LF Curb 7- inch
6447 SF 6" Reinforced Concrete Driveway
4380 SF 4' Wide Reinforced Concrete Sidewalk
7 EA 5-feet Inlet
3 EA 10-feet Inlet
212 LF 21-inch CLIII RCP
30 LF 24-inch CLIII RCP
91 LF Concrete Block Retaining Wall
Included in the above will be all other miscellaneous items of construction as outlined in the
Plans, General Contract Documents and Specifications.
Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible
for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by
initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non -responsive. All addenda will be made available on-line with
the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line
(on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the
bidding contractor's sole responsibility to verify they have received and considered all
addenda, prior to submitting a bid.
The water and sanitary sewer work must be performed by a contractor that is pre -qualified by
the Water Department at the time of the bid opening. A general contractor, who is not pre -
qualified by the Water Department, must employ the services of a subcontractor who is pre -
qualified. The procedure for pre -qualification is outlined in the "Special Instructions to Bidders
(Water -Sewer)".
For additional information, please contact Ram Gopal, P.E. with ARS Engineers, Inc. at
Telephone Number: (214) 739-3152 or by email: rgopalta7arsengineers.com and/or Gopal Sahu,
P.E., Project Manager, TPW Department at (817)393-7949 or by email:
Gopal.Sahuci fortworthgov.orq.
A pre -bid conference will be held on December 20, 2011 at 10:00 a.m., in the Transportation
and Public Works Conference Room # 270. Bidders are encouraged to review the plans and
specifications prior to the pre -bid conference.
Advertising Dates:
December 01, 2011
December 08, 2011
Rev 2-2-10 TPW
2
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
2008 CIP, Council District 7, Contract 7A, City Project No. 01270, DOE No. 6178
TPW No. C204-541200-207400127083
Water Project No. P253-541200-607170127083
Sewer Project No. P258-541200-707170127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Ave. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
Harley Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1:30 PM, Thursday, Jan. 05, 2012 and then publicly opened and
read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this
project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at
http://www.fortworthgov.orq/purchasing/ and clicking on the project Zink. This Zink will take you to the advertised
project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed,
and printed by interested contractors and/or suppliers.
Hard copies of plans and contract documents are available at the office of design engineer, ARS Engineers, Inc.
12801 N. Central Expy., Suite 1250, Dallas, Texas 75243 (Tel. 214-739-3152) at a cost of $125 per set (non-
refundable). The documents are located at the Transportation and Public Works Department, 1000 Throckmorton
Street, Fort Worth, Texas 76102.
The major work will consist of the (approximate) following:
UNIT 1 — WATERLINE REPLACEMENTS
2446 LF 8" PVC Water Line
306 LF 6" PVC Water Line
15 EA 8" Gate Valve and Box
4 EA Fire Hydrants
UNIT 2 — SANITARY SEWER LINE REPLACEMENTS
67 LF 12" PVC, SDR 35 Sanitary Sewer Pipe
823 LF 8" PVC, SDR 35 Sanitary Sewer Pipe
25 LF 6" PVC, SDR 35 Sanitary Sewer Pipe
300 LF 8" DIP w/Protecto 401 Lining, Sanitary Sewer Pipe
7 EA 4' Diameter Sanitary Sewer Manhole
Rev 2/2/10 TPW
CNB - 1
COMPREHENSIVE NOTICE TO BIDDERS
UNIT 3— PAVING AND DRAINAGE REPLACEMENTS
10862 SY 7.5" Reinforced Concrete pavement
7289 SY 6" Lime Stabilized Sub -grade
6281 LF Curb 7- inch
6447 SF 6" Reinforced Concrete Driveway
4380 SF 4' Wide Reinforced Concrete Sidewalk
7 EA 5-feet Inlet
3 EA 10-feet Inlet
212 LF 21-inch CLIII RCP
30 LF 24-inch CLIII RCP
91 LF Concrete Block Retaining Wall
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General
Contract Documents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State
of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment
practices.
Bid security is required in accordance with the Special Instruction to Bidders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of
contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non -responsive. All addenda will be made available on-line with the contract
documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order
to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole
responsibility to verify they have received and considered all addenda, prior to submitting a bid.
Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit
these executed documents or face rejection of the bid as non -responsive.
In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts.
A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City
of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation. Failure to comply shall render the bid non -responsive.
The water and sanitary sewer work must be performed by a contractor that is pre -qualified by the Water
Department at the time of the bid opening. A general contractor, who is not pre -qualified by the Water
Department, must employ the services of a subcontractor who is pre -qualified. The procedure for pre -
qualification is outlined in the "Special Instructions to Bidders (Water -Sewer)".
Rev 2/2/10 TPW
CNB-2
COMPREHENSIVE NOTICE TO BIDDERS
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal (Unit I, II, and III) within this document is designed as a package. In order to be considered an
acceptable bid, the Contractor is required to submit a bid for Unit I, II and III. A bid proposal submittal for a
multi -unit project with only a single proposal unit complete will be rejected as being non -responsive. The
Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project.
Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves
the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in
the best interest of the City of Fort Worth.
For additional information, please contact Ram Gopal, P.E. with ARS Engineers, Inc. at Telephone Number:
(214) 739-3152 or by email: rgopal(cr�arsengineers.com and/or Gopal Sahu, P.E., Project Manager, TPW
Department at (817)393-7949 or by email: Gopal.Sahu anfortworthgov.orq,.
A pre -bid conference will be held on. December 20, 2011 at 10:00 a.m, in the Transportation and Public
Works Conference Room # 270. Bidders are encouraged to review the plans and specifications prior to the
pre -bid conference.
TOM HIGGINS MARTY HENDRIX
ACTING CITY MANAGER CITY SECRETARY
Advertising Dates:
December 01, 2011
December 08, 2011
Rev 2/2/10 TPW
By:
r`v R , Gopal Sahu, P.E
Transportation & Public Works Department
CNB-3
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation: a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids.
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g)
The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received. Failure to notify shall not be a waiver of any necessary prequalification.
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas.
In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have
obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required herein.
3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3.7.
09/10/04 1
4. WAGE RATES:
Section C3-3.13 of the General Conditions is deleted and replaced with the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code.
Such prevailing wage rates are included in these contract documents.
(b) The contractor 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. These records shall be open at all reasonable hours for inspection by the City. The
provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C
— General Conditions, pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times.
5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-
five (45) calendar days after completion and acceptance by the City.
9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms, conditions
09/10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with, or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be
received by the managing department no later than 5:00 p.m., five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the managing
department to whom delivery was made. Such receipt shall be evidence that the documentation was
received by the City. Failure to comply shall render the bid non -responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal, State or local laws or ordinances
relating to false statements. Further, any such misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not Tess than three (3)
years.
12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period.
09/ 10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch List
has been completed, as evidenced by a written statement signed by the contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g.
In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation: a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids.
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g)
The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received. Failure to notify shall not be a waiver of any necessary prequalification.
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas.
In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have
obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required herein.
3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3.7.
09/ 10/04 1
4. WAGE RATES:
Section C3-3.13 of the General Conditions is deleted and replaced with the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code.
Such prevailing wage rates are included in these contract documents.
(b) The contractor 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. These records shall be open at all reasonable hours for inspection by the City. The
provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C
— General Conditions, pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times.
5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-
five (45) calendar days after completion and acceptance by the City.
9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms, conditions
09/10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with, or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be
received by the managing department no later than 5:00 p.m., five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the managing
department to whom delivery was made. Such receipt shall be evidence that the documentation was
received by the City. Failure to comply shall render the bid non -responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal, State or local laws or ordinances
relating to false statements. Further, any such misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not less than three (3)
years.
12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period.
09/10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g.
In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
1) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in
an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid,
and is subject to forfeit in the event the successful bidder fails to execute the contract documents
within ten (10) days after the contract has been awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of
Texas, In addition, the surety must
a) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety
on obligations permitted or required under federal law; or
b) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized
and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from
the United States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required herein.
2) PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering
into a contract for the work will be required to give the City surety in a sum equal to the amount
of the contract awarded. In this connection, the successful bidder shall be required to
furnish a performance bond and a payment bond, both in a sum equal to the amount of the
contract awarded. The form of the bond shall be as herein provided and the surety shall be
acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253,
Texas Govemment Code.
In order for a surety to be acceptable to the City, the surety must
a) hold a certificate of authority from the United States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or
b) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is
authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of
authority from the United States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
The City will accept no sureties who are in default or delinquent on any bonds or who have
an interest in any litigation against the City. Should any surety on the contract be
determined unsatisfactory at any time by the City, notice will be given to the contractor to that
effect and the contractor shall immediately provide a new surety satisfactory to the City.
If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount
of the contract, solely for the protection of all claimants supplying labor and materials in the
prosecution of the work.
If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the
amount of the contract conditioned on the faithful performance of the work in accordance with the
plans, specifications, and contract documents. Said bond shall solely be for the protection of the City
of Fort Worth.
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Date. 12.21.2010
Page 1 of 9
All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the
original contract amount to guarantee the work for a period of two (2) years after the date
of acceptance of the project from defects in workmanship and/or material.
3) LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8,6, of
the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the
City of Fort Worth, Texas, conceming liquidated damages for late completion of projects.
4) AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
proposal.
5) EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended
by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting
discrimination in employment practices.
6) WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction
is deleted and replaced with the following:
a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code.
Such prevailing wage rates are included in these contract documents.
b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show
1) the name and occupation of each worker employed by the contractor in the construction of
the work provided for in this contract; and
2) the actual per diem wages paid to each worker. These records shall be open at all reasonable
hours for inspection by the City. The provisions of the special provision titled "Right to
Audit" pertain to this inspection.
c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs a) and b) above,
d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the
contractor has complied with the requirements of Chapter 2258, Texas Government Code.
e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times.
7) FINANCIAL STATEMENT: A current certified financial statement may be required by the Department
of Transportation and Public Works if required for use by the CITY OF FORT WORTH in determining
the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant
holding a valid permit issued by an appropriate State Licensing Agency.
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Date: 12.21.2010
Page 2 of 9
8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must
provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's
Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000
each occurrence ($2,000,000 aggregate limit); Property Damage - $250,000 each occurrence). The City
reserves the right to request any other insurance coverage as may be required by each individual project.
9) ADDITIONAL INSURANCE REQUIREMENTS:
a) The City, its officers, employees and servants shall be endorsed as an additional insured on
Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's
workers' compensation insurance policy.
b) Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth,
TX 76] 02, prior to commencement of work on the contracted project.
c) Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements specified herein.
d) Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of
cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days
notice shall be acceptable in the event of non-payment of premium.
e) Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating
of A: VII or equivalent measure of financial strength and solvency.
1) Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per
occurrence unless otherwise approved by the City.
g)
Other than worker's compensation insurance, in lieu of traditional insurance, City may consider
alternative coverage or risk treatment measures through insurance pools or risk retention
groups. The City must approve in writing any alternative coverage.
h) Workers' compensation insurance policy(s) covering employees employed on the project shall be
endorsed with a waiver of subrogation providing rights of recovery in favor of the City.
i) City shall not be responsible for the direct payment of insurance premium costs for contractor's
insurance.
j) Contractor's insurance policies shall each be endorsed to provide that such insurance is primary
protection and any self -funded or commercial coverage maintained by City shall not be called upon
to contribute to loss recovery.
k) In the course of the project, Contractor shall report, in a timely manner, to City's officially
designated contract administrator any known loss occurrence which could give rise to a liability
claim or lawsuit or which could result in a property loss.
1) Contractor's liability shall not be litnited to the specified amounts of insurance required herein.
m) Upon the request of City, Contractor shall provide complete copies of all insurance policies
required by these contract documents.
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Date: 12.21.2010
Page 3 of 9
10) NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort
Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the
lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract
in the state in which the nonresident's principal place of business is located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes
a contractor whose ultimate parent company or majority owner has its principal place of business in
this state.
"Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a
contractor whose ultimate parent company or majority owner has its principal place of business in this
state,
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for its bid
to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that
bidder.
11) MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority
business enterprises and women business enterprises in City contracts. A copy of the
Ordinance can be obtained from the Office of the City Secretary. The bidder shall
submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER
UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE
FORM as appropriate. The Documentation must be received by the managing department no
later than 5:00 p.m,, five (5) City business days after the bid opening date. The bidder shall
obtain a receipt from the appropriate employee of the managing department to whom
delivery was made. Such receipt shall be evidence that the documentation was received by
the City. Failure to comply shall render the bid non -responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information
regarding actual work performed by a minority business enterprise (MBE) and/or women
business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit
any audit and/or examination of any books, records or files in its possession that will
substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of
facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor
will be grounds for termination of the contract and/or initiating action under appropriate
Federal, State or local laws or ordinances relating to false statements. Further, any such
misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irresponsible and barred from participating in
City work for a period of time of not less that three (3) years.
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Date: 12.21.2010
Page 4 of 9
Rev 3-73-09
12) AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder, The City
reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be
withdrawn until the expiration of ninety (90) days from.the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT
VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract,
if made, will be within ninety (90) days after this documentation is received, but in no case will the
award be made until all the responsibility of the bidder to whom it is proposed to award the contract has
been verified.
13) PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for
each pay period. Payment of the remaining amount shall be made with the final payment, and upon
acceptance of the project.
14) ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid
receipt time and acknowledging them at the time of bid receipt. Information regarding the status of
addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager.
Bids that do not acknowledge all applicable addenda may be rejected as non -responsive.
15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
a) Workers Compensation insurance Coverage
1) Definitions:
Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance
coverage for the person's or entity's employees providing services on a project, for the duration
of the project.
Duration of the project -includes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or toner services related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
2) The contractor shall provided coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing
services on the project, for the duration of the project.
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Dale: 12.21.2010
Page 5of9
3) The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4) If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the govemmental entity showing that coverage has been extended.
5) The contractor shall obtain from each person providing services on a project, and provide to
the governmental entity:
a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
b) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6) The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter
7) The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
8) The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Worker's Compensation Commission, informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
coverage and report lack of coverage.
9) The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
a) provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
labor Code, Section 401.011 (44) for all of its employees providing services on the
project, for the duration of the project;
b) provide to the contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
c) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
d) obtain from each other person with whom it contracts, and provide to the contractor:
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Date: 12.21.2010
Page 6of9
Rev 3-13-09
1) a certificate of coverage, prior to the other person beginning work on the project; and
2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
f) notify the governmental entity in wiring by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
g) contractually require each person with whom it contracts, to perform as required by
paragraphs (1) - (7), with the certificates of coverage to be provided to the person for
whom they are providing services.
10) By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed with the
appropriate insurance carrier or, in the case of a self insured, with the
commission's Division of Self -Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other civil
actions.
11) The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity
b) The contractor shall post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's
Compensation Commission rules. This notice must be printed with a title in at least 30 point bold
type and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services related to this
construction project must be covered by worker" compensation insurance. This includes persons
providing, hauling or delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their employer or status as an
employee".
Contact the Texas Workers' Compensation Commission to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage".
City of Port Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Date: 12 21.2010
Page 7 of 9
16) NON DISCRIMINATION: The contractor shall not discriminate against any person or persons
because of sex, race, religion, color, or national origin and shall comply with the provisions of City
Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through
13A-29), prohibiting discrimination in employment practices.
17) AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the
federal government, contractor covenants that neither it nor any of its officers, members, agents, or
employees, will engage in performing this contract, shall, in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment, discriminate against person because of their age except on the basis of a bona fide
occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, or employees, or person
acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this
Contract, a maximum age limit for such employment unless the specified maximum age limit is based
upon a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City
harmless against any and all claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in
the performance of this Contract.
18) DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with
Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the
basis of disability in the provision of services to the general public, nor in the availability, terms and/or
conditions of employment for applicants for employment with, or current employees of Contractor.
Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state
and local laws concerning disability and will defend indemnify and hold City harmless against any
claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to
comply with the above -referenced laws concerning disability discrimination in the performance of this
Contract.
19) PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY:
a) The contractor will receive full payment (less retainage) from the city for each pay period.
b) Payment of the retainage will be included with the final payment after acceptance of the project as
being complete.
c) The project shall be deemed complete and accepted by the City as of the date the final punch list has
been completed, as evidenced by a written statement signed by the contractor and the City.
d) The warranty period shall begin as of the date that the final punch list has been completed.
e) Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and
payable.
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Dale: 12.21.2010
Page 8 of 9
f) In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and
there is a dispute regarding
g)
1) final quantities, or
2) liquidated damages, city shall make a progress payment in the amount that city deems due and
payable.
In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
20) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids
for pavement contracts. This prequalification process will establish a bid limit based on a technical
evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the
following documentation: a current financial statement, an acceptable experience record, an acceptable
equipment schedule as outlined in the PREQUALIFICATION REQUIREMENTS FOR PAVING
CONTRACTORS most recent version, and any other documents the Department may deem necessary,
to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date
of the opening of bids.
a) The financial statement required shall have been compiled by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In
the case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated with proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Transportation and Public Works Department shall be the sole judge as to the
level of project a Contractor is qualified to bid based upon a review of the information submitted.
d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate
acceptable experience, expertise or financial wherewithal to perform the work included in the
project.
e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered
f) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to
be received. Failure to notify shall not be a waiver of any necessary prequalification.
g)
Any contractor who becomes qualified and remains in good standing with the City will not be
required to submit for re -qualification for 2 years from the date of having last being qualified. Re -
qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR
PAVING CONTRACTORS document.
City of Fort Worth, Texas
Special Instruction to Bidders — Paving and Drainage
PMO Official Release Date: 12.21,2010
Page 9 of 9
PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS
A current Financial Statement must be provided. The Transportation and Public
Works Department requires that the original Financial Statement, or a certified copy
be submitted for consideration.
2. For those seeking first time qualification, references of related work (at least 5) must
be provided. Each reference must include the following:
a. Project Name and Location
b. Type of project — Concrete Paving Construction or Reconstruction, Asphalt
Paving Construction Reconstruction, or Asphalt Paving Heavy Maintenance.
c. An indication of whether the Contractor served as the prime or as a subcontractor
on each of the referenced projects
d. Contractor's contact person and telephone number(s)
e. Name of the city where work was performed along with contact name and
telephone number of the assigned City Inspector
f. Amount of construction contract
g. Type of paving performed and general description of work elements (asphalt, base
construction, sub -base treatment, geo-grid fabric, concrete, reinforcing, thickness,
jointing)
h. Date of project — start date for construction and completion date
i. The above requirement for 5 project references may be waived if:
• The contractor can otherwise demonstrate that he/she has the construction
experience to perform the type of work for which he/she is being considered,
and
• The contractor provides sufficient evidence that he/she has the financial
ability to both complete and warranty the work, and
The contractor acknowledges that under this provision of the requirements for
pre -qualification that the contractor will be limited to 10,000 square yards of
concrete or asphalt pavement construction or $1,000,000 of pavement
rehabilitation.
• The contractor acknowledges that the limitation on this type of work for the
City of Fort Worth will remain in force until such time as the contractor
demonstrates the capability to satisfactorily perform and complete the type of
work covered by the restriction.
Include in the submission an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for which the
Contactor is seeking certification. The schedule must include the manufacturer,
model and general common description of each piece of equipment.
The following information must be provided regarding construction experience:
a. Number of years the company has been in business as a General Contractor under
the present business name
b Other names under which the company has operated including the full name of
the company and where that company performed work
c. An indication of the number of years of concrete/asphalt pavement construction
experience as a general contractor and as a sub -contractor
d. Experience of the principals of the company, including name, present position,
years of experience, type of experience, licenses, and certifications.
e If the Contractor or any present partners or officers have ever failed to complete a
contract, provide details about those contracts including name of the project,
owner/engineer, contract price, contact person, and the surety that was involved.
f Provide details of any instances when the Contractor, any present partners or
company officers have filed for bankruptcy or have been part of a company that
has filed for bankruptcy.
Any Contractor who becomes qualified under these provisions and remains in good
standing with the City will only be required to submit a newly compiled or reviewed
financial statement before each 2 year anniversary of initial qualification. Should a
Contractor fail to submit the required information before any 2 year anniversary,
he/she will be so advised and will be allowed 6 months to provide the required
financial statement. If a financial statement is then not provided within the specified
6 month period, the Contractor will be removed from the list of qualified Contractors
and he/she will be required to provide all indicated information as would a new
contractor before being considered further for qualification,
December 9, 2010
TYPES AND LEVELS OF QUALIFICATION
CONCRETE PAVING CONSTRUCTION/RECONSTRUCTION
Concrete Paving Construction/Reconstruction LESS THAN 10,000 square yards
A Contractor may be deemed as pre -qualified to perform concrete paving as a
Prime Contractor with the City of Fort Worth if the required pre -qualification
information submitted by the Contractor demonstrates through financial stability,
experience and available resources that the Contractor should be able to perform
the indicated level of work, If the Contractor is pre -qualified for this level, the
Contractor will only be considered qualified to perform concrete paving on
projects that include less than 10,000 square yards.
Concrete Paving Construction/Reconstruction 10,000 square yards and GREATER
A Contractor may be deemed as pre -qualified to perform concrete paving as a
Prime Contractor with the City of Fort Worth if the required pre -qualification
information submitted by the Contractor demonstrates through financial stability,
experience and available resources that the Contractor should be able to perform
the indicated level of work, lithe Contractor is pre -qualified for this level, the
Contractor will not be limited on the size of project upon which he or she may
bid.
ASPHALT PAVING CONSTRUCTION/RECONSTRUCTION
Asphalt Paving Construction/Reconstruction LESS THAN 10,000 square yards
A Contractor may be deemed as pre -qualified to perform asphalt paving as a
Prime Contractor with the City of Fort Worth if the required pre -qualification
information submitted by the Contractor demonstrates through financial stability,
experience and available resources that the Contractor should be able to perform
the indicated level of work. if the Contractor is pre -qualified for this level, the
Contractor will only be considered qualified to perform asphalt paving on projects
that include less than 10,000 square yards.
Asphalt Paving Construction/Reconstruction 10,000 square yards and GREATER
A Contractor may be deemed as pre -qualified to perform asphalt paving as a
Prime Contractor with the City of Fort Worth if the required pre -qualification
information submitted by the Contractor demonstrates through financial stability,
experience and available resources that the Contractor should be able to perform
the indicated level of work. If the Contractor is pre -qualified for this level, the
Contractor will not be limited on the size of project upon which he or she may
bid.
ASPHALT PAVING HEAVY MAINTENANCE
Asphalt Paving Heavy Maintenance UNDER SI,000,000
A Contractor may be deemed as pre -qualified to perform asphalt paving heavy
maintenance as a Prime Contractor with the City of Fort Worth if the required
pre -qualification information submitted by the Contractor demonstrates through
financial stability, experience and available resources that the Contractor should
be able to perform the indicated level of work. If the Contractor is pre -qualified
for this level, the total amount of the bid for asphalt paving heavy maintenance
and all items directly associated with the paving shall be less than $1,000,000,
Asphalt Paving Heavy Maintenance SI,000,000 and OVER
A Contractor may be deemed as pre -qualified to perform asphalt paving heavy
maintenance as a Prime Contractor with the City of Fort Worth if the required
pre -qualification information submitted by the Contractor demonstrates through
financial stability, experience and available resources that the Contractor should
be able to perform the indicated level of work. If the Contractor is pre -qualified
for this level, the Contractor will not be limited on the size of project upon which
he or she may bid.
December 9, 2010
SECTION 3
M/WBE DOCUMENTATION
FORT WORTH
City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
The City's MBE/WBE goal on this project is 24 % of the total bid
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications. The offeror shall deliver the MWBE documentation
in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall
be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted.
1. Subcontractor Utilization Form, if goal is
met or exceeded:
received by 5:00 p.m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor
Utilization Form, if participation is less than
stated goal:
received by 5:00 p.m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
3. Good Faith Effort and Subcontractor
Utilization Form, if no M/WBE participation:
received by 5:00 p.m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will
perform all subcontracting/supplier work:
received by 5:00 p.m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture
to met or exceed goal.
received by 5:00 p.m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S MWWBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON -RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11 /01 /05
ATTACHMENT 1A
Page 1 of 4
FORT WORTH
City of Fort Worth
Subcontractors/Suppliers Utilization Form
P13JME COMPANY NAME:
�,anatSer C®Y)S-briA.c. b,(-) 1 X1 L�
PROJECT NAME:
CIP 2008, Council Dist. 7, Contract 7A, City Proj. No. 01270, DOE No. 6178
Paving, Drainage, Water and Sanitary Sewer Replacement
Check applicable block to describe prime
M/w/DBE Ik NON-M/w/DBE
BID DATE
Jan 05, 2012
City's M/WBE Project Goal:
24%
Prime's M/WBE Project Utilization:
31 %
PROJECT NUMBER
01270
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non -responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non -responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a
direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a
subcontractor to its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the
Marketplace, that have been determined to be bonafide minority or women businesses by the
North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of
Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is
synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Rev. 5/30/03
Foxy
ATTACHMENT IA
Page 2 of 4
Primes are required to identify
ALL subcontractors/suppliers,
regardless of status; i.e., Minority, Women and non-M/WBEs.
list M/WBE firms first, use additional sheets if necessary.
Please
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
T
i
e
r
Certification
(check one)
z o c 2co in
Detail
Subcontracting Work
Detail
Supplies Purchased
Dollar Amount
M
B
E
W
B
E
N
c
T
R
C
A
T
X
D
0
T
ROBERT GRANADOS TRUCKING
5412 Kingslink Circle
Fort Worth, Texas 76135
(817) 237-3520
I
17
•
\-kkw` O-c-St—
e U (91 v5
J
$VW,(,(bp.D°
COWTOWN REDI-MIX
PO Box 162327
Fort Worth, Texas 76161
v (817) 759-1919 f (817) 759-1716
'
V
'Uticr I
IZ ed 1 ► ,x
` �adp
1
Roadrunner Traffic Supply, Inc.
3200 Marquita Drive
Fort Worth, Texas 76116
phone: 817-244-0305
fax: 817-244-4819
I
t/
✓
j rAfc;c-
tr 01 l 1 Y� , t PS
S t-(fp� 'P
s'b
1,
MJ PIPELINE INSPECTION, INC.
PO Box 851
Granbury, TX 76048-0851
Melody Bendewald (817) 946-1126
1
ns?etiV100
LlV\fs
%c),)150.°()
SUN COAST RESOURCES INC.
Teri Bateman
PO Box 972321
Dallas, Texas 75397
v(800)677-3835 x655
/
I/
T U t./1
$ 01 5( vV
HD SUPPLY WATERWORKS, Ltd.
PO Box 840700
Dallas, Texas 75284
(817) 595-0580
1
V
/
Tipe/R,p-Q.
1 (�S \
t J
CO v A S
0-0
Rev. 5/30/03
FORT T� WORTH
ATTACHMENT -IA
Page 3 of 4
Primes are required to identify
ALL subcontractors/suppliers,
regardless of status; i.e., Minority, Women and non-M/WBEs.
list M/WBE firms first, use additional sheets if necessary.
Please
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
T
i
r
Certification
(check one)
moo*g = o z
Detail
Subcontracting Work
Detail
Supplies Purchased
Dollar Amount
M
B
E
W
B
E
N
c
T
R
C
A
T
X
D
0
T
RINKER MATERIALS
PO Box 730197
Dallas, Texas 75373 —0197
(817)491-4321
I
V
/
1i ee, Pi
i S 4
fat' U'PS
�/
ov
Poi /DOS
Rev. 5/30/03
FORT
ATTACHMENT 1A
Page 4 of 4
Total Dollar Amount of M/WBE Subcontractors/Suppliers
$ b 3, 35D,00
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
$ 1 Q 2,S9 QO 1
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
CD
$
The Contractor will not make additions, deletions, or substitutions to this certified list without the
prior approval of the Minority and Women Business Enterprise Office Manager or designee
through the submittal of a Request for Approval of Change/Addition. Any unjustified change
or deletion shall be a material breach of contract and may result in debarment in accord with the
procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how
the requested change/addition or deletion will affect the committed M/WBE goal. If the detail
explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon
request, complete and accurate information regarding actual work performed by all
subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also
agrees to allow an audit and/or examination of any books, records and files held by their
company. The bidder agrees to allow the transmission of interviews with owners, principals,
officers, employees and applicable subcontractors/suppliers/contractors participating on the
contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by
an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation
of facts will be grounds for terminating the contract or debarment from City work for a period of
not less than three (3) years and for initiating action under Federal, State or Local laws
concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from
participating in City work for a period of time not less than one (1) year.
¶ i ed Signature
q\esd,0111-L
Title
Company Name
p C). _o,c ► y- 9
Address
-04 01•(-6.11) The —7L01 IC(
City/State/Zip
Printed Signature
J(jt rick)
Name/ itle (if different),
G(.
(sh i7g3 ( r 53q-'-/55/0
Teleph6ne and/or Fax
ail Addre s
Date
Rev. 5/30/03
Page 1 of 3
FORT WORTH
Subcontractors/Suppliers Utilization Form for Change Orders
PRIME COMPANY NAME:
City of Fort Worth
Check applicable block to describe prime
PROJECT NAME:
CIP 2008, Council District 7, City Project No. 01270, DOE No. 6178
City's MIWBE Change Order Goal:
24%
Prime's M/WBE Change Order Utilization:
M/W/DBE
NON-M/W/DBE
Change Order Date
PROJECT NUMBER
01270
Is this form being submitted with the Acceptance of Previous MWBE Commitment Form?
Yes No , If yes, provide the MWBE commitment percentage
%
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non -responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non -responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The
7/8/10
Page 2 of 3
M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Primes are required to identify AU. subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list M/WBE firms first, use additional sheets if necessary.
SUBCONTRACTOR/SUPPLIER
T
Certification
(check one)
N
°
n
Company Name Address
Telephone/Fax
i
e
r
M
B
E
W
B
E
N
C
T
R
C
A
T
X
D
0
T
M
W
B
E
Detail
Subcontracting Work
Detail
Supplies Purchased
Dollar Amount
7/8/10
Page 3 of 3
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approva
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach o
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committec
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
7/8/10
FORT WORTH
ATTACHMENT 1B
Page 1 of 1
City of Fort Worth
Prime Contractor Waiver Form
PRIME COMPANY NAME:
Check applicable block to describe
prime
PROJECT NAME:
CIP 2008, Council District 7, Contract 7A, City Project No. 01270, DOE No. 6178
Paving, Drainage, Water and Sanitary Sewer Replacement
M/W/DBE
NON-M/W/DBE
BID DATE
Jan 05, 2012
City's M/WBE Project Goal:
24%
PROJECT NUMBER
01270
If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Managing Department on or before
5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the
bid being considered non -responsive to bid specifications.
Will you perform this entire contract without subcontractors?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an operational profile of your business.
YES
NO
Will you perform this entire contract without suppliers?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business.
YES
NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State
or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name (if different)
Company Name
Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 5/30/03
ATTACHMENT 1C
Page 1 of 3
FORT WORTH
City of Fort Worth
Good Faith Effort Form
PRIME COMPANY NAME:
PROJECT NAME:
CIP 2008, Council District 7, Contract 7A, City Project No. 01270, DOE No. 6178
Paving, Drainage, Water and Sanitary Sewer Replacement
City's M/WBE Project Goal:
24%
PROJECT NUMBER
01270
Check applicable block to describe
prime
M/W/DBE x
NON-M/W/DBE
BID DATE: Jan 05, 2012
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is Tess than the City's project goal, you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non -responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2nd tier.
Use additional sheets, if necessa
List of Subcontracting Opportunities
List of Supplier Opportunities
I1(-wC- ►rS ic Su(f,p)uS
eoncr�-��d \ k iy
s--L„lof�
I � .�yi5 t-t JD, c) L\ o es
I ro\ C-c COY-. 1 �(-t i
i'c_. -4-ro p i'J 1 e S
uQI
, i
f) p2 1 R\ 9-e � i -}I ► S S J g 1 yes
Rev. 05/30/03
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
✓ Yes
No
Date of Listing / I / 15 /
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
if Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.)
No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
/plans and specifications in order to assist the M/WBEs?
V Yes
No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in -camera access to and
inspection of any relevant documentation by City personnel.
Please use additional sheets, if necessary, and attach.
Rev. 05/30/03
ATTACHMENT 1C
Page 3 of 3
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
MIWBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1C will be contacted and the reasons for not using them will be verified by
the City's/W E Offi e.
Litho fized Sigrfature
ANP
flTitle II�
floD �'..DYI a-� YLQ.r✓T� DYl 1-X► (
Company Name
0. fox I5L4 g
Address 1
X-1 CO I( 9
City/State/Zip WI'
�SP,Y C etNncc-e--S-0
Printed Signtiture
Contact Name and Title (if different)
CS11-06.t/ -P-741 Cg1":63(4-z166%0
Phone Number Fax Nu ber
( t oc y coma-Ls‘e . corm
C�1ail Address
(DI I 051 _111 .
Date
Rev. 05/30/03
SECTION 4
BID PACKAGE
()sot_ Ad c Qinct,u24-v
PROPOSAL
The Purchasing Department Fort Worth, Texas
City of Fort Worth, Texas Jan 03, 2012
ADDENDUM NO. 4
2008 CIP, COUNCIL DISTRICT 7, CONTRACT 7A, CITY PROJECT NO. 01270,
DOE NO. 6178
UNIT 1- WATER PROJECT NO. P253-541200-607170127083
UNIT 2- SEWER PROJECT NO. P258-541200-707170127083
UNIT 3- TPW NO. C204-541200-207400127083
Paving, Drainage, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Street. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Street. to West Dead End.)
Harley Ave. (Sutter Street. to West Dead End)
Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications
and the site, understands the amount of work to be done, and hereby proposes to do all the work and
furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the
plans and specifications, and subject to the inspection and approval of the Director, Water Department
of the City of Fort Worth. If required by this project, Contractor must be pre -qualified in accordance
with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of
this Proposal by the City Council and required by this project, the bidder is bound to execute a contract
and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment
Bond approved by the City of Fort Worth for performing and completing said work within the time
stated for the following sums, to wit:
Total quantities given in the bid proposal may not reflect actual quantities, by represent the best
accuracy based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract.
The following Proposal is separated into three sections each addressing various areas of construction:
Unit 1— Water Line Replacements
Unit 2— Sanitary Sewer Line Replacements
Unit 3 — Paving and Drainage Replacements
1 of 11
Addendum No. 4 4
Conatser Construction TX, LP
E
E
Z
Your Company Name
Your Bid
0
O
a
CO
M
fOA
O
0
O
O
O)•
co
O
O
O
N
69
O
O
O
O
td
69
0
O
O
O
O
O
O
O
y;
O
O
0
0
0
O
(00
(0
0
O
O
0
E9
$1,800.00
0
0
O
0
N
(H
0
O
O
0
M
0
o
O
CO o
W
(fl
0
O
O
0
M
69
0
o
o
VO
N
EA
0
O
o
0
(O
(0
o
O
N
0
N
N
co
N
69
0
o
O
N.
CO-
(0
O
O
a'
O
M
yg
0
O
O
0
M
(A
o
o
o
N
N
(A
O
O
O
-
M
y3
O
Q.
0
E9
0
O
o
(
M
O
o
6
N
69
0
o
N
O3)
co
EA
0
O
O
O
a
69
y
()
g d
Y69
O
O
0
OO
M
0
00.060.0
O
N
O)
0
O
N
co
E9
0
O
O
E9
O
p
(()
NN
0
O
O
N
(9
0
O
O
69
O
O
N
$1,800.00
$125.00
0
0
O
O
M
CO
p
OO
O
M
0
0
O
O
N
E9
0
00.0c
O
O
(O
(1)
0
O
N
69
(V
E9
N
a
(9
0
O
O
co
N�
O
0
(0
O
O
co
Ef)
O
o
N
(A
O
O
N
(y
O
O
N
69
0
O
_
(fl
00
O
0o
fA
O
M
69
0
o
O
co
V)
.-T'
co
a
0
O
V
Ni
O
o
6
O
M
O
O
N
O
O
CO
o
O
CO
0
O
a
0
O
a
O
O
,_
0
O
1-
o
O
.-
O
o
O
p
V
O
O
O
CO
O
O
v_
8
a
O
o
O
O
W
a
0
Q.
N
CO
o
N
M •
00
M
N
0
0
O
0
0
O
O
o
N
0
O
((00
o
O
d0'
0
0
r
)
00
(0
M
O
O
N
G
'�
LL
J
LL
J
W
Q
W
Q
W
Q
W
QQ
W
LL
W
Q
W
Q
W
W
U.Q
J
W
Q
W
Q
W
U.
U
LL
J
Z
O0
LL
J
LL
(9
LL}
(9
co
LL
J
LL
J
Y
0
Y
0)H
O
DESCRIPTION
`Pipe-Pressure-8 Inch (PVC C900 DR 14 Water Pipe by Open Cut (All Depths) with Backfill
Per Figure A) - Install
"Pipe-Pressure-6 Inch (PVC C900 DR 14 Water Pipe by Open Cut (All Depths) with Backfll
Per Figure A) - Install
Valve -8 Inch -Gate Valve w/Box - Install
Valve -6 Inch -Gate Valve w/Box - Install
Valve -Gate - Remove (and Salvage)
Fire Hydrant - Install
Fire Hydrant (D-28) - Remove (and Salvage)
Fire Hydrant - Barrel & Stem Extension - Install
Install 1" Air Release Valve & Assembly.___
Install 4" Blowoff Valve & Vault_
Meter Box - Class A (w/ Meter) - Install
Meter Box - Class A - Relocate
Water Service-1 Inch - Install
Water Service-1 InchTap to Main -Install
w
U1
N
N
a
0
m
C
O
U
C
N
C
N
?N
tO
O
V
N
G
C
O
U
(Connect to Ex 6" Water Line (Including Solid Sleeve)
Driveway - Remove
Curb and Gutter -Remove
Pipe Fittings- Less than 16 Inch DI Pipe - Install)
Pavement-2 Inch HMAC on 6 Inch Flex Base -Temporary (STR-030) - Install
Pavement -Concrete on 2/27 Concrete Base - (STR-031) - Install
Pavement-2 Inch HMAC on 2/27 Concrete Base (STR-028) - Install
Pavement-7.5 Inch Reinforced Concrete - Install
Pavement -Header - Install
Pavement -Silicone Joint Sealant - Install
Pavement -Unclassified Street Excavation - Remove
SSubgrade-6 Inch -Lime Stabilized - Install
Subgrade-lime for Stabilization - Install
PVC
PVC
o
—
0
_
E.
_
o
_
U
u
o
_
ual
o
_
Polyethylene
0
23
w
n
U
Assembly
ServiceCS
ServiceCS
ServiceCS
ServiceCS
o
"
m
n
QN
Concrete
Asphalt
Concrete
Concrete
L
O
ServiceCS
m
E
J
E
J
CPMS Record
Number
CO
(O
0
O
0
_
m
CO
(O
0
O
0
_
m
0)
h
0
O
o
_
m
N
r
0
O
o
_
m
h
0
O
o
_
m
CO
(O
0
O
0
_
m
1-
N
0
O
cS
_
0]
X
0
O
_
O]
BID-00713
a
n
O
O
O
_
m
0
2a
0
O
o
_
m
0)
0
O
_
m
BID-00758
N
0-
0
O
o
m
N
0
O
o
m
X
N
0
O
D
m
N
0
co
O
O
m
a
N(0
O
a
m
CON
((0O
0
O
0
_
m
0
0
O
0
m
BID-00443
a
0
0
O
th
m
0
Ti-
0
O
D
m
N
'R
0
O
O
m
0)
V
0
O
o
m
NI
V
0
O
c)
m
(0
4'
0
O
0
_
m
CO
a
0
O
o
_
m
Line Number
.-
NI
CO
K
N
O
h.
O
O)
O
M
't
N
�-
(O
.-
r
tp
O
O N
N
N N
M N
a N
N N
N (O
r
N
O
N
Addendum No. 4 4
Conatser Construction TX, LP
E
E
Z
}
Your Company Name
Your Bid
O
O)
n,
EA
00
N
M
6
$568.00 I
0
O
N
W
(9
0
O
4
CO
69
0
O
O
(OQ
E9
0
O
O
0I
E9
0
O
O
0Oy
fA
0
O
O
0
O
O
d0'
V3
0
O
O
60
(A
0
O
O
W
E9
O
O
o
(00
(9
0
O
O
0
699
0
O
O
O
69
Cr,
O
O
O
V)
0
0
N
(0
Uj
N
(9
D V
d
NO
<
6 3
O
N0)tp
f9
OO
9
O
9!9
O
OOOO
O
0
O
(9
0
O
fA
0
O
E9
0OO
NO
d'
O
!9
O
O
!9
O
066
0
O
N
0C
O
69
I$1,000.00
Z.
m
7
a
0
o
l`7
0
6
N
0
v
N
0
4
N
0
v
N
0
O
N
0
o
V
0
O
0
0
r•
0
o
co
0
(0
co
0
(0
(0
0
�
0
q
0
q
0
q
Total Bid This Unit
G
%J
G 0
2
(n
(.00)
U
J
Q
W
U
U
U
U
a
W
co
J
J
DESCRIPTION
Curb- 7 inch - Install
....._....___.
Driveway- 6 Inch Concrete - Install_______
Walk - Remove
Walk-4 Ft - Install
Fill Material - Borrow -Install
0 U1
C
W
(0
8
C
W
N
W
0
0
0
0
Curb -Curb & Gutter as Directed by Inspector - Replace
Meter Box - Adjustment - Services
Fill Material -Cement Stabilized Backfill - Install
Fill Material - Type B Backfill - Install
Concrete - Type B (for Miscellaneous Placement) - Install
Concrete - Type E (for Miscellaneous Placement) - Install
D-hole-Exploratory Excavation - Study
Water Service - 2 Inch Tempoary-Install
Traffic Control (SP-92 Prepare and Maintain) - Install
Storm Water Pollution Prevention Plan - Install
O
i
Concrete
w
U
U
(.0
o
i�
Concrete
Other I
Concrete
Concrete
ServiceCS
E
0
L
m
U
0co
Concrete
ServiceCS
Other
V
ServiceCS
CPMS Record
Number
M
0)
O
9
o
m
V
a
0
0
0
m
0)
UN)
0
0
o
m
O
N
0
0
a
m
as{
t0
0
0
o
m
(0
0
0
o
m
A
O
0
o
m
N
,0—
0
o
ro
N
0
a
m
(0
N
0
0
0
m
i�
(0
0
0
o
m
0)
2
O
0
o
m
N
N
O
0
0
ro
CO
(�O
O
0
0
m
m
O
0
o
Ea
O
O
0
th
m
Line Number
0)
N
O
(')
CO
N
(0
(0
(0
V
0)
(0
(I
CO
M
h
(9
CO
(0
0)
CO
0
V
(0
N
V
0)
(0
V
V
a,
E
15 8
m m
—
*E co a
• 0_
(,)
z
"
CL ocw a,
• 0 3
t •-• • ti'5)
o _
C 0,1
v-
0
LI. • M
ci
o z
csi
ci) 0
• .5.
co 0
a. a. L..
5
c)
C•4
c
Addendum No. 4
Your Vendor Number
Conatser Construction TX,
Your Company Name
Your Bid
o
co
0
1'1
EA
0
0.
EA
o
0
69
o
0)
EA
o
-0
69
o
c,
6
69
o
o
6
69
o
7
't
69
$3,375.00
o
o
6
N
6
EA
$378.00
00'00C$
0
0
6
o
CO
(.9
0
00
6
o
0
EA
0
6
0
•El•
EA
0
0
6
0
ID
EA
o
o
__,
'
c,-)
^
N
69
o
o
....
?:.• .'
to -
04
69
o
o
..
Z.,"
09 -
CO
69
Your Unit
Price
00000
00000
6
to
EA
cci
-4-
EA
6
r--
EA
6
.4-
0
6
uo
CO
'
N
EA
.
0
•
0
to
09
0
0000
0000
6
0
E-
69
6
0
O.
co
69
6
0
0
EA
6
Et
EA
$225.00
0
0
6
tO
N
$42.00
0000000
0
6
o
(0
69
0
6
o
(0
0
0
ci
o
0
EA
o
6
o
Et
69
o
6
0
0
69
o
oi
69
o
<6
69
$8.00
0
0
h:
OD
823.00
300.00
25.00
0000000
0000.06
N:
l•-:
h:
,--
6
0
tn
C,
0
.
ko
15.00
00000
0_,
°.
°.
°.
O.
2.00
0
0
0
cm
'....
0
0 •
0
(18
0
0
Ett
0
4. E
0
C CO
= 0
2
LF
LF
LF
LF
EA
W
EA
EA
<IL
W
EA
<
W
Ll.
-J
<
W
<
W
EA
EA
UJ
LF
LF
LF
PAY ITEM DESCRIPTION
""Pipe-Sewer-12 inch - SDR35 (All Depths) - Install
""Pipe-Sewer-8 inch - SDR35 (All Depths) - Install
Pipe-Sewer-8 inch - DIP W/Protecto 401 Lining (All Depths) - Install
"'Pipe-Sewer-6 inch - SDR35 (All Depths) - Install
Manhole-Std 4 Ft Diam-(to 6 Ft Depth) (30 inch clear opening) - Install
fa
TA
c
Wo
c
ca
cx,
15
0
Manhole -Vacuum Test - Services
Manhole Cone w/30" Clear Opening & New Frame and Lid - Install
Manhole - Remove
**Sewer Service-4 Inch - Install
Sewer Service-4 Inch Service Tap - Install
Sewer Service-4 Inch-2 Way Clean Out - Install
**Sewer Service-6 Inch SDR26 Install
Sewer Service-6 Inch Service Tap - Install
Sewer Service-6 Inch-2 Way Clean Out - Install
Connect to Ex. Manhole
Connect to Ex. 12" Sewer Line
Connect to Ex. 6" Sewer Line
Inspection -Post Construction Cleaning & TV - Study
Trench Safetyystem 5 Foot (or more) Depth - Install
Pavement 2-Inch HMAC on 6 Inch Flex Base - Temporary (STR-030) - Install
Ti
.c
2
fa
PVC
PVC
c
2
2
I."3
0
PVC
Si
0
c
0
0
Concrete
ServiceCS
Concrete
co
(1)
.g
CO
PVC
a,
0
Other
PVC
43
.c
0
PVC
41
C
0
Other
Zli
C
0
co
cl)
0
L
U)
ServiceCS
Asphalt
CPMS Record
Number
cr,
(C)
N
0000
9
0
Ea-
,--
(.0
CO
9
0
55
N
09
CO
°
0
5 3
1-
09
09
9
a
c- 5
(c)
E-
N
0
°
a
Ea-
(0
0
v-
o
9
0
CB
0.-
E-
N
0.--
9
0
Co-
(--
CO
E-
9
0
a 5
(0
0
N
o
9
0
53
Nt
0
0
0
9
0
a-3
0
LO
0
o
9
co
CO
LO
0
o
9
0
E6
CO
(D
CO
o
9
0
E 5
E-•
0
09
o
9
0
5 5
N
(0
09
o
9
0
5 5
C...
N
E--
oo
9
0
En-
T...
N
v-
9
0
5 5
1"
N
--
o
9
a
a-)
0
hi
o
°
a
c- 5
N
I--
0.)
oo
9
a
E5
N
1.•
,r
°
cS
Ea-
Line Number
N
C9
vt
0
(0
t•-
CO
0)
10
-
•<-
N
<-
CO
v-
0
,...
CO
‘...
0-•
,-.
CO
,,.-
0')
.0.
20
N
(0
C
0)
ti E
V 0
CO N
• o • a
o
ar
o c
'O^ . z
U
o_ )
Oaf 11J
TA 0
t O N
O
o N CO
LLo�
O O O @
zv o (?
U V N
>` 0) 0) 0 .+
v ° ° o�
a a L.
n. 0- c
U O
w
co ti
0 )
N
Addendum No. 4
Your Vendor Number
Conatser Construction TX, LP
Your Company Name
Your Bid
0
o
O
N
0
O
O
O
69
0
o
O
O
CV
/9
0
O•
0
O
69
0
O•
0
O
69
0
O•
0
O
'9
0
o
O
O
69
0
0
No
N
C969
0
0
O
6
0
0
V'
N
CO
0
0•
0
O
0
0
O
4/
6
0
0•
O
O
$151,239.00
Your Unit
Price
0
0
(D
0
0
O
69
0
0
O
69
0
0
O
69
0
0
O
69
0
0
O
69
0
0
O
0
(V
69
$185.00
0
O
O
0
M
69
0
O
O
CO
69
0
O
O
(0
69
0
O
O
0
N
69
0
O
O
0
69
N
250.00
0
O
0
M
40.00
80.00
50.00
50.00
00
12.00
00
a-
18.00
0
.-
0
e-
0
6-
Total Bid This Unit
c CO
7 N
i
a)
LF
(>- .)
CY
CY
U
LS
>
w
VF
w
w
PAY ITEM DESCRIPTION
Pavement -Concrete on 2/27 Concrete Base - (STR-031) — Install
Concrete -Encasement — Install
Cement Stabilized Backfill — Install
Fill Material - Type B Backfill — Install
Concrete - Type B (for Miscellanious Placement) — Install
Concrete - Type E (for Miscellaneous Placement) — Install
Traffic Control (SP-92 Prepare and Maintain) — Install
Manhole -Paint & coating interior
Manhole -Drop Std 4 ft dia-( to 6 ft depth)
Manhole Extra Depth
D-hole-Exploratory Excavation— Study
Standard 6' Modified Square Storm Drain Manhole
Storm Water Pollution Prevention Plan - Install
0
ra 2
Concrete
0)
d
U
0
Cement
Other
Concrete
Concrete
ServiceCS
Other
0)
U
0
d
V
0
0
U
d
u)
Concrete
ServiceCS
CPMS Record
Number
MV
V'
0
O
O
m
BID-00841
N
0
O
0
m
VN'
N
0
o
0
m
M
CO
0
0
0
m
M
00
0
0
0
m
(0
0
0
0
m
<-
N
0
O
0
m
0
N
0
O
0
m
v-
N
0
O
0
m
N
0
O
0
0]
.n-
0
O
0
m
O
0
m
M
Line Number
N
N
24
N
26
N
28
29
M
M
M
M
412
ct
c
"E 00 a)
o1•••
`-
co cu
ca cr,
•
a) co c-
2 Tv. • z
U.J CO
0 V; 0 CS-
=
6
0)
-t co 0
o g 0 co
LL 2 ci cz;
"6 , • z
>s a) a) T.)"
0- a.
a. °- E
0
tco
r.
cu
csc
Addendum No. 4
Your Vendor Number
Your Company Name
a)
:0
co
Your Bid
0
vi
2
C0
E 9
0
r \i
r
(0
ct-i
v-
0
c
u
N
o'
CO
$34,815.00
0s-.
u-i
0
CO
8"
$12,288.00
o
0
6
CO
0
r-
$10,785.00 I
o0N:
01
cD
,-
0
cc2q,
cc0
(0
.-•
0
ccor,
<,..
-:r
$11,334.00 I
0
06CO
a)
o
oo,$)•
CO
0
tar)>•
0
0
-c4v•-
00
0
oc)•
"t
oi
9
oc
co;
0
Your Unit
Price
$35.00
o
o
Co
$2.75
0
0
tri
COCO
69
0
9
0
0
$3.00
0
0
_.
0
--
(9
cp.
7;
09
.
CO
Cs4
69
0
o
oj
69
09
.
LC)
--
69
0
o
69
0
0
69
0
0
EA
0
(0
67).
8 .
a
8 .
67,
8 .
ca
0
0
u,
T-
69
0°
c5
N
69
.'
47,
co
Z
0
0
C0
•ttt-
c.i
d
1,709.00
0
0
0
o
O
e-
0
O
.
,-
<-
(NI
5,921.00
o
°
.
v-
CD
co
vi
0
0
6
0)
o
Nr-
706.00
10,785.00
1,508.00
0
0
<5
CO
to..
‘--•
108.00
0
o
a(016'
V)
a)
0
0 •
ap
4.)-
4,995.00
0
0
<5
°
CI.
,...
p
0,
ZT>
114.00
4.00
0c
O
,-
4.00
o
;.-. o
c ft,
n 4)
>-
(4)
CY
SY
TON
LF
0.
(4)
SF
LF
LF
SY
SF
LF
>-
0
SF
LF
SF
LF
CY
EA
0)
-J
EA
PAY ITEM DESCRIPTION
Pavement-7.5 Inch Reinforced Conrete - Install
Pavement -Unclassified Street Excavation - Remove
Subgrade-6 Inch -Lime Stabilized - Install
Subgrade-Lime for Stabilization- Install
Curb- 7 inch - Install
Driveway- 6 Inch Concrete - Install
Walk-4 Ft - Install
Pavement -Header - Install
Pavement -Silicone Joint Sealant - Install
Pavement -Transition -Min 6 Inch HMAC- Install
Walk-ADA Wheelchair Ramp - Install
4" Pipe Underdrain, Type 5
Topsoil 6 Inch - Install
Driveway - Remove
Curb & Gutter - Remove
Walk - Remove
Remove & Reconstruct Retaining Wall Per Plan Details
Fill Material - Borrow - Install
Meter Box - Adjustment - Services
Utility Adjustment -Repair
Water Valve Box -Adjustment
To
Concrete
ServiceCS
Lime
E
Concrete
Concrete
a)
2
td
0
0
Concrete
Other
Asphalt
a)
2
2
0
0
PVC
Sot
ServiceCS
ServiceCS
co
0
a)
0
•L
a)
0)
Other
T5
u)
ServiceCS
ServiceCS
c o
0
c.9_
a)
co
CPMS Record
Number
0
10
vt
0
9
a
E
N
I"-
It
0
9
a
E
<0
CO
vt
0
9
a
E
<0
0)
'4'
0
9
O
E
CO
v1"
CO
0
9
0
E
V'
0
vt
CD
9
0
E
0
CO
<0
0
9
a
E
('4
CO
vt
0
9
0
E
0)
CO
vt
0
c?
0
E-10-
v.
I"-
VI-
CD
c?
0
E-0
N
CO
<0
0
9
a
Ea
,)5
N
0)
0
c?
a
'Ed
r-
vt
(-
0
9
a
Fri
N
0
Vt
0
9
a
EF)
vt
N
vt
0
9
a
"if)
0)
('4
<0
0
9
a
Cor
N
s-
VI"
0
9
a
Fa
CO
<0
0
9
a
E
(0-4-
CO
0
9
a
EL)
vl"
0
9
a
05
r-
CO
0
9
0
Er3
Line Number
15
',
• r . '
18
.,_
20
NC
Addendum No. 4
Your Vendor Number
Your Company Name
(
3
Your Bid
\
\
0
\
\
\
s
§
j
8
k
to
Your Unit
Price
00'0Z$
EA
69
69
EA
Z.
0
J
235.00
0
8.00
0
N.
0
m
0
<-
Total Bid This Unit
� u)
�)
LF
LS
w
w
/
LS
PAY ITEM DESCRIPTION
Curb -Curb & Gutter as Directed by Inspector — Replace
Traffic Control (SP-92 Prepare and Maintain) — Install
Sign- Project Designation — Install
Inlet- Inline - 5 Ft — Install
Inlet- Inline - 10 Ft — Install
Storm Water Pollution Prevention Plan -Install
co
k
■
Concrete
ServiceCS
Other
Concrete
Concrete
ServiceCS
CPMS Record
Number
$
0
_
BID-00181
f
0
EEEE
r
0
0
\
Line Number
22
Q
4
m
m
%
Addendum No. 4 (City Project No. 01270, DOE No. 6178)
TOTAL UNIT 1 - WATER LINE REPLACEMENTS $ a (Q 5, 553. "a
TOTAL UNIT 2 - SANITARY SEWER REPLACEMENTS $ 15 I , a39•0U
TOTAL UNIT 3 - PAVING & DRAINAGE REPLACEMENTS $ LP lQc , FSO9• 00
**** TOTAL AMOUNT OF BID - UNIT 1, UNIT 2 & 3
**** THIS TOTAL TO BE READ AT BID OPENING
8 of 11
,O19)(Doi.°
Addendum No. 4(City Project No. 01270, DOE No. 6178)
* Type of Pipe Used
PVC C 900 DR-14:
DIP Class 51:
LIST OF CAST IRON FITTINGS
AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID
Number of Fittings
Size
Type
Weight
(Ibs)
Total Weight
(Ibs)
1
12"X8"
TEE
30 0
3 o 0
8
8"X8"
TEE
z S0
'too 0
5
8"X6"
ANCHOR TEE
20 0
f o o d
1
8"
CROSS
30 0
3 0 0
1
24"X8"
TAPPING SLEEVE
0200d
2 0 0 0
9
8"
MJ SOLID SLEEVE
Z 0°
/ 8 0 O
6
6"
MJ SOLID SLEEVE
z d o
/ z 0 0
1
12"X6"
REDUCER
_2s-0
2 S— °
10
8"X6"
REDUCER
2 d 0
Zd p 0
16
8"
45 DEG. BEND
to 0
3 2 0 0
1
8"
PLUG
/pO
f 00
Contractor shall fill in blanks for "Weight and Total Weight" as part of his bid.
(weight will be based on M.J. Fittings)
9 of 11
Addendum No.4 (City Project No. 01270, DOE No. 6178)
CITY APPROVED PRODUCT AND APPROVED METHOD FOR**, ***
** CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED:
STANDARD"SPEC. NO.
E1-31
E 1-25
E1-27
E1-28
E100-2
SIZE
4" thru 30"
4" thru 15"
4" thru 15"
18" thru 27"
18" thru 48"
Consult the "City of fort Worth, Texas, Texas Standard Product List" to obtain the Generic/Trade Name and the
Manufacturer for the •i.es listed above.
** CONTRACTOR TO INDICATE PIPE ENLARGEMENT METHOD BEING
USED AND PROVIDE NAME OF CONTRACTOR FOR INSTALLATION:
PIM Method
T.R.S. System
McConnell Method
Expanded System
Note: Only tee service connections will be allowed.
Name of Subcontractor if Applicable
Name of Subcontractor if Applicable
Name of Subcontractor if Applicable
Name of Subcontractor if Applicable
Failure to provide the information required above may result in rejection of bid as non -responsive.
Only products listed above will be allowed for use in this project. Any substitution shall result in rejection
of bid as non -responsive.
10 of 11
Addendum No. 4 (City Project No. 01270, DOE No. 6178)
Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal
contract and will deliver an approved Surety Bond and such other bonds as required by the Contract
Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5%
is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds
are not executed and delivered within the time above set forth, as liquidated damages for the delay and
additional work caused thereby.
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant plans.
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as
amended by City Ordinance No. 7400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within 270 calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of
a.
b.
Nonresident bidders in the State of , our principal place of
business, are required to be percent lower than resident bidders by state law.
A copy of the statute is attached.
Nonresident bidders in the State of , our principal place of
business, are not required to underbid resident bidders.
The principal place of business of our company or our parent company or majority owner is
in the State of Texas.
Receipt is acknowledged of the following
addenda:
Addendum No. l ✓
Addendum No
Addendum No.
Addendum No.
Addendum No.
Addendum No. 6:
11 of 11
Respectfully submitted,
By:
Title:
Company:
Address:
Date:
n
Cow tsorCrinstru cti onT%() t--0
e D. O1 . t64 %-[&
J G Y1 051 c),_o
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Nonresident vendors in
business, are required to be
by State law. A copy of the Statute is
Nonresident vendors in
(give State), our principal place of
percent lower than resident bidders
attached.
place of business, are not required to
(give State), our principal
underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas.
BIDDER:
CONATSER
CONSTRUCTION TX, LP
Company
P.O. Box 15448
Fort Worth, TX 76119
Address
City/State/Zip
By:
(Please print)
Title:
Jerry Conatser, President of
Conatser Management Group, Inc. G.P.
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
SECTION 5
GENERAL AND SPECIAL CONDITIONS
AND
SPECIAL PROVISIONS
PART C - GENERAL CONDITIONS
TABT,E OF CONTENTS
MAY 5, 2011
TABLE OF CON I FNTS
C1-1 DEFINITIONS C1-1 (1)
C1-1.1 Definition of Terms C1-1 (1)
C1-1.2 Contract Documents C1-1 (2)
C1-1.3 Notice to Bidders C1-1 (2)
C1-1.4 Proposal C1-1 (2)
C1-1.5 Bidder C1-1 (2)
C1-1.6 General Conditions C1-1 (2)
C1-1.7 Special Conditions C1-1 (2)
C1-1.8 Specifications C1-1 (2)
C1-1.9 Bonds C1-1 (2)
C1-1.10 Contract C1-1 (3)
C1-1.11 Plans C1-1 (3)
C1-1.12 City C1-1 (3)
C1-1.13 City Council C1-1 (3)
C1-1.14 Mayor C1-1 (3)
C1-1.15 City Manager C1-1 (3)
C1-1.16 City Attorney C1-1 (3)
C1-1.17 Director of Public Works C1-1 (3)
C1-1.18 Director, City Water Department C1-1 (3)
C1-1.19 Engineer C1-1 (3)
C1-1.20 Contractor C1-1 (3)
C1-1.21 Sureties C1-1 (4)
C1-1.22 The Work or Project C1-1 (4)
C1-1.23 Working Day C1-1 (4)
C1-1.24 Calendar Days C1-1 (4)
C1-1.25 Legal Holidays C1-1 (4)
C1-1.26 Abbreviations C1-1 (4)
C1-1.27 Change Order C1-1 (5)
C1-1.28 Paved Streets and Alleys C1-1 (5)
C1-1.29 Unpaved Streets or Alleys C1-1 (6)
C1-1.30 City Street C1-1 (6)
C1-1.31 Roadway C1-1 (6)
C1-1.32 Gravel Street C1-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.1 Proposal Form
C2-2.2 Interpretation of Quantities
C2-2.3 Examination of Contract Documents and Site of Project
C2-2.4 Submitting of Proposal
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
(1)
C2-2.5
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2.11
C2-2.12
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (4)
C2-2 (4)
C2-2 (4)
C3-3 AWARD AND EXECUTION OF DOCUMENTS:
C3-3.1 Consideration of Proposals C3-3 (1)
C3-3.2 Minority Business Enterprise/Women Business C3-3 (1)
Enterprise Compliance
C3-3.3 Equal Employment Provisions C3-3 (1)
C3-3.4 Withdrawal of Proposals C3-3 (1)
C3-3.5 Award of Contract C3-3 (2)
C3-3.6 Return of Proposal Securities C3-3 (2)
C3-3.7 Bonds C3-3 (2)
C3-3.8 Execution of Contract C3-3 (3)
C3-3.9 Failure to Execute Contract C3-3 (3)
C-3-3.10 Beginning Work C3-3 (4)
C3-3.11 Insurance C3-3 (4)
C3-3.12 Contractor's Obligations C3-3 (6)
C3-3.13 Weekly Payrolls C3-3 (6)
C3-3.14 Contractor's Contract Administration C3-3 (6)
C3-3.15 Venue C3-3 (7)
C4-4
C4-4.1
C4-4.2
C4-4.3
C4-4.4
C4-4.5
C4-4.6
C4-4.7
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Construction Schedule
Schedule Tiers Special Instructions
C5-5 CONTROL OF WORK AND MATERIALS
C5-5.1 Authority of Engineer
C5-5.2 Conformity with Plans
C5-5.3 Coordination of Contract Documents
C5-5.4 Cooperation of Contractor
C5-5.5 Emergency and/or Rectification Work
C5-5.6 Field Office
C5-5.7 Construction Stakes
(2)
C4-4 (1)
C4-4 (1)
C4-4 (1)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 (6)
C5-5 (1)
C5-5 (1)
C5-5 (1)
C5-5 (2)
C5-5 (2)
C5-5 (3)
C5-5 (3)
C5-5.8 Authority and Duties of City Inspector C5-5 (3)
C5-5.9 Inspection C5-5 (4)
C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4)
C5-5.11 Substitute Materials or Equipment C5-5 (4)
C5-5.12 Samples and Tests of Materials C5-5 (5)
C5-5.13 Storage of Materials C5-5 (5)
C5-5.14 Existing Structures and Utilities C5-5 (5)
C5-5.15 Interruption of Service C5-5 (6)
C5-5.16 Mutual Responsibility of Contractors C5-5 (7)
C5-5.17 Clean -Up C5-5 (7)
C5-5.18 Final Inspection C5-5 (8)
C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 Laws to be Observed C6-6 (1)
C6-6.2 Permits and Licenses C6-6 (1)
C6-6.3 Patented Devices, Materials, and Processes C6-6 (1)
C6-6.4 Sanitary Provisions C6-6 (1)
C6-6.5 Public Safety and Convenience C6-6 (2)
C6-6.6 Privileges f Contractor in Streets, Alleys, C6-6 (3)
and Right -of -Way
C6-6.7 Railway Crossings C6-6 (3)
C6-6.8 Barricades, Warnings and Flagmen C6-6 (3)
C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4)
C6-6.10 Work Within Easements C6-6 (5)
C6.6.11 Independent Contractor C6-6 (6)
C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6)
C6-6.13 Contractor's Claim for Damages C6-6 (8)
C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8)
C6-6.15 Temporary Sewer and Drain Connections C6-6 (8)
C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9)
C6-6.17 Use of a Section or Portion of the Work C6-6 (9)
C6-6.18 Contractor's Responsibility for the Work C6-6 (9)
C6-6.19 No Waiver of Legal Rights C6-6 (9)
C6-6.20 Personal Liability of Public Officials C6-6 (10)
C6-6.21 State Sales Tax C6-6 (10)
C7-7 PROSECUTION AND PROGRESS
C7-7.1 Subletting C7-7 (1)
C7-7.2 Assignment of Contract C7-7 (1)
C7-7.3 Prosecution of The Work C7-7 (1)
C7-7.4 Limitation of Operations C7-7 (2)
C7-7.5 Character of Workmen and Equipment C7-7 (2)
C7-7.6 Work Schedule C7-7 (3)
C7-7.7 Time of Commencement and Completion C7-7 (3)
C7-7.8 Extension of Time Completion C7-7 (3)
(3)
C7-7.9 Delays C7-7 (4)
C7-7.10 Time of Completion C7-7 (4)
C7-7.11 Suspension by Court Order C7-7 (5)
C7-7.12 Temporary Suspension C7-7 (5)
C7-7.13 Termination of Contract due to National Emergency C7-7 (6)
C7-7.14 Suspension or Abandonment of the Work C7-7 (6)
and Annulment of the Contract:
C7-7.15 Fulfillment of Contract C7-7 (8)
C7-7.16 Termination for Convenience of the Owner C7-7 (8)
C7-7.17 Safety Methods and Practices C7-7 (11)
C8-8 MEASUREMENT AND PAYMENT
C8-8.1 Measurement Of Quantities C8-8 (1)
C8-8.2 Unit Prices C8-8 (1)
C8-8.3 Lump Sum C8-8 (1)
C8-8.4 Scope of Payment C8-8 (1)
C8-8.5 Partial Estimates and Retainage C8-8 (2)
C8-8.6 Withholding Payment C8-8 (3)
C8-8.7 Final Acceptance C8-8 (3)
C8-8.8 Final Payment C8-8 (3)
C8-8.9 Adequacy of Design C8-8 (4)
C8-8.10 General Guaranty C8-8 (4)
C8-8.11 Subsidiary Work C8-8 (4)
C8-8.12 Miscellaneous Placement of Material C8-8 (4)
C8-8.13 Record Documents C8-8 (4)
(4)
PART C - GENERAL CONDITIONS
C1-1 DEFINITIONS
SECTION C1-1 DEFINITIONS
C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A - NOTICE TO BIDDERS
PART B - PROPOSAL
PART C - GENERAL CONDITIONS
PART D - SPECIAL CONDITIONS
PART E - SPECIFICATIONS
PERMITS/EASEMENTS
PART F - BONDS
PART G - CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yellow
Brown
Green
El -White
E2-Golden Rod
E2A-White
Blue
White
White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A - NOTICE TO BIDDERS (Advertisement) same as above
PART B - PROPOSAL (Bid)
PART C - GENERAL CONDITIONS
PART D - SPECIAL CONDITIONS
PART E - SPECIFICATIONS
PERMITS/EASEMENTS
PART F - BONDS
PART G - CONTRACT
PART H - PLANS (Usually bound separately)
C1-1 (1)
C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders.
C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence..
C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a. Performance Bond (see paragraph C3-3.7)
b. Payment Bond (see paragraph C3-3.7)
c. Maintenance Bond (see paragraph C3-3.7)
d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and
C2-2.6)
C1-1 (2)
C1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents.
C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location, dimension and position of the
various elements of the project, including such profiles, typical cross -sections, layout
diagrams, working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties.
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous.
C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas.
C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem
of the City of Fort Worth, Texas.
C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as , the City Engineer, or his duly
authorized representative.
C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant, or agents.
C1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents, engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
C1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work, acting
C1-1 (3)
directly or through a duly authorized representative. A sub -contractor is a person, firm,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
C1-1.21 SUREImS: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays, in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions
as permitted in paragraph C7-7.6
C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows:
1. New Year's day
2. M.L. King, Jr. Birthday
3. Memorial Day
4. Independence Day
5. Labor Day
6. Thanksgiving Day
7. Thanksgiving Friday
8. Christmas Day
9. Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations. Employees working calendar day operations will
consider the calendar as the holiday.
C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
C1-1 (4)
AASHTO - American Association of State MGD - Million Gallons
Highway Transportation Officials per Day
ASCE - American Society of Civil CFS - Cubic Foot per
Engineers Second
IAW - In Accordance With Min. - Minimum
ASTM American Society of Testing Mono. - Monolithic
Materials % - Percentum
AWWA - American Water Works R - Radius
Association I.D. - Inside Diameter
ASA - American Standards Association O.D. - Outside Diameter
HI - Hydraulic Institute Elev. - Elevation
Asph. - Asphalt F - Fahrenheit
Ave. - Avenue C - Centigrade
Blvd. - Boulevard In. - Inch
CI - Cast Iron Ft. - Foot
CL - Center Line St. - Street
GI - Galvanized Iron CY - Cubic Yard
Lin. - Linear or Lineal Yd. - Yard
lb. - Pound SY - Square yard
MH - Manhole L.F. - Linear Foot
Max. - Maximum D.I. - Ductile Iron
C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which° may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4. Concrete, with or without separate base material.
5. Any combination of the above.
C1-1 (5)
C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys."
C1-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated.
C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four (`4) feet back of the average edge of pavement where
no curb exists.
C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
C1-1 (6)
SECTION C - GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2 (1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents.
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually.agreed that the submission of a proposal
is prima -facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures, additions not called for, conditional or uncalled for
alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened.
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids.
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered. Each. proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non -consideration must be made in writing, addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non -consideration are opened and publicly read aloud, the proposals for which non -
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2 (3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non -consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for,
unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to, the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" - Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2 (4)
PART C - GENERAL CONDITIONS
C3-3 AWARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS:
C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re -advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman -owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed forty-five (45) days after the
date of opening proposals, and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award.
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
have been determined for comparison of bids, the Owner may, at its, discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
b. MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10.
c. PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56th Legislature, Regular Session, 1959, effective April 27,
1959, and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made.
d. OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas, and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that.
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may annual the Award. By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee's
failure to execute said bonds and contract within ten (10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the Awardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3.11 INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub -contractor's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub -contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub -contractors.
a. COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub -contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500,000 covering each
occurrence on account of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage.
c. ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above -mentioned policies, and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability (covers General Contractor's Liability for acts
of sub -contractors).
C3-3 (4)
2. Blasting, prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation fif
excavation are performed adjacent to same).
4. Damage to underground utilities for $500,000.
5. Builder's risk (where above -ground structures are involved).
6. Contractual Liability (covers all indemnification requirements of
Contract).
d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this' Contract, Comprehensive Automobile Liability Insurance in an
amount not less than .$250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub -contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub -contractors, should the Prime
Contractor's insurance not cover the sub -contractor's work operations.
g.
LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
performance, payment, maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth. Tarrant County, Texas. Each such
agent shall be a duly qualified, one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth -
Dallas area. The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials, labor and services when due.
C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person, persons, partnership, company, firm, association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth -Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office (or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth
Dallas metropolitan area, notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
appropriately signed and sealed, as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents. The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work, or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
C3-3 (7)
PART C - GENERAL CONDITIONS
C4-4 SCOPE OF WORK
SECTION C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
C4-4 (1)
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole. Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents.
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and (4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
(4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
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.
C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i.e. file formats associated with the
scheduling software). The approved scheduling software systems are indicated in the
Schedule Guidance Doucument. The Schedule Guidance Document is located on Buzzsaw
and is hereby made a part of this contract document by reference for all purposes, the
same as if copies verbatim herein.
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration, resource allocation, and logic issues.
C4-4 (3)
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any.
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction
schedule.
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub -
activities in enough detail to achieve sub -activities of no greater than 20 days duration.
The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of
this contract document by reference for all purposes, the same as if copies verbatim
herein.
For each general activity, the construction schedule shall identify all trades or
subcontracts applicable to the project whose work is represented by activities that follow
the guidelines of this section.
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction, pre -acceptance activities, and
C4-4 (4)
events in their logical sequence for equipment and materials. Include applicable activities
and milestones such as:
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall
prepare and submit monthly, no later than the last day of every month, to the OWNER
for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the
OWNER's Schedule Guidance Document inclusive. As the Work progresses, the
CONTRACTOR shall enter into the schedule and record actual progress as described in the
Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule -related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a. The CONTRACTOR's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates, submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
C4-4 (5)
C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion
of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR
shall take such action as necessary to improve his progress. In addition, the OWNER
may require the CONTRACTOR to submit a revised schedule demonstrating his program
and proposed plan to make up lag in schedule progress and to ensure completion of the
Work within the allotted Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the
contract documents. The requirements for each Tier are described below.
CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document
provided in the Contract Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the
scheduling software shall be cost -loaded with the total contract dollars
associated with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2. Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON -
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars. It is
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements, and additionally the following:
• Labor resources (Man -Hours) shall be loaded into the scheduling
software using the "LABOR" resource type with man-hours and
without cost.
C4-4 (6)
PART C - GENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5. 1 AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished, work performed, rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations, and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross -sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications, special conditions shall govern over general conditions and standard
specification, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in the
C5-5 (1)
Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings, specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call, as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determines that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
C5-5.5 EMERGENCY AND/OR RECTMCATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar -day or a working -day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
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 shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project.
C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air
conditioned, lighted, and weather proof, so that documents will not be damaged by the
elements.
C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish
the Contractor with all lines, grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
C5-5 (3)
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK: All work,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense. Work done beyond
the lines and grades given or as shown on the plans, except as herein specially provided,
or any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work.
C5-5.11 SUBSTITUTE MATERIALS OR EOUIPMENT: If the Specifications,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
C5-5 (4)
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense. Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the
Engineer, or as called for in the Contract Documents, tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided. The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furnishing materials and equipment fully conforming to the requirements of the Contract
Documents. Tests and sampling of materials, unless otherwise specified, will be made in
accordance with the latest methods prescribed by the American Society for Testing
Materials or specific requirements of the Owner. The Contractor shall provide such
facilities as the Engineer may require for collecting and forwarding samples and shall not,
without specific written permission of the Engineer, use materials represented by the
samples until tests have been made and the materials approved for use. The Contractor
will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum, and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed, and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prior to the
placing of concrete, using samples from the same aggregate, cement, and mortar which
are to be used later in the concrete. Should the source of supply change, new tests shall be
made prior to the use of new materials.
C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the
construction contract shall be stored so as to insure the preservation of quality and fitness
of the work. When directed by the Engineer, they shall be placed on wooden platforms or
other hard, clean durable surfaces and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt
inspection.
C5-5.14 EXISTING STRUCTURES AND UTILI'1mS: The location and dimensions
shown on the plans relative to the existing utilities are based on the best information
available. Omission from, the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains, water mains, conduits, sewer lines and service lines for
C5-5 (5)
all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight (48)
hours in advance' of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
C5-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
1. Notify the Water Department's Distribution Division as to
location, time; and schedule of service interruption.
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the . event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
C5-5 (6)
"NOTICE"
Due to Utility Improvement in your neighborhood, your
(water) (sewer) service will be interrupted on
between the hours of and
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate.
C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub -contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim.
C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice, 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.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site of the project all surplus and discarded materials, temporary
structures, and debris of every kind. He shall leave the site of all work in a neat and
orderly condition equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project.
C5-5 (7)
C5-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification. After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
C5-5 (8)
PART C - GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY •
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade -mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFhTY AND CONVENIENCE: Materials or equipment
stored about the work shall be placed and used, and the work shall at all times be so
conducted, as to cause no greater obstruction or inconvenience to the public than is
considered to be absolutely necessary by the Engineer. The Contractor is required to
maintain at all times all phases of his work in such a manner as not to impair the safety or
convenience of the public, including, but not limited to, safe and convenient ingress and
egress to the property contiguous tot he work area. The Contractor shall make adequate
provisions to render reasonable ingress and egress for normal vehicular traffic, except
during actual trenching or pipe installation operations, at all driveway crossings. Such
provisions may include bridging, placement or crushed stone or gravel or such other
means of providing proper ingress and egress for the property served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic, with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed
except by special peiiuission of the Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any -street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys, or other public
places or other rights -of -way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City. The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights, and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
Iight at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into, any work under
C6-6(3)
construction or being maintained. The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work, and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27,
29, 30 and 31.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign. If the
• temporary sign is not installed correctly or if it does not meet the required specifications,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can be re-
installed, the Contractor shall again contact the Signs and Markings Division to re -install
the permanent sign and shall leave his temporary sign in place until such re -installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of banicades, signs, fences, lights, or watchmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades, signs, fences
and lights, and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period, as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to
use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property. The Contractor shall notify
the proper representative of any public service corporation, any company, individual, or
utility, and the Owner, not less than twenty-four hours in advance of the use of any
C6-6(4)
activity which might damage or endanger their or his property along or adjacent to the
work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights -of -way or
work area considered necessary by the Contractor shall be provided by him at his
expense. Such additional rights -of -way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights -of -way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns,
fences, culverts, curbing, and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work.
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the' execution of the work, or in
consequence of non -execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing, rebuilding, or otherwise
C6-6(5)
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross -braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area. The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore, no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without . notice when a nuisance or hazardous condition results,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same, and shall
be solely responsible for the acts and omissions of its officers, agents, servants,
employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers, agents, employees, contractors, subcontractors, licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers, agents, employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-fmal payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25th day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or workmanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth,
and organization which qualifies for exemption pursuant the provisions of Article 20.04
(H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State ComptrolIer's Ruling .011, and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly -owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6(10)
PART C - GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7.1 SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of workmen under his immediate superintendance, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall continence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and Iabor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EX 1'ENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who, in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful, intemperate,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in C1-1.23 "WORKING DAYS" or
[he date stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing [hat the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
b. Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires.
C7-7.7 THv1E OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes,
or delays of sub -contractors due to such causes.
C7-7(3)
When the date of completion is based on a calendar day bid, a request for extension of
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS: 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. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 , inclusive $ 35.00
$ 5,001 to $ 15,000 inclusive $ 45.00
$ 15,001 to $ 25,000 inclusive $ 63.00
$ 25,001 to $ 50,000 inclusive $ 105.00
$ 50,001 to $ 100,000 inclusive $ 154.00
$ 100,001 to $ 500,000 inclusive $ 210.00
$ 500,001 to $ 1,000,000 inclusive $ 315.00
$ 1,000,001 to $ 2,000,000 inclusive $ 420.00
$ 2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such 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.
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 as set forth in
Paragraph C7-7.8 EX PENSION OF THETIME OF COMPLETION, and should it be
C7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
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 Engineer 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.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
c. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations.
d. Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents.
g.
Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
i. A 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.
j. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, withwritten consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
C7-7(7)
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under this contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated, and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. 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
C7-7(8)
claim, demand or suit shall be required of the Owner regarding such
discretionary action
B. CONTRACTOR ACTION: After receipt of a notice of termination,
and except as otherwise directed by the Engineer, 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 Owner and deliver in the manner, at the
times, and to the extent, if any, directed by the Engineer:
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 Owner.
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 Engineer
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.
At a time not later than 30 days after the termination date specified in the
notice of .termination, the Contractor may submit to the Engineer 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
C7-7(9)
which has been directed or authorized by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
C. TERMINATION CLAIM: Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
D. AMOUNTS: Subject to the provisions of Item C7-7.1(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided, that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph.
E. FAILURE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7.16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner 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 [he amounts
determined. No amount shall be due for lost or anticipated profits.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(1 0)
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for, or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
H. NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury, including death, or damage
in connection with the work.
C7-7(11)
PART C - GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANT1'IThS: The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and item
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall'include the furnishing by the Contractor of all labor, tools, materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finishing costs, overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other clauses, delays,
profits, injuries, damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph C5-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal reservations,
C8-8(1)
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections, or damage, and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8.5 PARTIAL' ESTIMATES AND RETAINAGE: Between the 1S` and the 5thl
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000.00, or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25)
days after the regular estimate period. The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85% of the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates.
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and such estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract.
C8-8(2)
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection. The
Engineer shall notify the appropriate officials of the Owner, will within a reasonable time
make such final inspection, and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms, associations, corporations, or other organizations
furnishing labor and/or materials have been paid in full,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal injury and/or property
damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner 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 said City relating to or connected with the Contract.
C8-8(3)
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents. It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in 'which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one -
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda, modifications, shop drawings and samples at the
C8-8(4)
site, in good order and annotated to show all changes made during the construction
process. These shall be delivered to the Engineer upon completion of the work.
C8-8(5)
SECTION CI:
SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS
A. General
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the l0th day and 251h day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which al the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the net
voice value thereof. The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate.
For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent
(10%). For contracts of $400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to connection in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and
replaced with D-3 of Part D - Special Conditions.
D. C3-3.1 I INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, (told harmless and defend, at its own expense, the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees .or invitees, whether or not any such
injury, damage or death is caused, in whole or in part, by the negligence or alleged
negligence of Owner, its officers, servants, or employees. Contractor likewise covenants
and agrees to indemnify and hold harmless the Owner from and against any and all injuries
to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any oldie terms and conditions of
this Contract, whether or not any such injury or damage is caused in whole or in mart
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In (he event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
F. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered, increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contact Documents.
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL
Revised
10/24/02
Pg. 2
INSURANCE REQUIREMENTS"
a. The City, its officers, employees and servants shall be endorsed as an additional insured
on Contractor's insurance policies excepting employer's liability insurance coverage under
Contractor's workers' compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Port Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throck norton Street, Fort Worth, -TX 76102, prior to commencement of work on the
contracted project.
c. Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non -renewal, and/or material change in policy terms or coverage.
A ten days notice shall be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current
A.M. Best rating of A: VII or equivalent measure of financial strength and solvency.
f. Deductible limits, or self -funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovety in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self -funded or commercial coverage maintained by City shall
not be called upon to contribute to Toss recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known Toss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg. 3
in. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced with the following:
The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools, materials, and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks, copyrights, or other legal reservations, and for completing the work
in an acceptable manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
f. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the following:
Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or.responsibility for faulty materials or workmanship. 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 dale of final
acceptance of the work unless a longer period is specified and shall furnish a good and sufficient
maintenance bond in the amount of 100 percent of the amount of the contract which shall assure
the performance of the general guaranty as above outlined. The Owner will give notice of observed
defects with reasonable promptness.
Revised
10/24/02
Pg. 4
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent that
the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2.
J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the
following:
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project as
designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas
76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non -consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non -consideration are opened and publicly read aloud, the proposals for
which non -consideration requests have been properly filed may, at the option of the
Owner, be returned unopened.
• C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any lime prior to the time set for opening
proposals, provided such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further, that the City
Manager is satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours alter the proposal
opening time, no further consideration will be given to the proposal
K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated
November 1, 1987; (City let projects) make the following revisions:
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to
read:
Revised
10/24/02
Pg. 5
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted, or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3.1 1 INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8.14 RIGI-IT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance notice
of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows:
Revised
10/24/02
1. 50 copies and under - 10 cents per page
Pg. 6
2, More than 50 copies - 85 cents for the first page plus
fifteen cents for each page thereafter
M. SITE PREPARATION:
The Contractor shall clear rights -of -way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6.10 work
within easements, page C6-6(4), part C - General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price oldie pipe.
N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
deleted in its entirety and replaced with the following:
Upon request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WISE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books, records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE. The
misrepresentation of facts (other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal, state or local laws or ordinances relating
to false statements; further, any such misrepresentation (other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years.
Revised
10/24/02
1'g. 7
P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with
the following:
Revised
10/24/02
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code, including the payment of not Tess than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,
Texas Government Code. Such prevailing wage rates are included in these contract
documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that sho\v (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. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to
Audit (Rev. 9/30/02) pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is Tess, an affidavit
staling that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Pg. 8
PART D - SPECIAL CONDITIONS
D-1 GENERAL 3
D-2 COORDINATION MEETING 6
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 6
D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT 8
D- 5 CROSSING OF EXISTING UTILITIES 8
D- 6 EXISTING UTILITIES AND IMPROVEMENTS 9
D- 7 • CONSTRUCTION TRAFFIC OVER PIPELINES 9
D- 8 TRAFFIC CONTROL 10
D- 9 DETOURS 11
D- 10 EXAMINATION OF SITE 11
D- 11 ZONING COMPLIANCE 11
D- 12 WATER FOR CONSTRUCTION 11
D- 13 WASTE MATERIAL 11
D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE 11
D- 15 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES 12
D- 16 BID QUANTITIES 12
D- 17 CUTTING OF CONCRETE 12
D- 18 PROJECT DESIGNATION SIGN 13
D- 19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT 13
D- 20 MISCELLANEOUS PLACEMENT OF MATERIAL 13
D- 21 CRUSHED LIMESTONE BACKFILL 14
D- 22 2:27 CONCRETE 14
D- 23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION 14
D- 24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS 15
D- 25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) 16
D- 26 SANITARY SEWER MANHOLES 17
D- 27 SANITARY SEWER SERVICES 20
D- 28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES 21
D- 29 DETECTABLE WARNING TAPES 23
D- 30 PIPE CLEANING 24
D- 31 DISPOSAL OF SPOIL/FILL MATERIAL 24
D- 32 MECHANICS AND MATERIALMEN'S LIEN 24
D- 33 SUBSTITUTIONS 24
D- 34 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER 25
D- 35 VACUUM TESTING OF SANITARY SEWER MANHOLES 28
D- 36 BYPASS PUMPING 29
D- 37 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER 29
D- 38 SAMPLES AND QUALITY CONTROL TESTING 31
D- 39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) 31
D- 40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES 32
D- 41 PROTECTION OF TREES, PLANTS AND SOIL 33
D- 42 SITE RESTORATION 33
D- 43 CITY OF FORT WORTH STANDARD PRODUCT LIST 33
D- 44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING 33
D- 45 CONFINED SPACE ENTRY PROGRAM 39
D- 46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 39
D- 47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 39
D- 48 CONCRETE ENCASEMENT OF SEWER PIPE 40
D- 49 CLAY DAM 40
02/09/2010
SC-1
PART D - SPECIAL CONDITIONS
D- 50 EXPLORATORY EXCAVATION (D-HOLE) 40
D- 51 INSTALLATION OF WATER FACILITIES 41
51.1 Polyvinyl Chloride (PVC) Water Pipe 41
51.2 Blocking 41
51.3 Type of Casing Pipe 41
51.4 Tie -Ins 42
51.5 Connection of Existing Mains 42
51.6 Valve Cut -Ins 42
51.7 Water Services 42
51.8 2-Inch Temporary Service Line 44
51.9 Purging and Sterilization of Water Lines 45
51.10 Work Near Pressure Plane Boundaries 46
51.11 Water Sample Station 46
51.12 Ductile Iron and Gray Iron Fittings 46
D- 52 SPRINKLING FOR DUST CONTROL 47
D- 53 DEWATERING 47
D- 54 TRENCH EXCAVATION ON DEEP TRENCHES 47
D- 55 TREE PRUNING 47
D- 56 TREE REMOVAL 48
D- 57 TEST HOLES 48
D- 58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION 49
D- 59 TRAFFIC BUTTONS 50
D- 60 SANITARY SEWER SERVICE CLEANOUTS 50
D- 61 TEMPORARY PAVEMENT REPAIR 50
D- 62 CONSTRUCTION STAKES 50
D- 63 EASEMENTS AND PERMITS 51
D- 64 PRE -CONSTRUCTION NEIGHBORHOOD MEETING 51
D- 65 WAGE RATES 52
D- 66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) 54
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS 56
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD 56
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION 56
D-71 AIR POLLUTION WATCH DAYS 57
D-72 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS 57
02/09/2010
SC-2
PART D - SPECIAL CONDITIONS
This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 —
Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is
additive to any provision in Part C — General Conditions and part Cl — Supplementary Conditions
to Part C of the Contract are to be read together. Any conflict between Part C — General
Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR: PROJECT DESCRIPTION
CIP 2008, Council District 7, City Project No. 01270, DOE No. 6178
TPW No. C204-541200-207400127083
Water Project No. P253-541200-60-170127083
Sewer Project No. P258-541200-70-170127083
Paving, Water and Sanitary Sewer Replacement
Belle Place (Collinwood Ave. to Calmont Ave.)
Dorothy Lane (Lafayette Ave. to Byers Ave.)
Sutter Ave. (Crestline Rd. to Lafayette Ave.)
Washburn Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
Harley Ave. (Sutter Ave. to W. Dead End of Sutter Ave.)
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,
follow the guidelines listed below:
1. Plans
2. Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers
name, or identification include therein as specifying, referring or implying product control,
performance, quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore, work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre -
qualified with the Water Department to perform such work in accordance with procedures
02/09/2010
SC-3
PART D - SPECIAL CONDITIONS
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work.
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents.
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth,
Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the
pay item by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non -responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place. The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division, PO Box 17027, Fort Worth, Texas 76102.
B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals. A request for non -consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals. After all proposals not requested for non -
consideration are opened and publicly read aloud, the proposals for which non -consideration
requests have been properly filed may, at the option of the Owner, be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals, provided
such telegraphic communication is received by the Purchasing Manager prior to the said
proposal opening time, and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time. If such confirmation is not received
02/09/2010
SC-4
PART D - SPECIAL CONDITIONS
within forty-eight (48) hours after the proposal opening time, no further consideration will be
given to the proposal.
02/09/2010
SC-5
PART D - SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes, weekly meetings at the job site may be required to maintain the project
on the desired schedule. The contractor shall be present at all meetings.
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions:
1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
2. Duration of the project - includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
3. Persons providing services on the project ("subcontractor" in §406.096)- includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing,
hauling, or delivering equipment or materials, or providing labor, transportation, or other
services related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.
B. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor
providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity:
1. A certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
02/09/2010
SC-6
PART D - SPECIAL CONDITIONS
2. No later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Worker's Compensation Commission, informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
4. Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
02/09/2010
SC-7
PART D - SPECIAL CONDITIONS
7. Contractually require each person with whom it contracts, to perform as required by
paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
8. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other
civil actions.
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J. The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules. This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population. The text for the notices
shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling, or delivering equipment or materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate, for a period of time,
existing lines. The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines.
D- 5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is Tess than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
02/09/2010
SC-8
PART D - SPECIAL CONDITIONS
constructed of ductile iron pipe. The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or
neoprene coupling ASTM. C-425 with series 300 stainless steel compression straps. Backfill,
fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the
cost of which. shall be included in the price bid in the Proposal for each bid item.
D- 6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or
to show them in their exact location. It is mutually agreed that such failure shall not be considered
sufficient basis for claims for additional compensation for extra work or for increasing the pay
quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines, or other property exposed by his construction operations. Contractor shall make all
necessary provisions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility
services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities
and structures both above and below ground during construction. It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction. The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL
BE ALLOWED.
Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction, or
better, unless otherwise shown or noted on the plans, at his own cost and expense. The
Contractor shall immediately notify the Owner of the damaged utility or service line. He shall
cooperate with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the
plans as the best information available at the time of design, from the owners of the utilities
involved and from evidences found on the ground.
D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new
02/09/2010
SC-9
PART D - SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads. The Contractor shall not, at any
time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City.
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
construction operation.
D- 8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the
"Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos.
27, 29, 30 and 31.
Unless otherwise included as part of the Construction documents, the Contractor shall submit a
traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in
the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the
preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic
reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not
begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin
in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the
Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign or other
sign, which has been erected by the City. If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works
Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In
the case of regulatory signs, the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above -referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly
or if it does not meet the required specifications, the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas."
The lump sum pay item for traffic control shall cover design and / or installation, and maintenance
of the traffic control plan.
02/09/2010
SC-10
PART D - SPECIAL CONDITIONS
D- 9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area.
D- 10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D- 11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
D- 12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D- 13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed.
No more than seven days shall elapse after completion of construction before the roadway, right-
02/09/2010
SC-11
PART D - SPECIAL CONDITIONS
of -way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance. The City of Fort Worth shall give final acceptance of the
completed project work.
D- 15 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches, painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus.
The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES."
2. Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links
on the lift hook connections.
3. When necessary to work within six feet of high voltage electric lines, notification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers, de -
energize the lines, or raise or lower the lines. The work done by the power company shall
not be at the expense of the City of Fort Worth. The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case.
4. The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D- 16 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
D- 17 CUTTING OF CONCRETE
When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be
subsidiary to the unit cost of the respective item.
02/09/2010
SC-12
PART D - SPECIAL CONDITIONS
D- 18 PROJECT DESIGNATION SIGN
Project signs are required at all locations. It shall be in accordance with the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the
exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted. Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance
with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the
following information:
For Questions on this Project Call:
(817) 392-8306 M-F 7:30 am to 4:30 p.m.
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials, labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed.
D- 19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where mains are required to be placed under existing sidewalks and/or
driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width,
between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction, Item 504.
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction, Item 502.
Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair.
D- 20 MISCELLANEOUS PLACEMENT OF MATERIAL
Material has been allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by the
Engineer, depending on field conditions. Payment for miscellaneous placement of material will be
made for only that amount of material used, measured to the nearest one -tenth unit. Payment for
miscellaneous placement of material shall be in accordance with the General Contract Documents
regardless of the actual amount used for the project.
02/09/2010
SC-13
PART D - SPECIAL CONDITIONS
D- 21 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item
208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications, General Contract Documents,
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials, Construction Specifications, and General Contract Documents.
D- 22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair.
Since this call -out includes the word "concrete", the consistent interpretation of the Transportation
and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of
concrete.
D- 23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within
easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein.
1. TRENCH EXCAVATION: In accordance 'with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be
required to support the pipe with an improved trench bottom. The expense of such remedial
measures shall be entirely the Contractor's own. All trenching operations shall be confined to the
width of permanent rights -of -way, permanent easements, and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth of
the various test holes. If excavated material is obviously granular in nature, containing little or no
plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D"
Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back -fill material
is not suitable, Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general, all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces, lumps of
clay, soil, loam or vegetable matter and shall meet the following gradation:
02/09/2010
SC-14
PART D - SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P.I. = 10 or less
Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size % Retained
1" 0-10
1/2" 40-75
3/8" 55-90
#4 90-100
#8 95-100
All other provisions of this section shall remain the same.
3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested. No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City.
4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe.
D- 24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness, etc., to existing pavement as
detailed in the Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts, Figures STR-028 through STR-031.
The results of the street cores that were conducted on the project streets, to determine HMAC
depths on existing streets, are provided in these specifications and contract documents.
02/09/2010
SC-15
PART D - SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface. This finished grade shall be
maintained in a serviceable condition until the paving has been replaced. All residential driveways
shall be accessible at night and over weekends.
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width.
Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line.
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at the earliest possible date.
A permit must be obtained from the Construction Services Section by the Contractor in
conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction. This permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section.
D- 25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of
this item govern all trenches for mains, manholes, vaults, service lines, and all other
appurtenances. The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub -Part P - Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety.
C. DEFINITIONS:
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen (15) feet.
2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near -vertical surfaces between
levels.
02/09/2010
SC-16
PART D - SPECIAL CONDITIONS
3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined
away from the excavation.
4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or
"trench shields". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure. Shields can be permanent structures
or can be designed to be portable and move along as the work progresses. Shields can be
either pre -manufactured or job -built in accordance with OSHA standards.
5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights),
horizontal rails (wales) and/or sheeting.
D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation. The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools,
materials, equipment and incidentals necessary for the installation and removal of trench
safety systems.
D- 26 SANITARY SEWER MANHOLES
A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans, and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc.,
and E2-14 Vault and Manhole Construction of the General Contract Documents and
Specifications, unless amended or superseded by requirements of this Special Condition. For
new sewer line installations, the Contractor shall temporarily plug all lines at every open
manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction.
1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per
COFW Standard Detail SAN-009.
2. DELETED
3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug. The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands
shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the
surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing finish grade of the ground. The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole.
02/09/2010
SC-17
PART D - SPECIAL CONDITIONS
Manholes in open fields, unimproved land, or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade.
5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be PAMREX, or approved equal, with 30-inch clear opening. Covers shall
set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the
frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and
frames will be restricted to locations within the 100-year floodplain and areas specifically
designated on the plans.
6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole
depth is four (4) feet or Tess. All shallow cone manholes shall be built in accordance with
Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots.
NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED.
7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole.
8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness.
9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent -Seal,
Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross -sectional area or flat -tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or
any other chemical action for either its adhesive properties or cohesive strength. The Joint
sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of
the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre -formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years.
B. EXECUTION:
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above -specified materials. All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations. The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench. After removal of
the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
02/09/2010
SC-18
PART D - SPECIAL CONDITIONS
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings. Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced. Grade rings that are constructed of brick, block materials other
than pre -cast concrete rings, or where necessary and approved by the Engineer, shall be
replaced with a pre -cast flattop section. Pre -cast concrete rings, or a pre -cast concrete
flattop section will be the only adjustments allowed.
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame. If the walls or cone section below this level are structurally unsound,
notify the Engineer prior to replacement of the grade rings and manhole frame. Existing
brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense.
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris.
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed.
Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint, or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole. No steel shims, wood, stones, or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame.
In paved areas or future paved areas, castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation.
3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-
450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness.
4. The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling.
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all
labor, equipment, and materials necessary for construction of the manhole including, but not
limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include
pavement replacement, which if required, shall be paid separately.
02/09/2010
SC-19
PART D - SPECIAL CONDITIONS
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole, including, but not limited to, excavation,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating.
Payment shall not include pavement replacement, which if required, shall be paid separately.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole, including but not
limited to, joint sealing, lift hole sealing, and exterior surface coating.
Payment for concrete collars will be made per each. Payment for manhole inserts will be
made per each.
D- 27 SANITARY SEWER SERVICES
Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be
required as shown on the plans, and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps. The
service connections shall be constructed by the Contractor utilizing standard factory manufactured
tees. City approved factory manufactured saddle taps may be used, but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by -case
basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required. Severed service
connections shall be maintained as specified in section C6-6.15.
D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for Sanitary
Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet
of service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps.
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line. If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line, all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-routing, whether on public
or private property, the City shall provide line and grade for the sewer service lines as shown
on the project plans. Prior to installing the applicable sewer main or lateral and the necessary
service lines, the Contractor shall verify (by de -holing at the building clean -out) the elevations
(shown on the plans) at the building clean -out and compare the data with the elevation at the
proposed connection point on the sewer main, in order to ensure that the two (2) percent
02/09/2010
SC-20
PART D - SPECIAL CONDITIONS
minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also
be verified at all bend locations on the service re-route. All applicable sewer mains, laterals
and affected service lines that are installed without pre -construction de -holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de -holing is
conducted. All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied. If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any
sewer service for which no grade verification has been submitted. All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense. The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code. Connection to the existing sewer service line shall
be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling
A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall
remove the existing clean -out and plug the abandoned sewer service line.
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property. Furthermore, the contractor shall utilize the services of
a licensed plumber for all service line work on private property. Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route.
Payment for work and materials such as backfill, removal of existing clean -outs, plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings, surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way. Payment for all work and material involving the "tap" shall be included in the price bid for
sanitary sewer service taps.
D- 28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans, and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition.
02/09/2010
SC-21
PART D - SPECIAL CONDITIONS
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1.5 Salvaging of Materials.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade.
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade.
C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade. If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade.
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade.
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade.
G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall
be removed to the top of the full barrel diameter section, or to point not less than 18 inches
below final grade. The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean
washed sand of clean, suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface. Payment for work involved in
backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the
appropriate bid item - Abandon Existing Sewer Manhole.
02/09/2010
SC-22
PART D - SPECIAL CONDITIONS
H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting
the structure disconnected. The complete manhole, including top or cone section, all full barrel
diameter section, and base section shall be removed. The excavation shall then be backfilled
and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill,
Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer.
Surface restoration shall be compatible with surrounding surface.
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be
required to cut, plug, and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required.
J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard.
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location.
Payment will be made for salvaging, abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main, the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main.
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
D- 29 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe. The
detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall
not be less than two inches with a minimum unit weight of 21/2 pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows:
Type of Utility Color Code Legends
Water Safety Blue Caution! Buried Water Line Below
Sewer Safety Green Caution! Buried Sewer Line Below
02/09/2010
SC-23
PART D - SPECIAL CONDITIONS
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable
tapes, and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D- 30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall
be swept daily and kept clean during installation. A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage.
D- 31 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated
with obtaining the fill permit, including any necessary Engineering studies, shall be at the
Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the disposal site, Contractor shall
remove the spoil/fill material at his expense and dispose of such materials in accordance with the
Ordinances of the City and this section.
D- 32 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men's liens upon
receipt of payment.
D- 33 SUBSTITUTIONS
The specifications for materials set out the minimum standard of quality, which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material, which has
been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a
material, product, or piece of equipment bearing the name so used is furnished, it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute. Where
the term "or equal", or "or approved equal" is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose. However, the Contractor shall have the full responsibility of proving that the proposed
substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole
judge of the acceptability of substitutions. The provisions of this sub -section as related to
"substitutions" shall be applicable to all sections of these specifications.
02/09/2010
SC-24
PART D - SPECIAL CONDITIONS
D- 34 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be
abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe
enlargement, cured -in -place pipe, fold and form pipe, slip -line, etc.), shall be cleaned, and a
television inspection performed to identify any active sewer service taps, other sewer laterals
and their location. Work shall consist of furnishing all labor, material, and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television. Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high -velocity sewer line
cleaning equipment shall be constructed for easy and safe operation. The equipment shall
also have a selection of two or more high -velocity nozzles. The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned. Equipment shall also include a high -velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to
a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps,
and hydraulically driven hose reel_
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls
or other equipment, which cannot be collapsed, is used, special precautions to prevent
flooding of the sewers and public or private property shall be taken. The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible.
2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high -
velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks,
sand, and other materials and obstructions from the sewer lines and manholes. If cleaning
of an entire section cannot be successfully performed from one manhole, the equipment
shall be set up on the other manhole and cleaning again attempted. If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists, and the cleaning effort shall be abandoned.
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily. No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System, the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup, including the water usage bill. All
expenses shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned. Passing material from manhole section
to manhole section, which could cause line stoppages, accumulations of sand in wet wells,
or damage pumping equipment, shall not be permitted.
02/09/2010
SC-25
PART D - SPECIAL CONDITIONS
4. All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City.
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES.
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection. Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The
camera shall be operative in 100% humidity conditions. The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
B. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized. All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device. Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection. In addition, other points of significance
such as locations of unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded, and a
copy of such records will be supplied to the City.
02/09/2010
SC-26
PART D - SPECIAL CONDITIONS
3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes. The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections, the Contractor shall be required to re -televise and provide a good tape of the
line at no additional cost to the City. If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made.
Also, no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera.
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected. The Engineer will return tapes to the Contractor upon completion of
review.
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE -CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS: The cost for Pre -Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal, transportation and disposal of sand
and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections.
The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during
inspection, shall be incidental to TV Inspection.
02/09/2010
SC-27
PART D - SPECIAL CONDITIONS
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D- 35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes.
B. EXECUTION:
1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with
all connections in place. Lift holes shall be plugged, and all drop -connections and gas
sealing connections shall be installed prior to testing.
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole. The plugs shall be installed in the lines beyond the
drop -connections, gas sealing connections, etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read
after the required test time. The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93:
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (10"Hg - 9"Hg) (SEC)
Depth of MH. 48-Inch Dia. 60-Inch Dia.
(FT.) Manhole Manhole
0 to 16' 40 sec. 52 sec.
18' 45 sec. 59 sec.
20' 50 sec. 65 sec.
22' 55 sec. 72 sec.
24' 59 sec. 78 sec.
26' 64 sec. 85 sec.
28' 69 sec. 91 sec.
30' 74 sec. 98 sec.
For Each 5 sec. 6 sec.
Additional 2'
1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one -inch of mercury (1" Hg) after the required test time. Any manhole,
which fails to pass the initial test, must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
02109/2010
SC-28
PART D - SPECIAL CONDITIONS
Following completion of a successful test, the manhole shall be restored to its normal
condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material, labor, equipment,
and all incidentals, including all bypass pumping, required to complete the test as specified
herein.
D- 36 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be
rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to
discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement
of the sewer line.
D- 37 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub -Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection. Lighting for the camera shall
be operative in 100% humidity conditions. The camera, television monitor, and other
components of the video system shall be capable of producing picture quality to the
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
C. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line. No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
02/09/2010
SC-29
PART D - SPECIAL CONDITIONS
The importance of accurate distance measurements is emphasized. All television
inspection video tapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device. Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll -a -tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection.
Sanitary sewer mains must be laced with enough water to fill all low pints. The television
inspection must be done immediately following the lacing of the main with no water flow. If
sewer is active, flow must be restricted to provide a clear image of sewer being inspected.
2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service tap observed during inspection. All television logs shall be referenced to
stationing as shown on the plans. A copy of these television Togs will be supplied to the
City.
3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard -size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and
audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days. Equipment shall be provided to the
City by the Contractor for review of the tapes. Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections, the Contractor shall be required to re -
televise and provide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made. Also, no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: The cost for post -construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
02/09/2010
SC-30
PART D - SPECIAL CONDITIONS
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis. The quantity of TV inspection shall be
measured as the total length of new pipe installed. All costs associated with this work shall be
included in the appropriate bid item - Post -Construction Television Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D- 38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all
materials proposed to be used on the project, including a mix design for any asphaltic and/or
Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken. The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto.
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement, and mortar which are
to be used later in the concrete. The Contractor shall provide a certified copy of the test
results to the City.
C. Quality control testing of in -place material on this project will be performed by the city at its own
expense. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the City. The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requiring testing. The Contractor shall provide access and trench safety system (if required)
for the site to be tested, and any work effort involved is deemed to be included in the unit price
for the item being tested.
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
D- 39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations. The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting,
temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards,
dikes, slope drains and other devices.
B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible -earth material exposed by preparing right-
02/09/2010
SC-31
PART D - SPECIAL CONDITIONS
of -way, clearing and grubbing, the surface area of erodible -earth material exposed by
excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control
measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats,
seeding, or other control devices or methods directed by the Engineer as necessary to control
soil erosion. Temporary pollution -control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution control
features, but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be
proportional to the CONTRACTOR'S capability and progress in keeping the finish grading,
mulching, seeding, and other such permanent pollution -control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations
unrealistic, temporary soil -erosion -control measures shall be performed as directed by the
Engineer.
2. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams.
3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams.
4. When work areas or material sources are located in or adjacent to live streams, such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream. Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream.
5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other
obstructions placed during construction operations that are not a part of the finished work.
6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and
reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes
and reservoirs and to avoid interference with movement of migratory fish.
C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this work.
D- 40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construction
and adjacent property when construction is not in progress and at night. Drives shall be left
accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction.
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
02/09/2010
SC-32
PART D - SPECIAL CONDITIONS
D- 41 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors' operations including lawns, yards, shrubs,
trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or
better than prior to start of work.
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
as soon as possible with a tree wound dressing.
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming, removal, or root pruning) can be done on trees or shrubs growing on public property
including street Rights -of -Ways and designated alleys. This permit can be obtained by calling the
Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture. Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D- 42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus one -tenth (0.1) of a foot.
D- 43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List, for the bid to be considered responsive. Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements.
D- 44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil, Sodding and Seeding.
1. TOPSOIL
DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil, free from rock and foreign material, in all parkways and medians to the lines and
grades as established by the Engineer.
02/09/2010
SC-33
PART D - SPECIAL CONDITIONS
CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation. All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source. Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways.
2. SODDING
DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St.
Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification. Recommended Buffalo grass varieties
for sodding are Prairie and 609.
MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass
secured from sources where the soil is fertile. Sod to be placed during the dormant state of
these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a
healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy,
virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots.
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted.
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn.
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug
until planted. When so directed by the Engineer, the sod existing at the source shall be
watered to the extent required prior to excavating. Sod material shall be planted within three
days after it is excavated.
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross -sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St.
Augustine grass.
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade. Holes of equivalent depth and spacing may be used instead of furrows.
The soil shall be firm around each block and then the entire sodded area shall be carefully
02/09/2010
SC-34
PART D - SPECIAL CONDITIONS
rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression. Hand tamping may be required on terraces.
b. Block Sodding.
At locations on the Drawings or where directed, sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered, and any voids left in the block sodding shall be filled with additional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently
close to hold the block sod firmly in place.
When necessary, the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun. Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance.
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3. SEEDING
DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications.
MATERIALS:
a. General. All seed used must carry a Texas Testing Seed label showing purity and
germination, name, type of seed, and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination:
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
02/09/2010
SC-35
PART D - SPECIAL CONDITIONS
Table 120.2.(2)a.
URBAN AREA WARM -SEASON SEEDING RATE (Ibs.); Pure Live Seed (PLS)
Mixture for Clay or Tight Soils Mixture for
Sandy Soils
Dates (Eastern Sections) (Western Sections) (All Sections)
Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60
to Buffalograss 60 Bermudagrass 20 Buffalograss 40
May 1
Total: 100 Total: 100 Total: 100
Table, 120.2.(2)b
TEMPORARY COOL -SEASON SEEDING RATE; (Ib.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total: 100
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross -sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described.
a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun.
BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed. If the sowing of seed is
by hand, rather than by mechanical methods, the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods, is not applicable since no seed bed preparation is required.
DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45, Construction
Methods.
The seed, or seed mixture, specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately
one -eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type. All rolling of the slope areas shall be on the contour.
02/09/2010
SC-36
PART D - SPECIAL CONDITIONS
ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to Tess than one (1) inch in diameter, or they shall be removed. The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45,
Construction Methods.
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened.
After the watering, when the ground has become sufficiently dry to be loose and pliable, the
seed, or seed mixture specified, shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of
approximately one -quarter (1/4) inch. The planted surface area and giving a smooth surface
without ruts or tracks. In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth.
The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the
asphalt shall be at a rate of three -tenths (0.3) gallons per square yard. It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth.
RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a. The re -seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit -seeding equipment will be able to cut through the turf and achieve adequate soil
penetration.
* Slit -seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4. HYDROMULCH SEEDING:
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes.
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS: FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications.
02/09/2010
SC-37
PART D - SPECIAL CONDITIONS
MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis
represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists.
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted
or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected.
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site. Measurement will be made only on topsoils secured from borrow
sources.
Acceptable material for "Seeding" will be measured by the linear foot, complete in place.
Acceptable material for "Sodding" will be measured by the linear foot, complete in place.
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding.
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work. Its price shall be full compensation for excavating (except as noted
below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and
incidentals necessary to complete work.
All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and
will not be paid for directly.
"Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price
per square yard, complete in place, as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod; for all rolling and
tamping; for all watering; for disposal of all surplus materials; and for all materials, labor,
equipment, tools and incidentals necessary to complete the work, all in accordance with the
Drawings and these Specifications.
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case
02/09/2010
SC-38
PART D - SPECIAL CONDITIONS
may be, which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows:
Fertilizer material and application will not be measured or paid for directly, but is considered
subsidiary to Sodding and Seeding.
D- 45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and
subcontractors at all times during construction. All active sewer manholes, regardless of depth,
are defined by OSHA, as "permit required confined spaces". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an
active file for these manholes. The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces.
D- 46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION •
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete.
8. The inspector along with appropriate City staff and the City's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected.
9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected.
10. Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price. Contractor shall still be required to address all other
deficiencies, which are discovered at the time of final inspection.
11. Final inspection shall be in conformance with general condition item "C5-5.18 Final
Inspection" of PART C - GENERAL CONDITIONS.
D- 47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs,
tree trunks, and tree roots at each work site. All such measures shall be considered as
incidental work included in the Contract Unit Price bid for applicable pipe or structure
installation except for short tunneling/tree augering.
2. Any and all trees located within the equipment operating area at each work site shall, at the
direction of the Engineer, be protected by erecting a "snow fence" along the drip line or
edge of the tree root system between tree and the construction area.
3. Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations. The Engineer shall be notified at
least 24 hours prior to any tree trimming work. No trimming work will be permitted within
private property without written permission of the Owner.
02/09/2010
SC-39
PART D - SPECIAL CONDITIONS
4. Nothing shall be stored over the tree root system within the drip line area of any tree.
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet.
6. At designated locations shown on the drawings, the "short tunnel" method using Class 51
D.I. pipe shall be utilized.
7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense.
8. Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures.
9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted.
D- 48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated. The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
D- 49 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings
or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench. Construction material shall
consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing
and finishing shall be subsidiary to the price bid for pipe installation.
D- 50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of all existing utilities prior to
construction, in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility, the contractor shall contact the engineer immediately for appropriate design
modifications.
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
02/09/2010
SC-40
PART D - SPECIAL CONDITIONS
Payment shall not be made for verification of existing utilities per item D-6. Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation, surface restoration, field surveys, and
all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun.
D- 51 INSTALLATION OF WATER FACILITIES
51.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents. Payment for work
such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant
required, shall be included in the linear foot price bid of the appropriate BID ITEM(S).
51.2 Blocking
Concrete blocking on this Project will necessarily be required as shown on the Plans and
shall be installed in accordance with the General Contract Documents. All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve.
51.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions
of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects. The steel casing pipe shall be
supplied as follows:
For the inside and outside of casing pipe, coal -tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up
after field welds shall provide coating equal to those specified above. C. Minimum
thickness for casing pipe used shall be 0.375 inch.
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non -
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E1-15 and
Construction standard E2-15 as per Fig. 110 of the General Contract Documents.
3. PAYMENT:
Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
02/09/2010
SC-41
PART D - SPECIAL CONDITIONS
51.4 Tie -Ins
The Contractor shall be responsible for making tie-ins to the existing water mains. It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins. And any differences in locations and elevation of existing line tie-ins
between the contract drawings and what may be encountered in the field shall be
considered as incidental to construction. The cost .of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe.
51.5 Connection of Existing Mains
The Contractor shall determine the exact location, elevation, configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
Any differences in locations, elevation, configuration, and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction. Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
Engineer, and all efforts shall be made to keep this down time to a minimum. In case of
shutting down an existing main, the Contractor shall notify the City Project Manager,
Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut
down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION
OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing
as to the location, time, and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection. Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size,
51.6 Valve Cut -Ins
It may be necessary to cut -in gate valves to isolate the water main from which the
extension and/or replacement is to be connected. This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut -ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service.
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items.
51.7 Water Services
The relocation, replacement, or reconnection of water services will be required as shown
on the plans, and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing, curb stops
with lock wings, meter boxes, and if required approved manufactured
service branches. All materials used shall be as specified in the Material Standards (E1-17
& E1-18) contained in the General Contract Documents.
02/09/2010
SC-42
PART D - SPECIAL CONDITIONS
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade.
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from
the main line to the meter box.
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section C5-5.15 INTERRUPTION OF SERVICE.
All water service meters shall be removed, tagged, and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction. The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings, and corporation stop.
Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop
with lock wings, service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation.
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main.
1. WATER SERVICE RECONNECTION: Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction. The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop. The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches, as measured from the center line of
the existing meter to location to the center line of the proposed meter location, separate
payment will be allowed for the relocation of service meter and meter box. Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
02/09/2010
SC-43
PART D - SPECIAL CONDITIONS
perpendicular to this centerline will be paid for separately. Relocations made along the
centerline will be paid of in feet of copper service line.
When relocation of service meter and meter box is required, payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation. All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time. Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
4. NEW SERVICE: When new services are required the contractor shall install tap saddle
(when required), corporation stop, type K copper service line, curb stop with lock wings,
and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E1-18A — Reinforced Plastic Water Meter Boxes.
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops, and fittings shall
be included in the price bid for Service Taps to Mains.
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box.
1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the
contractor shall furnish approved factory manufactured branches.
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-Inch Temporary Service Line
A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water service to all buildings that will necessarily be required to have severed
water service during said work. The contractor shall be responsible for coordinating the
schedule of the temporary service connections and permanent service reconnections with
the building owners and the Engineer in order that the work be performed in an expeditious
manner. Severed water service must be reconnected within 2 hours of discontinuance of
service.
02/09/2010
SC-44
PART D - SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed, number of service taps and number of
feed points.
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location.
Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service
connections, removal of temporary services and all other associated appurtenants
required, shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction, the
Contractor will install a fire hydrant meter for all temporary service lines. Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible. At the pre -construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used. The inspector will deliver the hydrant meters to the locations.
After installation, the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs. The issued meter is for this specific project and location only.
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
51.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein. The City will provide all water for INITIAL cleaning and
sterilization of water lines. All materials for construction of the project, including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary
sewer not be available, chlorinated water shall be "de -chlorinated" prior to disposal. The
line may not be placed in service until two successive sets of samples, taken 24 hours
apart, have met the established standards of purity.
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe.
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary. Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
02/09/2010
SC-45
PART D - SPECIAL CONDITIONS
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials
necessary for the installation tap saddle, gate valve, and fittings shall be included in the
price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations.
51.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe,
fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings:
E2-7.11 DUCTILE -IRON AND GRAY -IRON FITTINGS: All ductile -iron and gray -iron
fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price
bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene
wrapping, horizontal concrete blocking, vertical tie -down concrete blocking, and concrete
cradle necessary for construction as designed.
All ductile -iron and gray -iron fittings, valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E1-13 and Construction
Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie -down
concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal
concrete blocking, vertical tie -down concrete blocking, and concrete cradle shall be
included in bid items for vales and fittings and no other payments will be allowed.
02/09/2010
SC-46
PART D - SPECIAL CONDITIONS
D- 52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered to this
contract.
D- 53 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the existing mains and ground water. The Contractor shall be
responsible for damage of any nature resulting from the dewatering operations.
The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer.
Ground water shall not be discharged into sanitary sewers.
Dewatering shall be considered as incidental to a construction and all costs incurred will be
considered to be included in the project price.
D- 54 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any water flowing into open trench during construction. Contractor shall not
leave excavated trench open overnight. Contractor shall fill any trench the same day of
excavation. No extra payment shall be allowed for this special condition.
D- 55 TREE PRUNING
A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees".
B. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2. Vermeer V-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE
3. Steel "T" = Bar stakes, 6 feet long.
4. Smooth Horse -Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red
color.
6. Combination Fence: Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings.
D. ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings.
8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone.
02/09/2010
SC-47
PART D - SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching.
10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11. Within 24 hours, prune flush with ground and backfill any exposed roots due to
construction activity. Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation.
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection.
E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price.
D- 56 TREE REMOVAL
Trees to be removed shall be removed using applicable methods, including stump and root ball
removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities
both overhead and buried. The Contractor shall immediately repair or replace any damage to
utilities and private property including, but not limited to, water and sewer services, pavement,
fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal,
including temporary service costs, shall be considered subsidiary to the project contract price and
no additional payment will be allowed.
D- 57 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils, including the amount of
rock, if any, through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders, and any bidder on this project shall submit his bid under this condition.
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means, shall be left to the
discretion of such prospective bidders.
If test borings have been made and are provided for bidder's information, at the locations shown
on the logs of borings in the appendix of this specification, it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same, either in character, location, or elevation, as shown on the boring logs.
It shall be the responsibility of the bidder to make such subsurface investigations, as he deems
necessary to determine the nature of the material to be excavated. The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances, if required, shall be included in
the linear foot bid price of the pipe.
02/09/2010
SC-48
PART D SPECIAL CONDITIONS
D- 58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project, the contractor shall, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared as
follows:
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area. The 'flyer shall be prepared on the Contractor's
letterhead and shall include the following information: Name of Project, City Project No (CPN).,
Scope of Project (i.e. type of construction activity), actual construction duration within the block,
the name of the contractor's foreman and his phone number, the name of the City's inspector and
his phone number and the City's after-hours phone number. A sample of the 'pre -construction
notification' flyer is attached.
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed. The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The
flyer shall be prepared on the contractor's letterhead and shall include the following information:
Name of the project, City Project Number, the date of the interruption of service, the period the
interruption will take place, the name of the contractor's foreman and his phone number and the
name of the City's inspector and his phone number. A sample of the temporary water service
interruption notification is attached.
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed. The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses.
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made.
D- 59 TRAFFIC BUTTONS
The removal and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred, both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
02/09/2010
SC-49
PART D - SPECIAL CONDITIONS
D- 60 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not
possible, the cleanout stack and cap shall be cast iron,
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D- 61 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item.
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized. The paving contractor shall assume maintenance responsibility upon
such mobilization. No additional compensation shall be made for maintaining the temporary
pavement.
D- 62 CONSTRUCTION STAKES
The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other
customary method of markings as may be found consistent with professional practice, establishing
line and grades for roadway and utility construction, and centerlines and benchmarks for
bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical.
One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and
one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It
shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes
furnished until completion of the construction phase of the project for which they were furnished.
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the
work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the
Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to
lack of replacement of construction stakes will be accepted, and time will continue to be charged in
accordance with the Contract Documents.
D- 63 EASEMENTS AND PERMITS
The performance of this contract requires certain temporary construction, right -of -entry
agreements, and/or permits to perform work on private property.
The City has attempted to obtain the temporary construction and/or right -of -entry agreements for
properties where construction activity is necessary on City owned facilities, such as sewer Tines or
02/09/2010
SC-50
PART D - SPECIAL CONDITIONS
manholes. For locations where the City was unable to obtain the easement or right -of -entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General
Contract Documents. The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements, by the property owners.
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required. No additional payment will be allowed for this item.
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way". No additional compensation shall be allowed on this pay item.
D- 64 PRE -CONSTRUCTION NEIGHBORHOOD MEETING
After the pre -construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule, including construction start date, and answer any construction related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre -construction conference but in no case will construction be allowed to begin
until this meeting is held.
D- 65 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas Government Code
(Chapter 2258), including the payment of not Tess than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such
prevailing wage rates are included in these contract documents.
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.
02/09/2010
SC-51
PART D - SPECIAL CONDITIONS
This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas
Government Code 2258.023.
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.
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 do 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 11 th
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.
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 the Audit section of these contract documents shall
pertain to this inspection.
Pay Estimates.
With each partial payment estimate or payroll period, whichever is Tess, the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times.
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.
(Wage rates are attached at the end of this section.)
(Attached)
02/09/2010
SC-52
PART D - SPECIAL CONDITIONS
D- 66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulation or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category II, non -friable material in its intact state but
which may become friable upon removal, demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable, it is regulated under the disposal
requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas
Department of Health. The notification must be filed at least ten days prior to removal of
the material. If it remains in its non - friable state, as defined by the NESHAP, it can be
disposed as a conventional construction waste. The Environmental Protection Agency
(EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced
to powder by hand pressures.
C. The Generator of the hazardous material is responsible for the identification and proper
handling, transportation, and disposal of the material. Therefore, it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable. The Excavator is
responsible to employ those means, methods, techniques and sequences to ensure this
result.
E. Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs, which are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents.
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
02109/2010 SC-53
PART D - SPECIAL CONDITIONS
permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that, if properly utilized, can minimize the need
for physical controls and possible reduce costs. The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater
than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent
(NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee.
The NOI shall be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin, TX 78711-3087
A copy of the NOI shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site. Copies of the project SWPPP's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality.
02/09/2010
SC-54
PART D - SPECIAL CONDITIONS
LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities. The SWPPP shall be incorporated into in the contract documents. The
contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities. The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents. The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms,
diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection,
stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP.
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City's representative. The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project, the Contractor must coordinate this activity
through the appropriate City representative. The Contractor shall not operate water line valves of
existing water system. Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions.
02/09/2010
SC-55
PART D - SPECIAL CONDITIONS
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD
The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City, in sole discretion may require,
including but not limited to manpower and equipment records, information about key personnel to
be assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame. Based upon the City's
assessment of the submitted information, a recommendation regarding the award of a contract will
be made to the City Council. Failure to submit the additional information if requested may be
grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failure to maintain the contract
schedule, the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example: 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken:
1. A letter will be mailed to the contractor by certified mail, return receipt requested
demanding that, within 10 days from the date that the letter is received, it provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time. In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2. The Project Manager and the Directors of Water Department, • and Department of
Transportation and Public Works will be made aware of the situation. If necessary, the
City Manager's Office and the appropriate city council members may also be informed.
3. Any notice that may, in the City's sole discretion, be required to be provided to
interested individuals will distributed by the Water Department's Public Information
Officer.
4. Upon receipt of the contractor's response, the appropriate City departments and
directors will be notified. The Water Department's Public Information Officer will, if
necessary, then forward updated notices to the interested individuals.
5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract, the bonding company will be
notified appropriately.
02/09/2010
SC-56
PART D - SPECIAL CONDITIONS
D-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the
OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00
a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION. .
The Texas Commission on Environmental Quality (TCEQ), in coordination with the National
Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the
WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such shall
not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized
equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month.
D-72 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS
Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of
way. Permit will not be issued without a traffic control plan sealed and signed by a registered
professional engineer licensed to practice in the State of Texas. Failure to acquire the proper
permit and permission may result in a fine of $500/day to the contractor performing the work.
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract
cost and no additional compensation shall be made.
END OF PART D - SPECIAL CONDITIONS
02/09/2010
SC-57
PART D - SPECIAL CONDITIONS
Date:
CPN No.:
(To be printed on Contractor's Letterhead)
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND / OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
02/09/2010
SC-58
PART D - SPECIAL CONDITIONS
Date:
FORT
DOE NO. XXXX
Project Hanle:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR.
OR
MR.
AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
02/09/2010
SC-59
PART D - SPECIAL CONDITIONS
F
a
0
ff
a
e
U
s
e
n
y
T
A
H
P
A
N
S
H
A
P
0
T
0
H
L.
a
ti
0
n
7
Y
E
s
a
N
TEXAS DEPARTMENT OF HEALTH
NOTE: CIRCLE ITEMS THAT ARE AMENDED
1) Abatement Contractor:
Address ; City:
Office Phone Number: ( 1
Site Supervisor:
Site Supervisor:
Trained On -Site NESHAP Individual;
Demolition Contractor:
DEMOLITION / RENOVATION
NOTIFICATION FORM
T .n H
NOTIFICATION#_
TDH License Number.
Stale; Zip:
Job Site Phone Number:
TDH License Number_
TDH License Number.
Address:
2) Project Consultant or Operator:
Mailing Address;
Certification Dale:
Office Phone Number_ )
City: Stele; Zip;
TDH License Number.
City:_.. Slate: Zip: Office Phone Number:!_ _
3) Facility Owner.
Attention:
Mei-ling Address:
City: State: Zip: Owner Phone AfumberL).
"Noto: Tito invoice for the notification foe will be sent to the owner of the building and tho bllling address for the Invoice will be
obtained fr*rn tho Information That provided In this section.
4) Description or Facility Name:
Physical Address:
Facility Phone Number{ )
Description of Area/Room Number.
Prior Use: Future Use:
County: City:
Facility Contact Person:
Zip;
Age of Building/Facility: Size: Number or Floors: School (K - 12): C YES 0 NO
5) Type of Work: Cl Demolition ri Renovation (Abatement) 0 Annual Consolidated
Work will be during: tJ Day 0 Evening 0 Night _ Phased Project
Description of work schedule:
6) Is this a Public Building? n YES IJ NO Federal Facility? 0 YES : NO Industrial Site? Ll YES 0 NO
NESHAP-only Facility? 0 YES ❑ NO Is Building/Facility Occupied? € YES Cl'NO
7) Notilicetion Type CHECK ONLY ONE
0 Original (10 Working Days) ;- Cancellation 0 Amendment ❑ Emergency/Ordered
If this is an amendment, which amendment number Is this? (Enclose copy of original and/or last amendment)
If an emergency, who did you talk with at TDH? Emergency/{: ;
Date and Hour of Emergency ,(HHIMM JDD/YY):
DAzetriplion of the sudden, unexpected evens and explanation of howl the evens caused unsafe conditions or Would cause
equipment damage (computers. machinery. etc
8) Description of procedures to be followed In the event That unexpected asbestos is found or previously non -friable
asbestos material becomes crumbled. pulverized. or reduced to powder:
9) Wee en Asbestos survey performed? J YES L NO Dale: I J TDH Inspector License No:
Analytical Method: ❑ PLM ❑ TEA ❑ Assumed TDH Laboratory License No:
(For TAHPA (public building) projects: an assumption must be made by a TDH Licensed Inspector)
10) Description of planned demolition or renovation work, type of material, and method(s) to be used: ._..
11) Description of work practices And engineering controls to be used to prevent omissions of asbestos at the
demolition/renovation:
02/09/2010
SC-60
PART D - SPECIAL CONDITIONS
12) ALL applicable Items In the fallowing table must be completed: IF NO ASBESTOS PRESENT CHECK HERE
Asbestos -Containing Building Material
Type
Approximate amount of
Asbestos
Check unit of measurement
Pipes
Surface Area
Ln
Ft
Ln
1,4
SQ
Ft
SQ
M
Cu
Ft
Cu
M
RACM to be removed
;'
RACM NOT removed
. Y'�
' Y'r
Interior Category 1 non -friable removed
'a
Exterior Category I non -friable removed
_
al
k
Calecory I non -friable NOT removed
`:- :fs
Interior Category II non-friableom,:: removed
t -
Exterior3 Category 1I non -friable removed
..: •
Category II non•frlable NOT removed
N A(Voil
v.
RAGh1 Off -Facility Component
�Q� ��
-
r; is
.r
,;
,;�is4
13) Waste Transporter Name: TDH License Number.
Address:
City:
Contact Person:
State; Zip:
Phone Nurnber: ( )
14) Waste Disposal Site Name:
Address: - City: Stele: Zip:
Telephone: ( ) TNRCC Permit Number.
15) For structurally unsound facilities, attach a copy of demolition order and identify Governmental Official below:
Name: Registration No: -
Tile:
Dale of order (Mh((DD/YY) ! 1 Date order to begin (MM/OD/YY) 1 /
16) Scheduled Dates of Asbestos Abatement (MMJDDIYY) Start: 1 1 Complete: / 1
17) Scheduled Dates Demolitlon[Renovetson (Mt`,1/DDIYY) Start: / 1 Complete: J /
" Note: If the start dela on this notif e tion can not by mot, the TDH Regional or Local Program office Must be contacted by
phone prior to the start date. Failure to do so Is a vtotatlon In aeeon:Once to TAHPA, Section 295.61,
1 hereby certify that all informet:on I have provided Is correct, complete, and iruo to the best of my knowledge. I acknowledge
that I em responsible for all aspects of the notification form, including, but not limiting, content and submission dates, The
maximum penalty is $10,000 per day per volation.
(Signature of Building Owner/ Operator (Printed Name) (Date) (Telephone)
or Delegated ConsullanI/Corttractor)
MAIL TO:
'Faxes aro not accoptod'
ASBESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DIVISION
TEXAS DEPARTMENT OF HEALTH
PO BOX 143538
AUSTIN, TX 70714-353E
PH: 512-834-6600, 1-800-572-5548
( )
(Fax Number)
'Faxes are nor accepted"
Form APB; 5, dated 07/29/02. Replaces TON form dated 07113001. For assfstance in compfe! ng form, call 1-800-572-5548
02/09/2010
SC-61
PART D - SPECIAL CONDITIONS
02/09/2010
SC-62
PART D - SPECIAL CONDITIONS
Classifications
Air Tool Operator
Asetiait Raker
City of Fort Worth
Highway {Heavy) Construction
Prevailing Wage Rates For 2008
Hourly Rates
$10.0,5
$13_13-9
Asphalt Shoveler
$8.80
Asphalt Distributor Operator
$13.G9
Asphalt Paving Machine Operator
$12.78
Batchmg Plant Weigher
$t4.15
Broom or Sweeper Operator
$9.88
Bulldozer Operator
$13.22
Carpenter (Rough)
$12.80
Concrete Finisher- Paving
$12.25
Concrete finisher -Structures
$13.27
Concrete Paving Curbing Mach. Oper.
$12_X1
Concrete Paving Finishing Mach_ Oper.
$13.63
Concrete Paving Joint Sealer Oper.
$12 6'J
Concrete Paving Savr Oper.
$13.5.8
Concrete Paving Spreader Oper.
$14.5-0
Concrete Rubber
$10.61
Crane, Clamshell, Backhoe, Derrick.
Dragfne, Shovel
$14.12
Electrician
$18.12
nagger
$8.43
Form Builder- Structures
$11.e3.
Form Setter -Paving 3 Curbs
$11.83
Foundation Drill Operator, Crawler Mounted
$13.87
Foundation Drill Operator, Truck Mounted
$16 30
Front End Loader
$12.62
Laborer- Gammon
$9.18
Laborer- Uhlity
$10.65
Mechanic
$t6.97
Milting Machine Operator. Fine Grade
$11.83
Mixer Operator
$11.58
Motor Grader Operator (Fine Grade)
$15.20
Motor Grader Operator, Rough Orler
$14.50
Painter, Structures
$13.17
Pavement Marking Machine Oper.
$i0.04
Pipe Layer
$11.04
Roller, Steel Wheel Plant- Mix Pavements
$11.28
Roller, Steel Wheel Cther Fiahvheel or
Tamping
$10.92
Roper, Pneumatic. Self -Propelled Scraper
$11_D7
Reinforcing Sled Setter (Paving)
$ 14.25
Reinforcing Steel Setter (Structure)
$16.29
Source is AGC of Texas
(Hvq. Hvy. Utilities Industrial Branch)
www.acrss.gpogovidavisbacon/
Classifications
Scraper Operator
Hrly Rts
$11.42
Servicer $12.32
Slip Form Machine Operator
Spreader Box Operator
$12.33
$10,92
Tractor operator, Crawler Type $12.61)
Tractor operator, Pneumatic $12.91
Traveling Mixer Operator $12.03
Truck Driver- Single Axle (Light) $10.91
Truck Driver- Single Axle (Heavy) $11.47
Truck Driver- Tandem Axle Semi -Trailer $11.75
Truck Driver- Lowboy/Float $14.93
Truck Driver- Transit Mix $12.08
Wagon Drill. Boring Machine. Post Hole
Driller 814.00
Yrrelder $13.57
Work Zone Barricade Servicer $10.09
02/09/2010
SC-63
_7t---:-�iL �- -.. _ aydr_.r_.f s� �.tFnT-'--�-'�►--�yr� :�=a>~-: `.';�;'�F'�--..-s— 'i�"v s'� _'�,-_-�,i'i'_.,�� - -.i ,1
;G-Q-1s' -rt'd•C _ Y. Y - _+^` �y _ ���. ri - +�i .. _-fit-y 4.�� Q A
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS 4
DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE - OMIT 4
DA-3 PIPE ENLARGEMENT SYSTEM 4
DA-4 FOLD AND FORM PIPE - OMIT 12
DA-5 SLIPLINING - OMIT 12
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT- OMIT 12
DA-7 TYPE OF CASING PIPE - OMIT 12
DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR - OMIT 12
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION - OMIT 12
DA-10 MANHOLE REHABILITATION - OMIT 12
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION - OMIT 12
DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM - OMIT 12
DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM - OMIT 12
DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM - OMIT 12
DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM - OMIT 12
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER -
OMIT 12
DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM - OMIT 12
DA-18 RIGID FIBERGLASS MANHOLE LINERS - OMIT 12
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION - OMIT 12
DA-20 PRESSURE GROUTING - OMIT 12
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES - OMIT 12
DA-22 FIBERGLASS MANHOLES - OMIT 13
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES 13
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER 13
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS 14
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE - OMIT 14
DA-27 GRADED CRUSHED STONES - OMIT 14
DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE - OMIT 14
DA-29 BUTT JOINTS - MILLED - OMIT 14
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) - OMIT 14
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER - OMIT 14
DA-32 NEW 7" CONCRETE VALLEY GUTTER - OMIT 14
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP 14
DA-34 8" PAVEMENT PULVERIZATION - OMIT 15
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) - OMIT 15
DA-36 RAISED PAVEMENT MARKERS - OMIT 15
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING 15
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL 19
DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC - OMIT 20
DA-40 CONCRETE RIPRAP 20
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS 21
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS 21
DA-43 UNCLASSIFIED STREET EXCAVATION 22
DA-44 6" PERFORATED PIPE SUBDRAIN - OMIT 22
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS 22
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION - OMIT 22
DA-47 PAVEMENT REPAIR IN PARKING AREA - OMIT 22
DA-48 EASEMENTS AND PERMITS 22
DA-49 HIGHWAY REQUIREMENTS - OMIT 22
10/23/08
ASC-1
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-50 CONCRETE ENCASEMENT - OMIT 22
DA-51 CONNECTION TO EXISTING STRUCTURES 22
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION - OMIT 23
DA-53 OPEN FIRE LINE INSTALLATIONS - OMIT' 23
DA-54 WATER SAMPLE STATION 23
DA-55 CURB ON CONCRETE PAVEMENT 23
DA-56 SHOP DRAWINGS 24
DA-57 COST BREAKDOWN 25
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY 25
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP - OMIT 25
DA-60 ASPHALT DRIVEWAY REPAIR - OMIT 25
DA-61 TOP SOIL 25
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT 25
DA-63 BID QUANTITIES - OMIT 25
DA-64 WORK IN HIGHWAY RIGHT OF WAY - OMIT 25
DA-65 CRUSHED LIMESTONE (FLEX -BASE) 25
DA-66 OPTION TO RENEW - OMIT 25
DA-67 NON-EXCLUSIVE CONTRACT - OMIT 25
DA-68 CONCRETE VALLEY GUTTER - OMIT 26
DA-69 TRAFFIC BUTTONS 26
DA-70 PAVEMENT STRIPING 26
DA-71 H.M.A.C. TESTING PROCEDURES 26
DA-72 SPECIFICATION REFERENCES 26
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL
VALVE AND BOX 27
DA-74 RESILIENT -SEATED GATE VALVES 27
DA-75 EMERGENCY SITUATION, JOB MOVE -IN - OMIT 27
DA-76 1 1/2" & 2" COPPER SERVICES 27
DA-77 SCOPE OF WORK (UTIL. CUT) - OMIT 27
DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) - OMIT 28
DA-79 CONTRACT TIME (UTIL. CUT) - OMIT 28
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) - OMIT 28
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) - OMIT 28
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) - OMIT 28
DA-83 PAVING REPAIR EDGES (UTIL. CUT) - OMIT 28
DA-84 TRENCH BACKFILL (UTIL. CUT) - OMIT 28
DA-85 CLEAN-UP (UTIL. CUT) - OMIT 28
DA-86 PROPERTY ACCESS (UTIL. CUT) - OMIT 28
DA-87 SUBMISSION OF BIDS (UTIL. CUT) - OMIT 28
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) - OMIT 28
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) - OMIT 28
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) - OMIT 28
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) - OMIT
28
DA-92 MAINTENANCE BOND (UTIL. CUT) - OMIT 28
DA-93 BRICK PAVEMENT (UTIL. CUT) - OMIT 28
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) - OMIT 28
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) - OMIT 28
DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT) - OMIT 28
DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) - OMIT 28
10/23/08
ASC-2
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) - OMIT 28
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) -
OMIT 28
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) - OMIT 28
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) - OMIT 28
DA-102 PAYMENT (UTIL. CUT) - OMIT 28
DA-103 DEHOLES (MISC. EXT.) - OMIT 29
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) - OMIT 29
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) - OMIT 29
DA-106 BID QUANTITIES (MISC. EXT.) - OMIT 29
DA-107 LIFE OF CONTRACT (MISC. EXT.) - OMIT 29
DA-108 FLOWABLE FILL (MISC. EXT.) - OMIT 29
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) - OMIT 29
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) - OMIT 29
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) - OMIT 29
DA-112 MOVE IN CHARGES (MISC. REPL.) - OMIT 29
DA-113 PROJECT SIGNS (MISC. REPL.) - OMIT 29
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) - OMIT 29
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) - OMIT 29
DA-116 FIELD OFFICE - OMIT 29
DA-117 TRAFFIC CONTROL PLAN - OMIT 29
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS - OMIT29
DA-119 CATHODIC PROTECTION SYSTEM - OMIT 29
10/23/08
ASC-3
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS
The City reserves the right to abandon without obligation to the contractor, any part of the project,
or the entire project, at any time before the contractor begins any construction work authorized by
the City. Award, if made, shall be to the lowest responsible bidder.
The following shall apply for contract documents with multiple units of work. Each unit represents
a separate project, each with an individual M/WBE specification and proposal section. The
proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of
the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible
bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set
of contract documents consisting of allapplicable units will be created and one single award of
contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the
applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable
unit or combination of units.
Construction time on all units will run concurrently. For situations involving approved contracts
with multiple units, the total allowable construction completion time period for all the units shall be
the same as the unit with the longest construction time period.
DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE — OMIT
DA-3 PIPE ENLARGEMENT SYSTEM
A. GENERAL:
1. Description: This specification includes requirements to rehabilitate existing
sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or
Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting
the existing pipe to install a new polyethylene pipe and reconnect existing sewer
service connections.
2. Methods: This section specifies the approved system method or process to
include all labor, materials, tools, equipment and incidentals necessary to provide
for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe
Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM
System), Piscata Way, New Jersey; McLat Construction (McConnell System for
Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS
System), Calgary, Canada. Refer to Part D - SPECIAL CONDITIONS D-33
SUBSTITUTIONS for information regarding pre -approval procedures for alternative
processes.
Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of
gravity sewer pipe by installing an approved pipe material, by means of one of the
pre -approved methods set forth in Section A.2 of this specification. The process
involves the use of a static, hydraulic or pneumatic hammer "moling" device,
suitably sized to break out the old pipe or using modified boring "knife" with a
flared plug that implodes and crushes the existing sewer pipe. Forward progress
of the "mole" or the "knife" may be aided by the use of hydraulic equipment or
10/23/08
ASC-4
PART DA - ADDITIONAL SPECIAL CONDITIONS
other apparatus, as specified in the approved methods. The replacement pipe is
either pulled or pushed into the bore. The method allows for replacement of pipe
sizes from 8" through 21" and/or upsizing in varying increments up to 21". This
specification is based on the precedent that the Pipe Bursting/Crushing system
used has been pre -approved by the Fort Worth Water Department.
4. Quality Assurance:
The Contractor shall be certified by the particular Pipe Bursting/Crushing system
manufacturer that such firm is a licensed installer of their system. No other Pipe
Bursting/Crushing system other than those listed in Section A.2. of these
specifications is acceptable.
a. Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fusing, handling, and installing the
polyethylene pipe. Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
b. Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fusing, handling, and installing the
polyethylene pipe. Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
5. Submittals: Submit for review and acceptance, the following Contractor's Work
Plan and Drawings to the City:
a. Shop drawings, catalog data, and manufacturer's technical data showing
complete information on material composition, physical properties, and
dimensions of new pipe and fittings. Include manufacturer's
recommendation for handling, storage, and repair of pipe and fittings if
damaged.
b. Location and number of insertion or access pits shall be planned by
Contractor and submitted in writing prior to excavation for approval by the
City.
c. Method of. construction and restoration of existing sewer service
connections. This shall include:
1) Detail drawings and written description of the entire construction
procedure to install pipe, bypass sewage flow and reconnection of
sewer service connections.
2) Working drawings for information only showing sewage flow bypass,
and maintenance of traffic. Contractor shall provide for continuous
sewerage flow. Dewatering shall be the Contractor's responsibility.
3) Certification of workmen training for installing pipe.
10/23/08
ASC-5
PART DA - ADDITIONAL SPECIAL CONDITIONS
4) Television inspection reports and video tapes made after new pipe
installation.
6. Delivery, Storage, and Handling:
a. Transport, handle, and store pipe and fittings as recommended by
manufacturer.
b. If new pipe and fittings become damaged before or during installation, it
shall be repaired as recommended by the manufacturer or replaced as
required by the Project Manager at the Contractor's expense, before
proceeding further.
c. Deliver, store and handle other materials as required to prevent damage.
B. MATERIALS:
1. Polyethylene Piping Material: The pipe and fitting material shall be high density,
extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM
D1248, Type III, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe
Institute) recommended designation of PE3408 and cell classification 345434C per
ASTM D3350. The molecular weight category shall be extra high (250,000 to
1,500,000) as per the Gel Permeation Chromatography determination procedure
with a typical value of 330,000.
a. The interior of the pipe shall be a light reflective color to facilitate closed
circuit television inspection.
b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI
TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi
at 73 F and 800 psi at 140 F.
c. The manufacturer's certification shall state that the pipe was manufactured
from one specific resin and shall state the resin used and its source. All
pipe shall be made of virgin material. No rework, except that obtained from
the manufacturer's own production of the same formulation, shall be used.
d. Pipe supplied under this specification shall have a nominal Ductile Iron Pipe
Size inside diameter. The Standard Dimension Ratio (SDR) and minimum
pressure rating of the pipe shall be SDR 17 - 100 psi. Pipe with a lower
SDR ratio and higher pressure rating may be used in lieu of the minimum
specified.
2. Tests: The Contractor shall be required to send submittals to the City of Fort
Worth on the production material.
a. The pipe manufacturer shall provide certification that samples of the
production product meets these specifications. The certification will state
that production product has been tested in accordance with ASTM D2837,
and validated in accordance with the latest revision of PPI TR-3.
10/23/08
ASC-6
PART DA - ADDITIONAL SPECIAL CONDITIONS
b. The pipe manufacturer shall provide certification that stress regression
testing has been performed on the specific product. Certification shall
include a stress life curve per ASTM D2837 and testing shall have been
performed in accordance with ASTM D2837.
c. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure
to meet any of the requirements of this specification.
C. SEWER SERVICE CONNECTIONS:
1, Sewer Service Connections: Sewer service connections shall be connected to the
new pipe by mechanical or fusion methods. Once the saddle is secured, a hole
shall be drilled in the pipe the full inside diameter of saddle outlet.
2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound
that meets the requirements of ASTM D1248, Class C, have stainless steel straps
and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be
Strap -on -Saddle Type as manufactured by Driscopipe or Tapping Saddle
manufactured by DuPont, or approved equal. Fusion saddles shall be
electrofusion branch saddles as manufactured by Central Plastics Company, or
approved equal.
3. Connection to Existing Service: Connections to the existing sewer service
connections pipe shall be made using flexible couplings. All flexible couplings shall
conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co.,
DFW Plastics, Inc. or approved equal. Backfill at service connections shall be
cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the
service lateral to trench intersection and shall be in accordance with these
specifications.
The Contractor shall, upon request, permit the Engineer to take elevations on both
the existing and new portions of the service connection pole to determine final
grade and invert elevations. Elevation changes greater than 0.10 feet from the
house lateral piping and shall be reconnected as directed by the Engineer.
4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours.
D. PREPARATION:
1. Bypassing Sewage:
a. The Contractor shall bypass the sewage around the section or sections of
sewer to be rehabilitated. The bypass shall be made by plugging existing
upstream manhole and pumping the sewage into a downstream manhole or
adjacent system or other method as may be approved by the Engineer.
The pump and bypass lines shall be of adequate capacity and size to
handle the flow without sewage backup occurring to facilities connected to
the sewer.
10/23/08
ASC-7
PART DA - ADDITIONAL SPECIAL CONDITIONS
b. The Contractor shall be responsible for continuity of sanitary sewer service
to each facility connected to the section of sewer during the execution of
the work.
If sewage backup occurs and enters buildings, the Contractor shall be
responsible for clean-up, repair, property damage costs and claims.
2. Line Obstructions: If pre -installation (TV) inspection reveals an obstruction in the
existing sewer (heavy solids, dropped joints, protruding service taps or collapsed
pipe) which will prevent completion of the pipe bursting/crushing process, and
cannot be removed by conventional sewer cleaning equipment, then an obstruction
removal shall be made by the Contractor, with the approval of the Engineer.
3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER
LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre -
construction television inspection reveals a sag in the sewer line, the Contractor
shall be responsible for bringing the proposed sewer pipe to an acceptable grade
without a sag. A sag is defined as any sewer Tine segment more than 3 feet in
length which ponds water in the absence of sewage flow. The contractor shall take
the necessary measures to eliminate the sag by the method of: pipe replacement,
digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform
grade in line with the existing pipe invert or by other measures that shall be
acceptable to the Engineer and the City.
a. Identification of Sags: Sags shall be identified by television inspection in
the absence of sewage flow. If available, the Contractor shall be furnished
television tapes from the City identifying the sag location. Flow shall be
blocked at an upstream manhole and diverted to another sewer line or
downstream manhole below the segment of pipe to be inspected. TV
inspection shall be performed in accordance with television inspection of
sanitary sewer lines. Video tapes shall be submitted to the City for review.
b. Correction of Sags: Sags shall be corrected by open cut and by adding
additional bedding material to bring the sag back to grade where access is
available. For pipe enlargement methods, all sags identified on the pre -
construction video tapes shall be corrected prior to commencing with pipe
enlargement.
In instances where sags are located under existing structures, the existing
sewer line may be relocated using open cut or boring methods. The City
shall specifically review potential relocation's and evaluate the
constructability, economics and engineering feasibility prior to construction
work.
c. Measurement and Payment: Measurement and payment to correct sags
shall be per linear foot of pipe construction to correct the sag. For pipe
bursting methods, open -cut or bore construction, the applicable bid prices
in the proposal section shall apply.
10/23/08
ASC-8
PART DA - ADDITIONAL SPECIAL CONDITIONS
4. Television Inspection: Inspection of the pipelines shall be performed by
experienced personnel trained in locating breaks, obstacles and service
connections by closed circuit color television. Television inspection shall be in
accordance with the specifications contained herewith for "Pre- and Post -
Construction Television Inspection of Sanitary Sewer Lines", Part D - Special
Conditions D-34 and D-37, respectively.
E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION:
1. Site Organization:
a. Insertion or access pits shall be located such that their total number shall
be minimized and the length of replacement pipe installed in a single pull
shall be maximized.
b. Existing manholes shall be utilized wherever practical. Manhole inverts and
bottoms may be removed to permit access for installation equipment.
c. Equipment used to perform the work shall be located away from buildings
so as not to create a noise impact. Provide silencers or other devises to
reduce machine noise as needed to meet requirements.
d. The actual pipe enlargement procedure shall commence prior to 11:00 AM
in order to afford the contractor ample time to complete all related work
within the allotted workday, which is defined as the hours between 7:00 AM
and 6:00 PM, so as not to impose on the peace and comfort of persons in
the immediate vicinity. No actual pipebursting work shall be started after
11:00 AM; all actual pipebursting activity shall cease at 6:00 PM. Other
activities other than the actual pipebursting may continue after 6:00 PM.
2. Finished Pipe: The installed replacement pipe shall be continuous over the entire
length of each pipe segment from manhole to manhole and shall be free from
visual defects such as foreign inclusions, concentrated ridges, discoloration,
pitting, varying wall thickness, pipe separation, other deformities. Replacement
pipe with gashes, nicks, abrasions, or any such physical damage which may have
occurred during storage and/or handling, which are larger/deeper than 10% of the
wall thickness shall not be used and shall be removed from the construction site.
The replacement pipe passing through or terminating in a manhole shall be
carefully cut out in a shape and manner approved by the Engineer. The invert and
benches shall be streamlined and improved for smooth flow. The installed pipe
shall meet the leakage requirements of the pressure test specified later.
3. Pipe Jointing:
a. Sections of polyethylene replacement pipe shall be assembled and joined
on the job site above the ground. Jointing shall be accomplished by the
heating and butt -fusion system in strict conformance with the
manufacturer's printed instructions.
10/23/08
ASC-9
PART DA - ADDITIONAL SPECIAL CONDITIONS
b. The butt -fusion system for pipe jointing shall be carried out in the field by
operators with prior experience in fusing polyethylene pipe with similar
equipment using proper jigs and tools per standard procedures outlined by
the pipe manufacturer. These joints shall have a smooth, uniform, double
rolled back bead made while applying the proper melt, pressure, and
alignment. It shall be the sole responsibility of the Contractor to provide an
acceptable butt -fusion joint. All joints shall be made available for inspection
by the Engineer before insertion. The replacement pipe shall be joined on
the site in appropriate working lengths near the insertion pit. The maximum
length of continuous replacement pipe which shall be assembled above
ground and pulled on the job site at any one time shall be 600 linear feet.
c. For situations where the replacement pipe is not pulled all the way to the
manhole or if it is impossible to pull the missle all the way through, the
following shall apply: At the direction of the Engineer, a 12"-18" full circle
steel clamp shall be utilized to connect segments of the HDPE pipe.
4. New Pipe Installation:
a. Thread winch cable or chain and associated lines through sewer section to
be rehabilitated. Keep lines away from pedestrian and vehicular traffic.
b. Existing manholes may be used for launch and receiving access. Remove
manhole invert and bottom as required. Pull winch chain through sewer
section and attach to cutter and machine head, Lower into launching
manhole, apply winch tension pulling the cutter and head into the sewer
until the rear of the machine is flush with the manhole wall. Attach steel
starter pipe and advance assembly until the rear of the steel starter pipe is
flush with the manhole walla Lower hydraulic jack into the manhole and
align. Insert new pipe by simultaneous operation of the jack and winching
the cutter and head forward.
5. Anchoring New Pipe and Sealing Manholes:
a. After the new pipe has been installed in the entire length of the sewer
section, anchor the pipe at manholes. The new pipe shall protrude in the
manholes for enough distance to allow sealing and trimming.
b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10)
hours after installation. Provide a flexible gasket connector in the manhole
wall at the end of the new pipe, centered in the existing manhole wall.
Grout flexible connector in the manhole, filling all voids the full thickness of
the manhole wall.
c. Restore manhole bottom and invert.
6. Field Testing:
10/23/08
ASC-10
PART DA - ADDITIONAL SPECIAL CONDITIONS
a. Low Pressure Air Test of Replacement Pipe; After a manhole -to -manhole
section of sanitary sewer main has been pipe burst/crushed and prior to
any service lines being connected to the replacement pipe, the pipe shall
be plugged at each manhole with pneumatic plugs. The design of the plugs
shall be such that they will hold against the test pressure without requiring
external blocking or bracing. One of the plugs shall have three air hose
connections; one for the inflation of the plug, one for reading the air
pressure in the sealed line, and one for introducing air into the sealed line.
Low pressure air shall then be introduced into the sealed line until the
internal air pressure reaches 4.0 psig greater than the average back
pressure resulting from any ground water that may be over the pipe. At
least two minutes shall elapse to allow the pressure to stabilize. The time
required for the internal pressure to decrease from 3.5 to 2.5 psig greater
than the average back pressure resulting from any ground water that may
be over the pipe, shall not be less than the time shown for a given pipe
diameter in the following table;
Carrier Pipe
Diameter (inches)
Minimum Elapsed
Time (minutes)
8
4
10
5
12
6
15
7
b. Post -Construction Television Inspection of New Pipe: Refer to Special
Condition for Post -Construction Television Inspection of Sanitary Sewer.
F. MEASUREMENT AND PAYMENT:
1. Pipe Installation: Pipe installation will be measured for payment by the linear foot
of pipe actually installed in the various diameters of sewers measured along the
centerline of the sewer from centerline to centerline of manholes. Payment will be
made for the quantities measured at the unit price per linear foot for the various
sewer diameters listed.
Service Reconnections: Installation of sewer service connections will be measured
for payment by each actually reconnected to the installed pipe. Payment will be
made for the quantities measured at the unit price per each listed. Payment shall
include required excavation and backfill, saddles, flexible connections, and all
other incidentals necessary to successfully reconnect sewer service lines to the
rehabilitated sewer. Payment shall not include pavement replacement, which if
required, shall be paid separately.
3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic
jet cleaning shall be performed by bucket machines. The payment for such
cleaning shall be included in the bid item for Pre -Construction Television
Inspection of Sanitary Sewer Lines.
10/23/08
ASC-11
PART DA - ADDITIONAL SPECIAL CONDITIONS
By-pass Pumping: The Contractor shall provide diversion for the flow of sewage
around the section or sections of pipe designated for rehabilitation. The pumps
and by-pass lines shall be of adequate capacity and size to handle all flows. All
costs for by-pass pumping required during installation of the pipe shall be
subsidiary to pipe enlargement.
5. Subsidiary Work: Any damage to utilities and property, resulting repairs,
temporary service costs, etc. shall be borne by Contractor. Repair and/or
replacement of fences, sprinkler system piping and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no additional payment will be allowed.
6. Testing: All cost for testing the replacement pipe by a pressure method will be
incidental to pipe installation.
DA-4 FOLD AND FORM PIPE — OMIT
DA-5 SLIPLINING — OMIT
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT — OMIT
DA-7 TYPE OF CASING PIPE — OMIT
DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR — OMIT
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION — OMIT
DA-10 MANHOLE REHABILITATION — OMIT
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION — OMIT
DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM — OMIT
DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM — OMIT
DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM — OMIT
DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM — OMIT
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER — OMIT
DA-17 INTERIOR MANHOLE COATING -STRONG -SEAL -SYSTEM — OMIT
DA-18 RIGID FIBERGLASS MANHOLE LINERS — OMIT
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION — OMIT
DA-20 PRESSURE GROUTING — OMIT
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES — OMIT
10/23/08
ASC-12
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-22 FIBERGLASS MANHOLES — OMIT
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes and
water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observation and marking activity. In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly, The following are utility contact
persons:
Company Telephone Number
Fort Worth Water Dept. 817-392-8296
ATMOS Gas 1-866-332-8667
TXU Electric 1-800-242-9113
SWBT 1-800-395-0440
Charter Communications 817-246-5538
Fort Worth Transportation and Public Works 817-392-6594
For other facilities 1-800-DIG-TESS
Of course, under the terms of this contract, the contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No.
104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2
through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the
10/23/08
ASC-13
PART DA - ADDITIONAL SPECIAL CONDITIONS
Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to
removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation,
as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9" out from the gutter Hp, with same day
haul -off of the removed material to a suitable dump site. The street void shall be filled with
H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304
"Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City
densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and
leveled to grade behind the curb. Existing improvements within the parkway such as water
meters, sprinkler system, etc. damaged during construction shall be replaced with same or better
at no cost to the City.
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion. If the contractor fails to complete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day.
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul -off of the removed material to a suitable dump site. For
specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No.
S-S5 of the Standard Specifications.
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the work.
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE — OMIT
DA-27 GRADED CRUSHED STONES — OMIT
DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE — OMIT
DA-29 BUTT JOINTS - MILLED — OMIT
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) — OMIT
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER — OMIT
DA-32 NEW 7" CONCRETE VALLEY GUTTER — OMIT
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP
The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed
details, or as directed by the Engineer.
10/23/08
ASC-14
PART DA - ADDITIONAL SPECIAL CONDITIONS
The removal of existing substandard wheelchair ramps and sidewalk as required for the
installation of new wheelchair ramps shall be subsidiary to this pay item, The removal and
replacement of existing curb and gutter as required for the installation of new wheelchair ramps
shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for
Iaydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1), The pay limit will
extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start
15" back from the face of curb and encompass the remainder of the ramp and sidewalk.
All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item
504 "Concrete Sidewalk Driveways" shall apply except as herein modified.
All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured
by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry -shake
type, and shall be used in accordance with manufactures instructions. Concrete stain may be
applied after concrete is poured (Product sold by BAER).
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches
dimension, or other dimension approved by the Engineer, meeting the aforementioned
specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be
applied for all construction covered in the scope of this pay item.
The method of application shall be by screen, sifter, sieve or other means in order to provide for a
uniform color distribution."
The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will
be full compensation for materials, labor, equipment, tools and incidentals necessary to compete
the work,
DA-34 8" PAVEMENT PULVERIZATION — OMIT
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) — OMIT
DA-36 RAISED PAVEMENT MARKERS — OMIT
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
Where known by the design engineer, the locations of potentially petroleum contaminated
material (soil) that may be encountered during excavation and/or construction activities will
be shown on the plans. For all locations where material is excavated and suspected of
being contaminated with petroleum products, whether known or not, these special
conditions are to be followed. The contractor is also to follow all applicable Federal. State
and Local regulations when handling known or suspect contaminated materials (soils).
1. WORK INCLUDED
a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material.
b. Removal, testing, and disposal of petroleum contaminated groundwater.
10/23/08
ASC-15
PART DA - ADDITIONAL SPECIAL CONDITIONS
c. Obtaining and paying for required permits.
d. Hiring of qualified environmental professional consultant(s). Contractor will be
required to submit the environmental consultant's experience and qualifications to
the City prior to beginning work in areas of Potentially Petroleum Contaminated
Material.
e. Hiring of qualified environmental sampling professionals that will collect and submit
samples to the applicable City of Fort Worth testing laboratory. The City of Fort
Worth's Department of Environmental Management for coordination of laboratory
testing.
2. REFERENCES
a. All applicable OSHA regulatory requirements.
b. All applicable Environmental Protection Agency (EPA) regulatory requirements.
c. All applicable State of Texas regulatory requirements.
d. All applicable City of Fort Worth (City) regulatory requirements.
e. All applicable NIOSH standards.
f. All applicable TNRCC requirements.
3. SUBMITTALS
a. The contractor shall prepare and submit to the City's Department of Environmental
Management, Senior Specialist in Compliance, plans for handling Potentially
Petroleum Contaminated Material (PPCM) not Tess than 30 days prior to
commencing excavation.
b. The Contractor shall take necessary precautions while performing this project.
Contractor shall not commence PPCM work (1) Contractor's submittal for dealing
with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description)
for discharging any treated liquid into the storm sewer or sanitary sewer are
reviewed by the City (3) and acceptable stockpile area is identified by the Contractor.
c. Contractor shall submit the name of his proposed qualified environmental
professional consultant(s) and proposed PPCM Handling Plan to the City. The
PPCM Handling Plan shall include the detailed sequence of construction including
proposed excavation and handling methods, proposed carriers for contaminated
materials, waste disposal site, and a list of any permits that may be required for
PPCM handling or contaminated materials disposal. The above data must be
compiled and arranged in a format that is acceptable to the Texas Natural Resource
Conservation Commission (TNRCC).
d. Contractor shall submit actual limits of PPCM excavation, as prepared by his
qualified environmental consultant(s) and testing lab.
10/23/08
ASC-16
PART DA - ADDITIONAL SPECIAL CONDITIONS
e. Contractor shall submit for review the proposed carrier pipe material to be used with
the actual limits of PPCM excavation, including pipe gasket and carder pipe coating
or liner.
B. PRODUCTS:
1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation,
including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration.
C. EXECUTION:
1. POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Areas suspected of having petroleum contaminated material (soils) are shown in on
the engineering drawings.
b. In areas other than those noted on the plans and where potentially petroleum
contaminated materials are either detected or suspected, the City of Fort Worth and
the Engineer should be notified immediately and the work should proceed in
accordance with this section.
2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Care should be taken during all excavation and dewatering activities to identify areas
potentially contaminated by petroleum.
b. When a petroleum odor is encountered during excavation or when there is visual
evidence of potentially petroleum contaminated soil, the Contractor shall notify the
Engineer without delay.
c. The Contractor shall have retained the services of an environmental consultant who
shall be present at the site to screen suspect soil with a photo -ionization detector
(PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient
conditions or greater on PID or FID tested soil sample will be considered potentially
petroleum contaminated. The soul sample should be a recent sample from the
excavation face. The sample should be stored in a laboratory supplied glass jar with
a teflon gasket lined lid. The City of Fort Worth Department of Environmental
Management will be notified prior to all sample collection and submittal to the current
testing laboratory identified by the City. The PID or FID tests should be performed in
a confined location, Soils producing a reading of less than 20 ppm above ambient
will not be considered potentially petroleum contaminated. The PID or FID shall be
calibrated according to manufactures instructions,
d. Water encountered during excavation or dewatering shall be considered to be
potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil
that appears visually to be contaminated by hydrocarbons or at any time the
Contractor has reason to believe that hydrocarbon contamination may have
occurred. The Contractor shall immediately notify the City and the TNRCC
whenever contaminated water is encountered.
10/23/08
ASC-17
PART DA - ADDITIONAL SPECIAL CONDITIONS
a. The Contractor shall contact the City whenever contamination from any source is
suspected.
3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS)
a. Contractor shall coordinate with the City to determine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site:
1. Provide a diked enclosure large enough to hold all material and prevent runoff.
2. The diked area shall be Tined with 20-30 mil plastic tp prevent seepage into the
existing soil.
3. At the end of each work day, Contractor shall completely cover stockpile with 20
mil plastic. During the day, the Contractor shall keep the stockpile covered, as
necessary, to prevent release of contaminated materials due to rain or wind.
4. Sampling and evaluation of materials will be performed at the Contractor's
expense. (The City of Fort Worth will provide laboratory services)
b. PPCS shall be handled, tested, observing all standard chain -of -custody procedures
and sampling preservation and analyses shall conform to published and recognized
standards.
c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total
Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and
Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort
Worth Department of Environmental Management.
d. Contaminated soil identified by test results will be disposed of according to DA-36,
Loading, Transportation, and Disposal of Contaminated Soil.
e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as
backfill material, if the soils also meet the Type C or B backfill classifications.
4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW)
a. Water pumped from the excavation or from dewatering activities that has an oily
sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially
petroleum contaminated.
b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's
appropriate state regulation. PPCW shall be tested no later than 15 days prior to
extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water
separator, air stripper or GAC canisters. Contractor shall have his testing laboratory
determine that the oil/water separator treated discharge is within the limits
established by the TNRCC's regulations before being allowed to discharge
(discharge to sanitary sewer). Contractor shall be responsible for furnishing the
effluent test reports to the City.
10/23/08
ASC-18
PART DA - ADDITIONAL SPECIAL CONDITIONS
c. Alternatively, the Contractor may dispose of contaminated water, after appropriate
pretreatment, into the sanitary sewer collection system. It shall be the responsibility
of the Contractor to obtain the necessary permit(s) and to perform all testing required
by the City of Fort Worth Pretreatment Services Division.
d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled,
and analyzed before discharge into the sewer system.
e. The product that is recovered shall be disposed of in accordance with all applicable
regulations. Any phase separate product recovered from the oil/water separator and
air stripper shall be transported in accordance with Department of Transportation
rules and regulations for flammable products. When transporting product for
disposal, transportation shall also be performed by a licensed carrier. The
Contractor is responsible for proper manifesting of the material from the site to the
waste disposal facility. Completed Manifests shall be returned to the City
Department of Environmental Management within 90 days of shipment.
5. HANDLING VAPOR CONCENTRATIONS
a. In order to maintain safe working conditions, the vapor concentrations should not
exceed 20 percent of the Lower Explosive Limit (LEL), During construction,
measures should be taken to maintain LEL levels below 20 percent in all working
areas.
b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a
LEL/02 meter should continuously operate in the working area. The CGI should be
properly calibrated and should have an alarm that sounds if 20 percent LEL is
reached. Monitoring data from the GCI should be recorded periodically to determine
if ventilation or other methods are effective. In the event local health and safety
agencies require more stringent monitoring, the local regulations must be
implemented.
D. MEASUREMENT AND PAYMENT:
Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for
any permits required, hiring the services of a qualified .professional environmental
consultant(s), environmental issues, stockpiling and all issues included and incidental to this
section will be full compensation for all labor, equipment, materials, and supervision.
Measurement and Payment for this section will be per linear foot of trench excavated where
the excavated material is handled as a contaminated material. No separate payment will be
made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc,
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
A. GENERAL:
This item has been established for the loading, transportation and disposal of contaminated
soils in a State of Texas approved disposal site (landfill) to handle special wastes
(petroleum contaminated soils). A bid item has been established in the proposal for the
10/23/08
ASC-19
PART DA - ADDITIONAL SPECIAL CONDITIONS
proper loading, transportation and disposal of the material to a designated site and the
quantity established is the engineers best estimate of the quantity that may be removed.
This quantity may vary depending upon actual conditions and testing results. The unit
price bid will not be increased regardless of the actual amount of material disposed and
may be decreased if a larger volume of material, than that listed in the bid proposal,
results in a unit cost reduction for disposal.
B. WASTE MANIFESTS:
Any and all non -hazardous liquid and petroleum substance waste removed from the site
of generation and transported for treatment and/or disposal must be accompanied by a
waste shipment record/manifest detailing required generator, transported, destination
and waste description information. These results may not be uniform throughout the
entire site. For all petroleum substance waste, the waste shipment record utilized shall
be the TNRCC PETROLEUM -SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332).
The Contractor shall be responsible for obtaining, originating and maintaining manifests
in accordance with federal and state laws. The Contractor shall sign the manifests
forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR
REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN
CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND
SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount
of waste removed from the site and received by the treatment/disposal facility. The
Contractor shall immediately resolve any manifest discrepancies. Completed Manifests
shall be returned to the City Department of Environmental Management within 90 days
of shipment.
C. MEASUREMENT AND PAYMENT:
Payment for this item shall be made per in place cubic yard of contaminated soils that
are loaded, transported and disposed of in an approved special disposal site. No
separate payment will be made for loading, transportation and disposal of contaminated
ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY
PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be
included in the Contractor's bid submittal and approved by the City of Fort Worth
Department of Environmental Management prior to contract award. Contractor shall be
responsible for all landfill costs, including, but not limited to landfill fees, transportation
costs and landfill operator requested analytical testing and waste characterization.
DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC — OMIT
DA-40 CONCRETE RIPRAP
1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown
on the plans or as directed by the Engineer.
2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the
dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on
the plans, concrete riprap shall be reinforced using wire or bar reinforcement.
The concrete shall be 3000 PSI at 28 days, Class A.
10123/08
ASC-20
PART DA - ADDITIONAL SPECIAL CONDITIONS
Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or
its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the
wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the
concrete and shall have no wire projecting beyond the last member parallel to the edge of the
concrete.
Reinforcement shall be supported properly throughout the placement to maintain its position
equidistance from the top and bottom surface of the slab.
If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the
Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the
concrete is placed. All surfaces shall be moist when concrete is placed.
After the concrete has been placed, compacted, and shaped to conform to the dimensions shown
on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a
wooden float to secure a reasonably smooth surface.
3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the
Proposal multiplied by the quantity of material used. Bid price will be full compensation for
placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the
work.
Payment for all necessary excavation below natural ground, and bottom or slope of the excavated
channel will be included in the bid price.
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS
Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete
cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the
plans and manufactured in accordance with Material Standard E1-4 contained in the General
Contract documents. Payment for work such as backfill, bedding, blocking, excavation and all
other associated appurtenances; required, shall be included in the Linear Foot price of the pipe
and lump sum for the pipe fittings in the appropriate BID ITEM(S).
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS
Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on
this project:
1. A complete list of fittings and specials upon which the lump sum is bid.
2. Provide a unit price indicating the cost for furnishing and installing each of the various items of
fittings and specials.
The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary
for the construction of the project as designed. Payment for the installation of the pipe fittings,
specials, and random lengths shall be included. Should the Engineer approve any changes to the
fittings, specials or random pipe lengths listed as justifying the amount bid in the Proposal, the
price submitted with the Proposal shall be used to determine the increase or decrease in the
10/23/08
ASC-21
PART DA - ADDITIONAL SPECIAL CONDITIONS
value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this
adjusted value under that bid item.
DA-43 UNCLASSIFIED STREET EXCAVATION
This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT
PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring
the new base to proper grade and City standard specifications for street reconstruction. All
applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be
paid per cubic yard.
DA-44 6" PERFORATED PIPE SUBDRAIN — OMIT
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS
This item shall include the removal and replacement of existing concrete sidewalk due to failure or
in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with
same day haul -off of the removed material to a suitable dumpsite. For specifications governing
this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and
Driveways".
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the removal and replacement work.
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION — OMIT
DA-47 PAVEMENT REPAIR IN PARKING AREA — OMIT
DA-48 EASEMENTS AND PERMITS
Easements and permits, both temporary and permanent, have been secured for this project at
this time and made a part thereto. Any easements and/or permits, both temporary and
permanent, that have not been obtained by the time of publication shall be secured before
construction starts. No work is to be done in areas requiring easements and/or permits until the
necessary easements are obtained. The Contractor's attention is directed to the easement
description and permit requirements, as contained herein, along with any special conditions that
may have been imposed on these easements and permits.
Where the pipeline crosses privately owned property, the easements and construction areas are
shown on the plans. The easements shall be cleaned up after use and restored to their original
conditions or better. In the event additional work room or access is required by the
Contractor, it shall be the Contractor's responsibility to obtain written permission from the
property owners involved for the use of additional property required. No additional payment
will be allowed for this item.
DA-49 HIGHWAY REQUIREMENTS — OMIT
DA-50 CONCRETE ENCASEMENT — OMIT
DA-51 CONNECTION TO EXISTING STRUCTURES
10/23/08
ASC-22
PART DA - ADDITIONAL SPECIAL CONDITIONS
All connections between proposed and existing facilities, shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a
gasket, RAM-Nek or approved equal shall be installed around penetrating pipe.
Payment for such work as connecting to existing facilities including all labor, tools, equipment,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM.
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION — OMIT
DA-53 OPEN FIRE LINE INSTALLATIONS — OMIT
DA-54 WATER SAMPLE STATION
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large water
meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for
the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station, concrete
support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are
required to provide a complete and functional water sampling station shall be included in the price
bid for the water main.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for
the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service
Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to provide a
complete and functional water sampling station shall be included in the price bid for Water
Sample Stations.
DA-55 CURB ON CONCRETE PAVEMENT
Standard Specification Item 502 shall apply except as herein modified.
10/23/08
ASC-23
PART DA - ADDITIONAL SPECIAL CONDITIONS
INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an
integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be
deposited not more than thirty (30) minutes after the concrete in the slab.
SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three
thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water
shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the
concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of
cement per cubic yard of concrete is required.
PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this
Project under the appropriate bid item and shall be in compliance with Public Works Department
standard requirement Item 502.
DA-56 SHOP DRAWINGS
1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require. Such
review by the Engineer shall include checking for general conformance with the design concept of
the project and general compliance with information given in the General Contract Documents.
Indicated actions by the Engineer, which may result from his review, shall not constitute
concurrence with any deviation from the plans and specifications unless such deviations are
specifically identified by the method described below, and further shall not relieve the Contractor
of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals
are not change orders. The purpose of submittals by the Contractor is to demonstrate that the
Contractor understands the design concept, and that he demonstrates his understanding by
indicating which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts
between submittals and the design drawings and/or specifications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern. The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
job site, fabrication processes and techniques of constriction, coordination of his work with that of
other trades and satisfactory performance his work. The Contractor shall check and verify all
measurements and review submittals prior to being submitted, and sign or initial a statement
included with the submittal, which signifies compliance with plans and specifications and
dimensions suitable for the application. Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the following items prior to installation:
List the required submittals here
Additional shop drawing requirements are described in some of the material specifications.
3. Address for Submittals - The submittals shall be addressed to the Project Manager:
(Project Manager)
City of Fort Worth
10/23/08
ASC-24
PART DA - ADDITIONAL SPECIAL CONDITIONS
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN
In order to establish a basis upon which partial payments to the Contractor may be authorized,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following published
specifications, except as modified herein:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP — OMIT
DA-60 ASPHALT DRIVEWAY REPAIR — OMIT
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort
Worth Transportation and Public Works Department's Standard Specifications for Street and
Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals
shall be included in the square yard bid price for the top soil.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT
This item shall include raising or lowering an existing meter box to the parkway grade specified
No payment will be made for adjusting existing boxes which are within 0.001 feet of specified
parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and
materials used in the adjustment of the meter box.
DA-63 BID QUANTITIES OMIT
DA-64 WORK IN HIGHWAY RIGHT OF WAY — OMIT
DA-65 CRUSHED LIMESTONE (FLEX -BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort
Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW — OMIT
DA-67 NON-EXCLUSIVE CONTRACT — OMIT
10i23/08
ASC-25
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-68 CONCRETE VALLEY GUTTER — OMIT
DA-69 TRAFFIC BUTTONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations designated by the Engineer. The buttons to be
supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a
Type III Epoxy.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-70 PAVEMENT STRIPING
Pavement striping, whenever and wherever encountered, shall be replaced to match the existing
striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade
tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be
used for each project. This should be submitted at the Pre -Construction Conference. This
design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal
(Proctor) will be calculated, if one has not been previously calculated, for the use during density
testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor
is approved for placement of the asphalt. The contractor shall contact the City Laboratory,
through the inspector, at least 24 hours in advance of the asphalt placement to schedule a
technician to assist in the monitoring of the number of passes by a roller to establish a rolling
pattern that will provide the required densities. The required Density for Type "B" and for Type
"D" asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be
used for all asphalt testing.
After a rolling pattern is established, densities should be taken at locations not more than 300 feet
apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B"
must be done before Type "D" asphalt is applied.
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to
determine the applied thickness.
DA-72 SPECIFICATION REFERENCES
10/23/08
ASC-26
PART DA - ADDITIONAL SPECIAL CONDITIONS
When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification, prior to the date
of these general specifications or revisions thereof, shall apply.
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL
VALVE AND BOX
The relocation and reconnection of sprinkler system control valve and box will be required as
shown on the plans, and/or as described in these Special Contract Documents in addition to
those located in the field and identified by the Engineer.
A minimum of twenty-four (24) hours advance notice shall be given when service interruption will
be required. When the relocation is required, separate payment will be allowed for the relocation
of sprinkler back -flow preventer or control valve and box. Payment for all work and material such
as back -fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used
by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler
back -flow preventer or control valve and box. All other costs will be included in other appropriate
bid item(s).
DA-74 RESILIENT -SEATED GATE VALVES
Any resilient -seated gate valves supplied for this contract shall conform to Material Standard
E1-26, STANDARD SPECIFICATIONS FOR RESILIENT -SEATED GATE VALVES, with the
exception of size requirements in sections E-26.1. All resilient -seated gate valves shall be
mechanical joints and be approved on the City of Fort Worth Standard Product List.
DA-75 EMERGENCY SITUATION, JOB MOVE -IN — OMIT
DA-76 1 '/2" & 2" COPPER SERVICES
The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy
Couplings:
All fittings used for 1 1/2" and 2" water services lines shall be compression fittings of the type
produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller
Company, or approved equal. Approved equal products shall submit shop drawings and
manufacturer's catalog information for approval.
Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically
designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any
other type of cutter will not be allowed.
Prior to installing the compression fittings, the copper tubing will be made round by the use of a
"rounding tube" specifically made for that purpose.
Payment for all work and materials associated with 1 1/2 " and 2" copper services shall be included
in the price of the appropriate bid item.
DA-77 SCOPE OF WORK (UTIL. CUT) — OMIT
10/23/08
ASC-27
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) - OMIT
DA-79 CONTRACT TIME (UTIL. CUT) - OMIT
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) - OMIT
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) - OMIT
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) - OMIT
DA-83 PAVING REPAIR EDGES (UTIL. CUT) - OMIT
DA-84 TRENCH BACKFILL (UTIL. CUT) - OMIT
DA-85 CLEAN-UP (UTIL. CUT) - OMIT
DA-86 PROPERTY ACCESS (UTIL. CUT) - OMIT
DA-87 SUBMISSION OF BIDS (UTIL. CUT) - OMIT
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) - OMIT
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) - OMIT
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) - OMIT
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) - OMIT
DA-92 MAINTENANCE BOND (UTIL. CUT) - OMIT
DA-93 BRICK PAVEMENT (UTIL. CUT) - OMIT
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) - OMIT
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) - OMIT
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) - OMIT
DA-97 "QUICK -SET" CONCRETE (UTIL. CUT) - OMIT
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) - OMIT
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) - OMIT
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) - OMIT
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) - OMIT
DA-102 PAYMENT (UTIL. CUT) - OMIT
10/23/08
ASC-28
PART DA - ADDITIONAL SPECIAL CONDITIONS
DA-103 DEHOLES (MISC. EXT.) - OMIT
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) - OMIT
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) - OMIT
DA-106 BID QUANTITIES (MISC. EXT.) - OMIT
DA-107 LIFE OF CONTRACT (MISC. EXT.) - OMIT
DA-108 FLOWABLE FILL (MISC. EXT.) - OMIT
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) - OMIT
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) - OMIT
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) - OMIT
DA-112 MOVE IN CHARGES (MISC. REPL.) - OMIT
DA-113 PROJECT SIGNS (MISC. REPL.) - OMIT
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) - OMIT
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) - OMIT
DA-116 FIELD OFFICE - OMIT
DA-117 TRAFFIC CONTROL PLAN - OMIT
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS - OMIT
DA-119 CATHODIC PROTECTION SYSTEM - OMIT
10/23/08
ASC-29
SECTION E100 — MATERIAL SPECIFICATIONS
MATERIAL STANDARD E 100-4
JANUARY 1, 1978 (ADDED 5/13/90)
E100-4 WATERTIGHT MANHOLE INSERTS.
E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole
inserts in the. Fort Worth sanitary sewer collection system.
El 0 0-4.2 MATERIALS AND DESIGN:
a . The manhole insert shall be of corrosion -proof high density polyethelene that meets
or exceeds the requirements of ASTM D1248, Category 5, Type III.
b . The minimum thickness of the manhole insert shall be 1/8".
c . The manhole insert shall have a gasket that provides positive seal in wet or dry
conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe
requirement of ASTM D1056, or equal.
d. The manhole insert shall have a strap for removing the insert. The strap shall be made of
minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent
unravelling. Stainless steel hardware shall be used to securely attach strap to the insert.
e . The manhole insert shall have one or more vent holes or valves to release gasses and
allow water inflow at a rate no greater than 10 gallons per 24 hours.
E 100-4.3 INSTALLATION:
a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert
on the rim.
b. The manhole insert shall be fully seated around the manhole frame rim to retard water from
seeping between the cover and the manhole frame rim.
E100 (1)
SECTION E SPECIFICATIONS
JANUARY 1, 1978
�Q �£ kiztittX
�a
WATER DEPARTMENT
All materials, construction methods and procedures used in this project shall conform to
Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications, together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes, the same as if copies verbatim
herein, and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth.
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20, 1981, follow:
E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P.I.
values as follows:)
c. Additional backfill requirements when approved for use in streets:
1. Type B Backfill
(c) Maximum plastic index (PI) shall be 8
2 . Type C Backfill
(a) Material meeting requirements and having a PI of 8 or less shall be
considered as suitable for compaction by wetting
(b) Material, meeting requirement and having a PI of 9 or more
shall be considered for use only with mechanical compaction
E2-2.11Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this
section to 95% Procter density except for paragraph a.l. where the "95% modified Procter
density" shall remain unchanged).
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OF WORK SP-4
2. AWARD OF CONTRACT SP-4
3. PRECONSTRUCTION CONFERENCE SP-4
4. EXAMINATION OF SITE SP-4
5. BID SUBMITTAL SP-4
6. WATER FOR CONSTRUCTION SP-4
7. SANITARY FACILITIES FOR WORKERS SP-4
8. PAYMENT SP-5
9. SUBSIDIARY WORK SP-5
10. LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC SP-5
11. WAGE RATES SP-5
12. EXISTING UTILITIES SP-6
13. PARKWAY CONSTRUCTION SP-6
14. MATERIAL STORAGE SP-7
15. PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS SP-7
16. INCREASE OR DECREASE IN QUANTITIES SP-7
17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS SP-7
18. EQUAL EMPLOYMENT PROVISIONS SP-8
19. MINORITY AND WOMENS BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE SP-8
20. FINAL CLEAN UP SP-10
21. CONTRACTORS COMPLIANCE WITH WORKER'S
COMPENSATION LAW SP-10
22. SUBSTITUTIONS SP-13
23. MECHANICS AND MATERIALSMEN'S LIEN SP-13
24. WORK ORDER DELAY SP-13
25. CALENDAR DAYS SP-13
26. RIGHT TO ABANDON SP-13
27. CONSTRUCTION SPECIFICATIONS SP-13
28. MAINTENANCE STATEMENT SP-14
29. DELAYS SP-14
30. DETOURS AND BARRICADES SP-14
31. DISPOSAL OF SPOIL/FILL MATERIAL SP-14
32. QUALITY CONTROL TESTING SP-15
33, PROPERTY ACCESS SP-15
34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES SP-15
35. WATER DEPARTMENT PRE -QUALIFICATIONS SP-16
36. RIGHT TO AUDIT SP-16
37. CONSTRUCTION STAKES SP-17
38. LOCATION OF NEW WALKS AND DRIVEWAYS SP-17
39. EARLY WARNING SYSTEM FOR CONSTRUCTION SP-17
40. AIR POLLUTION WATCH DAYS SP-18
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-1 of 44
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS:
41. PAY ITEM - PAVEMENT - UNCLASSIFIED STREET EXCAVATION - REMOVE SP-19
42. PAY ITEM - PAVEMENT-7 INCH CONCRETE INSTALL SP-19
43. PAY ITEM - CURB - 7 INCH - INSTALL SP-20
44. PAY ITEM - RETAINING WALL - INSTALL SP-20
45. PAY ITEM - CURB - CURB AND GUTTER AS DIRECTED BY INSPECTOR -
REPLACE SP-20
46. PAY ITEM - PAVEMENT - TRANSITION - MIN 6 INCH HMAC SP-20
47. PAY ITEM - PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC -
INSTALL SP-20
48. PAY ITEM - SAFETY SYSTEM > 5 FOOT DEPTH - INSTALL SP-21
49. PAY ITEM - PAY ITEMS - SUBGRADE - 8 INCH LIME STABILIZED - INSTALL and
SUBGRADE - LIME FOR STABILIZATION - INSTALL SP-21
50. PAY ITEM - PAVEMENT - 6 INCH HMAC - INSTALL (OMIT) SP-21
51. PAY ITEMS - WALK-4 FT - INSTALL, CURB & GUTTER - INSTALL, WALK - ADA
WHEELCHAIR RAMP - INSTALL, AND DRIVEWAY - INSTALL SP-21
52. PAY ITEMS - WALK - REMOVE, CURB & GUTTER - REMOVE, WALK - ADA
WHEELCHAIR RAMP -REMOVE, AND DRIVEWAY - REMOVE SP-23
53. PAY ITEMS - WALK - STEPS - REMOVE and WALK - STEPS - INSTALL SP-23
54. PAY ITEMS - FENCE - REMOVE and FENCE - INSTALL SP-23
55. PAY ITEM - CURB & GUTTER - 7 INCH W/ 18" GUTTER - INSTALL (OMIT) SP-23
56. PAY ITEMS - MAILBOX - REMOVE and MAILBOX - INSTALL SP-23
57. PAY ITEM - FILL MATERIAL - BORROW- INSTALL (OMIT) SP-23
58. PAY ITEM - PAVEMENT - VALLEY GUTTER - INSTALL (OMIT) SP-24
59. PAY ITEM - UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL - INSTALLSP-24
60. PAY ITEM - STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP -
INSTALL SP-24
PAY ITEM - TRAFFIC CONTROL - INSTALL SP-26
PRE BID ITEM
PRE BID ITEM
PRE BID ITEM
PRE BID ITEM
- SIGN - PROJECT DESIGNATION - INSTALL
- UTILITY ADJUSTMENT - REPAIR
- TOP SOIL - INSTALL
- VALVE BOX - ADJUSTMENT - SERVICES
PRE BID ITEM - MANHOLE - ADJUSTMENT - SERVICES
PRE BID ITEM - METER BOX - ADJUSTMENT - SERVICES
PAY ITEM - PAVEMENT - SILICONE JOINT SEALANT - INSTALL
NON -PAY ITEM
NON -PAY ITEM
NON -PAY ITEM
NON -PAY ITEM
NON -PAY ITEM
NON -PAY ITEM -
NON -PAY ITEM -
- ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT
- CLEARING AND GRUBBING
- SPRINKLING FOR DUST CONTROL
- PROTECTION OF TREES, PLANTS AND SOIL
- CONCRETE COLORED SURFACE
PROJECT CLEAN-UP
PROJECT SCHEDULE
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-2 of 44
SP-27
SP-27
SP-28
SP-28
SP-28
SP-28
SP-28
SP-32
SP-34
SP-34
SP-34
SP-34
SP-35
SP-35
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
76. SCHEDULE TIERS SPECIAL INSTRUCTIONS SP-37
77. NON -PAY ITEM - NOTIFICATION OF RESIDENTS SP-38
78. NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION SP-38
79. NON -PAY ITEM - PRE -CONSTRUCTION NEIGHBORHOOD MEETING SP-39
80. NON -PAY ITEM - WASHED ROCK SP-39
81. NON -PAY ITEM - SAWCUT OF EXISTING CONCRETE SP-39
82. NON PAY ITEM - LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES SP-39
83. NON PAY ITEM - TIE IN INTO STORM DRAIN STRUCTURE SP-40
84. NON PAY ITEM - SPRINKLER HEAD ADJUSTMENT SP-40
85. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE -INSPECTIONS SP-40
86. NON PAY ITEM - TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) SP-40
87. PAY ITEM - SIGN -ADDRESS ON CURB - INSTALL SP-42
88. PAY ITEM - PIPE - REMOVE AND INLET - REMOVE SP-42
89. PAY ITEM - PIPE 24" - CL III - INSTALL AND PIPE 21" - CL III - INSTALL SP-42
90. PAY ITEM - INLET-INLINE-10 FT - INSTALL AND INLET-INLINE-15 FT - INSTALL
SP-43
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-3 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9)
PART V — GROUP 9D
CITY PROJECT No.: 00981
DOE No.: 5925
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the
following: PAVEMENT RECONSTRUCTION, WATER LINE REPLACEMENT AND
SANITARY SEWER REPLACEMENT and all other miscellaneous items of construction
to be performed as outlined in the plans and specifications which are necessary to
satisfactorily complete the work.
2. AWARD OF CONTRACT: Submission of Bids: Unit I, Unit II and Unit III constitute a
package. If the Contractor submits a bid on Unit I, Unit II and Unit III and has the lowest
responsive proposal price, the Contractor will be the apparent successful bidder for this
project.
Bidders are hereby informed that the Director of the Transportation and Public Works
Department reserves the right to evaluate and recommend to the City Council the best
bid that is considered to be in the best interest of the City.
3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant,
and City shall meet at the call of the City for a preconstruction conference before any
work begins on this project. At this time, details of sequencing of the work, contact
individuals for each party, request for survey, and pay requests will be covered. Prior to
the meeting, the Contractor shall prepare schedules showing the sequencing and
progress of their work and its effect on others. A final composite schedule will be
prepared during this conference to allow an orderly sequence of project construction.
4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit
the project site and make such examinations and explorations as may be necessary to
determine all conditions that may affect construction of this project. Particular attention
should be given to methods of providing ingress and egress to adjacent private and
public properties, procedures for protecting existing improvements and disposition of all
materials to be removed. Proper consideration should be given to these details during
preparation of the Proposal and all unusual conditions that may give rise to later
contingencies should be brought to the attention of the City prior to the submission of the
Proposal.
5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed
forms that must be submitted with the Proposal (including Vendor Compliance to State
Law). Failure to provide a complete bid package may be grounds for designating bids as
"non -responsive" and rejecting bids as appropriate and as determined by the Director of
the Transportation and Public Works Department.
6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the
Contractor at his own expense.
7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary
conveniences for the use of workers at the project site. Specific attention is directed to
this equipment.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/26/2010
Page SP-4 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
8. PAYMENT: The Contractor shall receive full payment from the City for all the work
based on unit prices bid on the proposal and specified in the plans and specifications
and approved by the ENGINEER per actual field measurement.
9. SUBSIDIARY WORK: Any and all work specifically governed by documentary
requirement for the projects, such as conditions imposed by the Plans, the General
Contract Documents or these special Contract Documents, in which no specific item for
bid has been provided for in the Proposal, shall be considered as a subsidiary item of
work, the cost of which shall be included in the price bid in the Proposal for each bid
item, including but not limited to surface restoration cleanup and relocation of mailboxes.
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these specifications shall be covered by Item No. 102
"Clearing and Grubbing" and shall be subsidiary to the other items of the contract.
10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's
particular attention is directed to the requirements of Item 7, "Legal Relations and
Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction".
11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code (Chapter 2258), including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258. Such prevailing wage rates are included in these contract documents.
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.
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.
Arbitration Required if Violation Not Resolved.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-5 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 do 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.
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 the Audit
section of these contract documents shall pertain to this inspection.
Pay Estimates.
With each partial payment estimate 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.
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of
the project at all times.
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.
(Wage rates are attached at the end of this section.)
12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to
existing utilities are based on the best information available. It shall be the Contractor's
responsibility to verify location of adjacent and/or conflicting utilities sufficiently in
advance of construction in order that he may negotiate such local adjustments as are
necessary in the construction process in order to provide adequate clearance. The
Contractor shall take all necessary precautions in order to protect all services
encountered.
Any damage to utilities and any losses to the utility or City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense.
13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required
that all parkways be excavated and shaped at the same time the roadway is excavated.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-6 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Excess excavation will be disposed of at locations approved by the Director of the
Transportation and Public Works Department
14. MATERIAL STORAGE: Material shall hot be stored on private property unless the
Contractor has obtained permission in writing from the property owner and storage of
material on the private property complies with current City zoning requirements for the
use of property for storage purposes.
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall
take adequate measures to protect all existing structures, improvements and utilities,
which may be encountered.
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the Design Consultant to be accurate as to extent, location and
depth, they are shown on the plans as the best information available at the time of
design, from the Owners of the utilities involved and from evidences found on the
ground.
16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are
approximate. It is the Contractor's sole responsibility to verify all the minor pay item
quantities prior to submitting a bid. No additional compensation shall be paid to
Contractor for errors in the quantities. Final payment will be based upon field
measurements. The City reserves the right to alter the quantities of the work to be
performed or to extend or shorten the improvements at any time when and as found to
be necessary, and the Contractor shall perform the work as altered, increased or
decreased at the unit prices as established in the contract documents. No allowance will
be made for any changes in anticipated profits or shall such changes be considered as
waiving or invalidating any conditions or provisions of the Contract Documents.
Variations in quantities of storm drain pipes in depth categories shall be interpreted
herein as applying to the overall quantities of storm drain pipe in each pipe size but not to
the various depth categories.
17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants
and agrees to indemnify City's Design Engineer and Architect, and their personnel at the
project site for Contractor's sole negligence. In addition, 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 or suits for property loss,
property damage, personal injury, including death, arising out of, or alleged to arise out
of, the work and services to be performed hereunder by Contractor, its officers, agents,
employees, subcontractors, licensees or invitees, whether or not any such injury,
damage or death is caused, in whole or in part, by the negligence or alleged
negligence of City, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the City from and against any and
all injuries to City's officers, servants and employees and any damage, loss or
destruction to property of the City arising from the performance of any of the terms and
conditions of this Contract, whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of City, its officers,
servants or employees.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-7 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to City satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides City with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code
Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices.
The Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided by assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In
accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. The Ordinance is incorporated in these specifications by reference. A copy of
the Ordinance may be obtained from the Office of the City Secretary. Failure to comply
with the ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH
EFFORT FORM, as applicable, must be submitted within five (5) City business days after
bid opening. Failure to comply shall render the bid non -responsive.
Upon request, Contractor agrees to provide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE)
on the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an MBE and/or WBE. The misrepresentation of acts (other
than a negligent misrepresentation) and /or the commission fraud by the Contractor will
be grounds for termination of the contract and/or initiating action under appropriate
federal, state, or local laws or ordinances relating to false statement. Further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time not less than three years.
The City will consider the Contractor's performance regarding its M/WBE program in the
evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to
demonstrate "good faith effort", shall result in a bid being rendered non -responsive to
specifications.
Contractor shall provide copies of subcontracts or co -signed letters of intent with
approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-8 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
shall also provide monthly reports on utilization of the subcontractors to the City's
M/WBE office.
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals. The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint venture equal to the percentage of the M/WBE
participation in the joint venture for a clearly defined portion of the work to be performed.
All M/WBE Contractors used in meeting the goals must be certified prior to the award of
the Contract. The M/WBE Contractor(s) must be certified by either the North Central
Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation
(TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid. The Contractor shall contact
all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization
or good faith effort forms as applicable. Failure to contact the listed M/WBE
subcontractor or supplier prior to bid opening may result in the rejection of bid as non-
responsive.
Whenever a change order affects the work of an M/WBE subcontractor or supplier, the
M/WBE shall be given an opportunity to perform the work. Whenever a change order
exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals
applicable to the work to be performed under the change order.
During the term of the contract the contract shall:
1. Make no unjustified changes or deletions in its M/WBE participation
commitments submitted with or subsequent to the bid, and,
2. If substantial subcontracting and/or substantial supplier opportunities arise
during the term of the contract which the Contractor had represented he
would perform with his forces, the Contractor shall notify the City before
subcontracts or purchase orders are let, and shall be required to comply with
modifications to goals as determined by the City, and,
3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor
desires to change or delete any of the M/WBE subcontractors or suppliers.
Justification for change may be granted for the following:
a. Failure of Subcontractor to provide evidence of coverage by Worker's
Compensation Insurance.
b. Failure of Subcontractor to provide required general liability of other
insurance.
c. Failure of Subcontractor to execute a standard subcontract form in the
amount of the proposal used by the Contractor in preparing his M/WBE
Participation plan.
d. Default by the M/WBE subcontractor or supplier in the performance of
the subcontractor.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-9 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
B.
(a) a certificate of coverage, prior to the other person beginning
work on the project; and
(b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(c) retain all required certificates of coverage on file for the
duration of the project and for one year thereafter.
(d) notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) days after the person knew or
should have known, of any change that materially affects the
provision of coverage of any person providing services on the
project; and
(e) contractually require each person with whom it contracts, to
perform as required by paragraphs (1)-(7), with the certificates
of coverage to be provided to the person for whom they are
providing services.
By signing this contract or providing or causing to be provided a certificate of
coverage, the Contractor is representing to the governmental entity that all
employees of the Contractor who will provide services on the project will be
covered by worker's compensation coverage for the duration of the project,
that the coverage will be based on proper reporting of classification codes and
payroll amounts, and that all coverage agreements will be filed with
appropriate insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation. Providing false or
misleading information may subject the Contractor to administrative, criminal,
civil penalties or other civil actions.
k. The Contractor's failure to comply with any of these provisions is a breach of
contract by the Contractor which entitles the governmental entity to declare
the contract void if the Contractor does not remedy the breach within ten day
after receipt of notice of breach from the governmental entity.
The Contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and
stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed
by the Texas Worker's Compensation Act or other Texas Worker's
Commission rules. This notice must be printed with a title in at least 30 point
bold type and text in at least 19 point normal type, and shall be in both English
and Spanish and any other language common to the Worker population. The
text for the notices shall be the following text, without any additional words or
changes:
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-12 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services
related to this construction project must be covered by worker's compensation
insurance. This includes persons providing, hauling, or delivering equipment
or materials, or providing labor or transportation or other service related to the
project, regardless of the identify of their employer or status as an employee."
Call the Texas Worker's Compensation Commission at 512-463-3642 to
receive information on the legal requirement for coverage, to verify whether
your employer has provided the required coverage, or to report an employer's
failure to provide coverage".
22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of
quality that the City believes necessary to procure a satisfactory project. No
substitutions will be permitted until the Contractor has received written permission of the
ENGINEER to make a substitution for the material that has been specified. Where the
term "or equal", or "or approved equal" is used, it is understood that if a material, product,
or piece of equipment bearing the name so used is furnished, it will be approvable, as
the particular trade name was used for the purpose of establishing a standard of quality
acceptable to the City. If a product of any other name is proposed, the substitution must
be approved by the City. Where the term "or equal", or "approved equal" is not used in
the specifications, this does not necessarily exclude alternative items or material or
equipment which may accomplish the intended purpose. However, the Contractor shall
have the full responsibility of providing that the proposed substitution is, in fact, equal,
and the ENGINEER, as the representative of the City, shall be the sole judge of the
acceptability of substitutions. The provisions of the sub -section as related to
"substitutions" shall be applicable to all sections of these specifications.
23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute
a release of mechanics and materialmen's liens upon receipt of payment.
24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and
easements and/or permits obtained on this project within sixty (60) days of advertisement
of this project. The work order for subject project will not be issued until all utilities, right-
of-ways, easements and/or permits are cleared or obtained. The Contractor shall not
hold the City of Fort Worth responsible for any delay in issuing the work order for this
Contract.
25. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted
number of calendar days.
26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the
Contractor, any part of the project or the entire project at any time before the Contractor
begins any construction work authorized by the City.
27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two
following published specifications, except as modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-13 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS
A copy of either of these specifications may be purchased at the Office of the
Department of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor,
Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay
item are indicated in the call -out for the pay item by the ENGINEER. General Provisions
shall be those of the Fort Worth document rather than Division 1 of the North Central
Texas document.
28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmanship, or both, for a period of two (2) years
from date of final acceptance of this project and will be required to replace at his
expense any part or all of the project which becomes defective due to these causes.
29. DELAYS: 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. When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Transportation and Public Works
Department and if by him found correct shall be approved and referred by him to the
Council for final approval or disapproval; and the action thereon by the Council shall be
final and binding. If delay is caused by specific orders given by the ENGINEER to stop
work or by the performance of extra work or by the failure of the City to provide material
or necessary instructions for carrying on the work, then such delay will entitle the
Contractor to an equivalent extension of time, his application for which shall, however, be
subject to the approval of the City Council; and no such extension of time shall release
the Contractor Or the surety on his performance bond form all his obligations hereunder
which shall remain in full force until the discharge of the contract.
30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a
manner as to create a minimum of interruption to traffic and pedestrian facilities and to
the flow of vehicular and pedestrian traffic within the project area. Contractor shall
protect construction as required by ENGINEER by providing barricades.
Barricades, warning and detour signs shall conform to the Standard Specifications
"Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans.
Construction signing and barricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways"
31. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material,
the Contractor shall advise the Director of the Department of Transportation and Public
Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of
the location of all sites where the Contractor intends to dispose of such material.
Contractor shall not dispose of such material until the proposed sites have been
determined by the Administrator to meet the requirements of the Flood Plain Ordinance
of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-14 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
the Administrator to ensure the filling is not occurring within a flood plain without a permit.
A flood plain permit can be issued upon approval of necessary engineering studies. No
fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's
disposal sites shall be evidenced by a letter signed by the Administrator stating that the
site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the
flood plain. Any expenses associated with obtaining the fill permit, including any
necessary engineering studies, shall be at the Contractor's expense. In the event that
the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from
the administrator approving the disposal site, upon notification by the Director of
Transportation and Public Works, Contractor shall remove the spoil/fill material at its
expense and dispose of such materials in accordance with the Ordinance of the City and
this section.
32. QUALITY CONTROL TESTING:
(a) The Contractor shall furnish, at its own expense, certifications by a private laboratory
for all materials proposed to be used on the project, including a mix design for any
asphaltic and/or Portland cement concrete to be used and gradation analysis for
sand and crushed stone to be used along with the name of the pit from which the
material was taken. The Contractor shall provide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related
thereto.
(b) Tests of the design concrete mix shall be made by the Contractor's laboratory at
least nine days prior to the placing of concrete using the same aggregate, cement
and mortar which are to be used later in the concrete. The Contractor shall provide a
certified copy of the test results to the City.
(c) Quality control testing of on site material on this project will be performed by the City
at its own expense. Any retesting required as a result of failure of the material to
meet project specifications will be at the expense of the Contractor and will be billed
at commercial rates as determined by the City. The failure of the City to make any
tests of materials shall in no way relieve the Contractor of its responsibility to furnish
materials and equipment conforming to the requirements of the contract.
(d) Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing. The Contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested.
(e) The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times
unless otherwise directed by the ENGINEER.
34. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-15 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(a) A warning sign not less than five inches by seven inches, painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or
similar apparatus. The warning sign shall read as follows:
"WARNING —UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage -type of guard about the boom or arm, except back hoes or dippers
and insulator links on the lift hood connections.
(c) When necessary to work within six feet of high voltage electric lines, notification shall
be given the power company which will erect temporary mechanical barriers, de -
energize the line or raise or lower the line. The work done by the power company
shall not be at the expense of the City of Fort Worth. The notifying department shall
maintain an accurate log of all such calls to the power company and shall record
action taken in each case.
(d) The Contractor is required to make arrangements with the power company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
(e) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (c).
35. WATER DEPARTMENT PRE -QUALIFICATIONS: Any Contractor performing any work
on Fort Worth water or sanitary sewer facilities must be pre -qualified with the Water
Department to perform such work in accordance with procedures described in the current
Fort Worth Water Department General Specifications which general specifications shall
govern performance of all such work.
36. RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of the Contractor
involving transactions relating to this contract. Contractor agrees that the City shall
have access during normal working hours to all necessary Contractor facilities and
shall be provided adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section. The City shall give Contractor
reasonable advance notice of intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to
the effect that the subcontractor agrees that the City shall, under the expiration of
three (3) years after final payment under the subcontract, have access to and the
right to examine and photocopy any directly pertinent books, documents, papers and
records of such subcontractor involving transactions to the subcontract and further,
that City shall have access during normal working hours to all subcontractor facilities
and shall be provided adequate and appropriate work space in order to conduct
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-16 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
audits in compliance with the provisions of this article together with subsection (c )
hereof. City shall give subcontractor reasonable advance notice of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Contractor for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time
copying is performed.
37. CONSTRUCTION STAKES:
The City, through its Surveyor or agent, will provide to the Contractor construction stakes
or other customary methods of markings as may be found consistent with professional
practice to establish line and grade for roadway and utility construction and centerlines
and benchmarks for bridgework. These stakes shall be set sufficiently in advance to
avoid delay whenever practical. One set of stakes shall be set for all utility construction
(water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and
one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of
the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion
of the construction phase of the project for which they were furnished.
If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided
by the City have been lost, destroyed, or disturbed, that the proper prosecution and
control of the work contracted for in the Contract Documents cannot take place, then the
Contractor shall replace such stakes or markings as required. An individual registered
by the Texas Board of Professional Land Surveying as a Registered Professional Land
Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due
to a lack of replacement of construction stakes will be accepted, and time will continue to
be charged in accordance with the Contract Documents.
38. LOCATION OF NEW WALKS AND DRIVEWAYS:
The Contractor will make every effort to protect existing trees within the parkway, with
the approval of the ENGINEER, the Contractor may re -locate proposed new driveways
and walks around existing trees to minimize damage to trees.
39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the
completion of this contract. In order to insure that the Contractor is responsive when
notified of unsatisfactory performance and/or of failure to maintain the contract schedule,
the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time
charged to the contract. If the amount of work performed by the Contractor is less than
the percentage of time allowed by 20% or more (example: 10% of the work completed in
30% of the stated contract time as may be amended by change order), the following
proactive measures will be taken:
1. A letter will be mailed to the Contractor by certified mail, return receipt
requested demanding that, within 10 days from the date that the letter is
received, it provide sufficient equipment, materials and labor to ensure
completion of the work within the contract time. In the event the Contractor
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-17 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
receives such a letter, the Contractor shall provide to the City an updated
schedule showing how the project will be completed within the contract time.
2. The Project Manager and the Directors of the Department of Transportation
and Public Works and the Water Department will be made aware of the
situation. If necessary, the City Manager's Office and the appropriate city
council members may also be informed.
3. Any notice that may, in the City's sole discretion, be required to be provided to
interested individuals will distributed by the Transportation and Public Works
Department's Public Information Officer.
4. Upon receipt of the Contractor's response, the appropriate City departments
and directors will be notified. The Transportation and Public Works
Department will, if necessary, then forward updated notices to the interested
individuals.
5. If the Contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract, the
bonding company will be notified appropriately.
40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the
Metroplex area, runs from May 1 through OCTOBER 31, with 6:00 a.m. - 10:00 a.m.
being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME
TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the
afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the
Contractor shall bear the responsibility of being aware that such days have been
designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m.
whenever construction phasing requires the use of motorized equipment for periods in
excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of
motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as
"Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven
hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch
Day, the calendar days allowed may be adjusted.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-18 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
CONSTRUCTION
41. PAY ITEM - PAVEMENT - UNCLASSIFIED STREET EXCAVATION — REMOVE (BID-
00472):
See Standard Specifications Item No. 106, "Unclassified Street Excavation" for
specifications governing this item.
Removal of existing penetration or asphalt pavement shall be included in this item.
Removal of existing concrete pavement shall be included in this item.
Operations necessary to windrow existing gravel base in order to lower or raise subgrade
shall be considered as subsidiary to this item and no additional compensation shall be
given as such.
During the construction of this project, it is required that all parkways be excavated and
shaped at the same time the roadway is excavated. Excess excavation will be disposed
of at locations approved by the ENGINEER.
The intention of the City is to pay only the plan quantity without measurement. Should
either contracting party be able to show an error in the quantities exceeding 10 percent,
then actual quantities will be paid for at the unit prices bid. The party requesting the
payment of actual rather than plan quantities is responsible for bearing any survey and/or
measurement costs necessary to verify the actual quantities.
42. PAY ITEM - PAVEMENT-7 INCH CONCRETE — INSTALL (BID-00452):
(a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement,"
shall apply.
(b) This item shall have a 28-day compressive strength of 3,600 psi. Mix design in
accordance with Item 360, Texas Department of Transportation Standard
Specification for Construction and Maintenace of Highways, Streets, and Bridges,
2004 Edition using 3 to 6 percent air entrainment.
(c) The Contractor shall use a six (6) sack concrete mix for all hand placement in the
intersections. The unit price bid per square yard shall be full payment for all labor,
material, equipment and incidentals necessary to complete the work.
(d) Concrete pavement acceptance shall be as set forth in "Concrete Pavement
Acceptance" within these Special Provisions.
(e) All concrete pavement not placed by hand shall be placed using a fully automated
paving machine as approved by the ENGINEER. Screeds will not be allowed except
if approved by the ENGINEER.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-19 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
43. PAY ITEM - CURB — 7 INCH - INSTALL (BID-00843):
The Contractor may, at his option, construct either integral or superimposed curb. Standard
Specification Item 502 shall apply except as follows: Integral curb shall be constructed along
the edge of the pavement as an integral part of the slab and of the same concrete as the
slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the
concrete in the slab.
If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the
curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill
operation is complete.
44. PAY ITEM - RETAINING WALL —INSTALL (BID-00411):
This item will consist of placing retaining walls in locations and at heights determined by the
ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification
item 518 shall apply except as follows:
Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing
No. S-M13 "Retaining Wall with Sidewalk" where applicable.
All existing brick and/or stone retaining walls not significantly impacted by proposed grade
changes will be protected. Replacement of retaining walls not impacted by proposed grade
changes will be at the expense of the Contractor.
45. PAY ITEM — CURB - CURB & GUTTER AS DIRECTED BY INSPECTOR — REPLACE
(BID-00844):
This item is included for the purpose and removing and replacing existing curb and gutter in
transition areas as determined by the ENGINEER in the field. The proposed curb and gutter
will be of the same dimensions as the existing curb and gutter to be removed. Quantities for
this pay item are approximate and are given only to establish a unit price for the work
The price bid per linear foot for "CURB - CURB & GUTTER AS DIRECTED BY INSPECTOR
— REPLACE" as shown in the Proposal will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the work.
46. PAY ITEM — PAVEMENT - TRANSITION — MIN 6 INCH HMAC — INSTALL (BID-00471):
This item will consist of the furnishing and placing an HMAC surface in transition areas
where indicated on the plans, as specified in these specifications and at other locations as
may be directed by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications Item 312.
The price bid per ton "PAVEMENT - TRANSITION — MIN 6 INCH HMAC — INSTALL" as
shown in the Proposal will be full payment for materials including all labor, equipment, tools
and incidentals necessary to complete the work.
47. PAY ITEM - PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC — INSTALL
(BID-00924):
No specific location for this item is designated on the plans. Subdrain shall be installed only
if field conditions indicate ground water at subgrade level after excavation and if deemed
necessary by the ENGINEER.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-20 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
48. PAY ITEM - TRENCH SAFETY SYSTEM > 5 FOOT DEPTH — INSTALL (BID-00372):
Description: This item will consist of the basic requirements which the Contractor must
comply with in order to provide for the safety and health of workers in a trench. The
Contractor shall develop, design and implement the trench excavation safety protection
. system. The Contractor shall bear the sole responsibility for the adequacy of the trench
safety system and providing "a safe place to work" for the workman.
The trench excavation safety protection system shall be used for all trench excavations
deeper than five (5) feet. The Excavating and Trenching Operation Manual of the
Occupational Safety and Health Administration, U.S. Department of Labor, shall be the
minimum governing requirement of this item and is hereby made a part of this specification.
The Contractor shall, in addition, comply with all other applicable Federal, State and local
rules, regulations and ordinances.
Measurement and Payment: All methods used for trench excavation safety protection shall
be measured by the linear foot of trench and paid at the unit price in the Proposal, which
shall be total compensation for furnishing design, materials, tools, labor, equipment and
incidentals necessary, including removal of the system.
Trench depth for payment purposes for Trench Safety Systems is the vertical depth as
measured from the top of the existing ground to the bottom of the pipe.
49. PAY ITEMS — SUBGRADE — 8 INCH LIME STABILIZED — INSTALL (BID-00486) and
SUBGRADE — LIME FOR STABILIZATION — INSTALL (BID-00496):
See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and
Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing the
items. Quantities for these pay item are approximate and are given only to establish a unit
price for the work.
The price bid per square yard for "SUBGRADE — 8 INCH LIME STABILIZED — INSTALL" as
shown in the Proposal will be full payment for all labor, equipment, tools and incidentals
necessary to complete the work. The price bid per ton for "SUBGRADE — LIME FOR
STABILIZATION — INSTALL" as shown in the Proposal will be full payment for materials
necessary to complete the work.
50. PAY ITEM - PAVEMENT— 6 INCH HMAC — INSTALL (BID-00451): (OMIT)
51. PAY ITEMS - WALK-4 FT — INSTALL (BID-00530) CURB & GUTTER — INSTALL (BID-
00423) WALK — ADA WHEELCHAIR RAMP —INSTALL (BID-01227) AND DRIVEWAY-
6 INCH — INSTALL (BID-00404)
Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair
ramps and driveways as shown in the plans. This provision governs the sequence of work
related to concrete flatwork and shall be considered a supplement to the specifications
governing each specific item.
The Contractor shall not remove any regulatory sign, instruction sign, street name and sign
or other sign which has been erected by the City. The Contractor shall contact Signs and
Marking Division, TPW.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-21 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Required backfilling and finished grading adjacent to flatwork shall be completed in order for
the flatwork to be accepted and measured as completed.
No payment will be made for flatwork until the pay item has been completed, which includes
backfilling and finished grading.
The price bid per square foot for "WALK-4 FT - INSTALL" as shown in the Proposal will be
full payment for materials necessary to complete the work for that item.
The price bid per linear foot for "CURB & GUTTER - INSTALL " as shown in the Proposal
will be full payment for materials necessary to complete the work for that item.
The price bid per each for "WALK - ADA WHEELCHAIR RAMP -INSTALL" as shown in the
Proposal will be full payment for materials necessary to complete the work for that item. The
type of ramp shall be per plan and shall be called out in the Proposal item.
Pay limits for "WALK - ADA WHEELCHAIR RAMP -INSTALL" will start 15-inches back from
the face of curb and encompass the remainder of the ramp and sidewalk.
Contractor shall furnish and install brick red color pre -cast detectable warning Dome -Tile,
manufactured by StrongGo Industries or approved equal by the construction Engineer.
Detectable warning surface shall be a minimum of 24-inch in depth in the direction of
pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where
the pedestrian access route enters the street, and shall be located so that the edge nearest
the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face
of curb. Detectable warning Dome -Tile surface maybe curved along the corner radius. The
method of Dome -Tile installation shall be in accordance with the manufactures instruction.
Cost of detectable warning Dome -Tile and installation, shall be included in this pay item.
This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that
includes a detectable warning Dome -Tile surface at various locations as to be determined in
field by the Construction Engineer, due to a situation where curb and gutter is replaced to
adjust grades to eliminate ponding water with same day haul -off of the removed material to a
suitable dumpsite.
For specifications governing this item, see enclosed details for Wheelchair Ramp (with
detectable warning Dome -Tile surface, and City Standard Specifications Item No. 104
"Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein
modified.
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds
per square inch in seven (7) calendar days.
Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair
ramp removal.
The price bid per square foot for "DRIVEWAY - INSTALL" as shown in the Proposal will be
full payment for materials necessary to complete the work for that item.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/20/2010
Page SP-22 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
52. PAY ITEMS - WALK - REMOVE (BID-00529) CURB & GUTTER - REMOVE (BID-
00424), WALK - ADA WHEELCHAIR RAMP -REMOVE (BID-00533) AND DRIVEWAY
- REMOVE (BID-00402):
These items include removal of existing concrete sidewalks, driveways, steps, leadwalks
and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER.
See Item No. 104 "Removing Old Concrete", for Specifications governing this item.
53. PAY ITEMS - WALK - STEPS - REMOVE (BID-00537) and WALK - STEPS -
INSTALL (BID-00536):
See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this
item as well as Detail SM-3.
The price bid per square foot for "WALK - STEPS - REMOVE" and "WALK - STEPS -
INSTALL" as shown in the Proposal will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the removal and construction of the
concrete steps.
54. PAY ITEMS - FENCE - REMOVE (BID-00127) and FENCE - INSTALL (BID-00126):
This item shall include the removal and reconstruction (or installation of new)of the existing
fence at the locations shown on the plans or where deemed necessary by the ENGINEER.
The Contractor shall exercise caution in removing and salvaging the materials to they may
be used in reconstructing the fence. Their constructed fence shall be equal in every way, or
superior, to the fence removed. The Contractor shall be responsible for keeping livestock
within the fenced areas during construction operation and while removing and relocating the
fence, and for any damage or injury sustained by persons, livestock or property on account
of any act of omission, neglect or misconduct of his agents, employees, or subcontractors.
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work for each.
55. PAY ITEM - CURB & GUTTER - 7 INCH W/ 18" GUTTER - INSTALL (BID-00426):
(OMIT)
56. PAY ITEMS - MAILBOX - REMOVE (BID-00408) and MAILBOX - INSTALL (BID-
00407)
This item includes the removal and reconstruction of existing mailboxes within the right of
way which may be damaged or removed during construction. When possible, the Contractor
shall salvage existing materials for reuse in the replacement or repair of damaged or
removed items. Items which are to be repaired or reconstructed should look architecturally
the same in material and appearance and should be reconstructed or repaired in a better or
new condition.
All applicable provisions of City of Fort Worth Construction Standards shall apply.
57. PAY ITEM - FILL MATERIAL - BORROW- INSTALL (00543): (OMIT)
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-23 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
58. PAY ITEM — PAVEMENT - VALLEY GUTTER — INSTALL (BID-00473): (OMIT)
59. PAY ITEM — UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL — INSTALL (BID-
00101):
Work under this item includes all the proposed excavation and backfill in the project area
and the necessary fill area (if any). Payment will be made for the quantity of earth
excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to
the trench excavation/backfill price. Excess material which is obtained from excavating the
trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort
Worth Standard Specifications and approval of the ENGINEER.
All excavated material which is unacceptable as fill material shall become the property of the
Contractor to be hauled off the site and disposed of properly. Unacceptable material shall
be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and
disposal of unacceptable material shall be subsidiary to the unit prices.
60. PAY ITEM - STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP —
INSTALL (BID-00100):
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is
required for all construction activities that result in the disturbance of one to five acres (Small
Construction Activity) or five or more acres of total land (Large Construction Activity). The
Contractor is defined as an "operator" by state regulations and is required to obtain a permit.
Soil stabilization and structural practices have been selected and designed in accordance
with North Central Texas Council of Governments Best Management Practices and Erosion
Control Manual for Construction Activities (BMP Manual).
Not all of the structural controls discussed in the BMP Manual will necessarily apply to this
project. Best Management Practices are construction management techniques that, if
properly utilized, can minimize the need for physical controls and possible reduce costs. The
methods of control shall result in minimum sediment retention of not less than 70%.
NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or
greater than 5 acres, the Contractor shall sign at the pre -construction meeting a TCEQ
Notice of Intent (NOI) form prepared by the ENGINEER. It serves as a notification to the
TCEQ of construction activity as well as a commitment that the Contractor understands the
requirements of the permit for storm water discharges from construction activities and that
measures will be taken to implement and maintain storm water pollution prevention at the
site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the Contractor
moving on site and shall include the required $325 application fee (if mailed) or $225 (if e-
filed).
The NOI shall be mailed to:
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin, TX 78711-3087
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-24 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin, TX 78753
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity,
the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form
prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the
requirement of the permit.
The NOT should be mailed to:
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin, TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin, TX 78753
A copy of the NOI and NOT shall be sent to:
City of Fort Worth
Department of Environmental Management
1000 Throckmorton Street
Fort Worth, TX 76102
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters
and techniques to be employed to reduce the release of sediment and pollution from the
construction site. Five of the project SWPPP's are available for viewing at the plans desk of
the Department of Transportation and Public Works. The selected Contractor shall be
provided with three copies of the SWPPP after award of contract, along with unbounded
copies of all forms to be submitted to the Texas Commission on Environmental Quality.
LARGE CONSTRUCTION ACTIVITY — DISTURBED AREA EQUAL TO OR GREATER
THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the
TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ
requirements prepared by the ENGINEER shall be prepared and implemented at least 48
hours before the commencement of construction activities. The SWPPP shall be
incorporated into in the contract documents. The Contractor shall submit a schedule for
implementation of the SWPPP. Deviations from the plan must be submitted to the
ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the
permit since the actual construction activities may vary from those anticipated during the
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-25 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at
the construction site. Any alterations to the SWPPP proposed by the Contractor must be
prepared and submitted by the Contractor to the ENGINEER for review and approval. A
Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization
has been achieved on all portions of the site that is the responsibility of the permittee, or,
when another permitted operator assumes control over all areas of the site that have not
been finally stabilized.
SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER
THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not
required. However, a TCEQ Site Notice form must be completed and posted at the site. A
copy of the completed Site Notice must be sent to the City of Fort Worth Department of
Environmental Management at the address listed above. A SWPPP, prepared as described
above, shall be implemented at least 48 hours before the commencement of construction
activities. The SWPPP must include descriptions of control measures necessary to prevent
and control soil erosion, sedimentation and water pollution and will be included in the
contract documents. The control measures shall be installed and maintained throughout the
construction to assure effective and continuous water pollution control. The controls may
include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes,
interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized
construction entrances, seeding, sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result
in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual."
Deviations from the proposed control measures must be submitted to the ENGINEER for
approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as
shown on the proposal as full compensation for all items contained in the project SWPPP.
61. PAY ITEM - TRAFFIC CONTROL — INSTALL (BID-00181):
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part
of the "Street Use Permit" a traffic control plan is required. The Contractor shall be
responsible for providing traffic control during the construction of this project consistent with
the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control
Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform
Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes,
pertinent sections being Section Nos. 27, 29, 30 and 31.
Unless otherwise included as part of the Construction documents, the Contractor shall
submit a traffic control plan (duly sealed, signed and dated by a Registered Professional
Engineer (P.E.) in the state of Texas), to the City Traffic Engineer (Tel (817)392-8770j at or
before the preconstruction conference. The P.E. preparing the traffic control plan may utilize
standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website.
Although work will not begin until the traffic control plan has been reviewed and approved,
the Contractor's time will begin in accordance with the timeframe mutually established in the
'Notice to Proceed' issued the Contractor.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-26 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
The Contractor will not remove any regulatory sign, instructional sign, street name sign or
other sign, which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation and
Public Works Department to remove the sign. In the case of regulatory signs, the Contractor
must replace the permanent sign with a temporary sign meeting the requirements of the
above -referenced manual and such temporary sign must be installed prior to the removal of
the permanent sign. If the temporary sign is not installed correctly or if it does not meet the
required specifications, the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled, the Contractor shall again contact the Signs and
Markings Division to reinstall the permanent sign and shall leave his temporary sign in place
until such reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer.
The lump sum pay item for traffic control shall cover design, and / or installation and
maintenance of the traffic control plans.
62. PRE BID ITEM — SIGN - PROJECT DESIGNATION — INSTALL (BID-00504):
The Contractor shall construct and install two (2) Project Designation Signs and it will be the
responsibility of the Contractor to maintain the signs in a presentable condition at all times
on each project under construction. Maintenance will include painting and repairs as
directed by the ENGINEER.
It will be the responsibility of the Contractor to have the individual project signs lettered and
painted in accordance with the enclosed detail. The quality of the paint, painting and
lettering on the signs shall be approved by the ENGINEER. The height and arrangement of
the lettering shall be in accordance with the enclosed detail. The sign shall be constructed
of a/e" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades
or as directed by the ENGINEER and in place at the project site upon commencement of
construction.
The work, which includes the painting of the signs, installing and removing the signs,
furnishing the materials, supports and connections to the support and maintenance shall be
to the satisfaction of the ENGINEER.
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
63. PRE BID ITEM - UTILITY ADJUSTMENT — REPAIR (BID-00414):
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer and natural gas service lines and appurtenances
where such service lines and appurtenances are the property owner's responsibility to
maintain. An arbitrary figure has been placed in the Proposal; however, this does not
guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the
services of a licensed plumber to make the utility adjustments determined necessary by the
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PM0 Release Date: 07/28/2010
Page SP-27 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
ENGINEER. No payment will be made for utility adjustments except those adjustments
determined necessary by the ENGINEER. Should the Contractor damage service lines due
to his negligence, where such lines would not have required adjustment or repair otherwise,
the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The
payment to the Contractor for utility adjustments shall be the actual cost of the adjustments
plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in
handling the utility adjustments.
64. PRE BID ITEM - TOP SOIL — INSTALL (BID-00147):
The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth
(compacted) over the parkway area and do not include deeper than design depth behind the
curb. The pay item is intended to pay for topsoil that must be imported where suitable
material is either not available on the job or cannot reasonably be stored on -site. Payment
will be made on the basis of loose truck volume (full truck with sideboards up) tickets and
material must meet City of Fort Worth standards for topsoil. Only the volume imported will be
paid for and may be substantially less than the proposal quantities listed.
65. PRE BID ITEM - VALVE BOX — ADJUSTMENT — SERVICES (BID-00847):
Contractor will be responsible for adjusting water valve boxes to match new pavement
grade. The water valves themselves will be adjusted by City of Fort Worth Water
Department forces.
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
66. PRE BID ITEM - MANHOLE —ADJUSTMENT — SERVICES (BID-00849):
This item shall include adjusting the tops of existing and/or proposed manholes to match
proposed grade as shown on the plans or as directed by the ENGINEER. Standard
Specification Item No. 450 shall apply except as follows:
Included as part of this pay item shall be the application of a cold -applied preformed
flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints
on concrete manhole sections as per current City Water Department Special Conditions.
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
67. PRE BID ITEM - METER BOX — ADJUSTMENT — SERVICES (BID-00848):
This item shall include raising or lowering an existing meter box to the parkway grade
specified. No payment will be made for existing boxes, which are within 0.1' of specified
parkway grade.
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
68. NON PAY ITEM — PAVEMENT - SILICONE JOINT SEALANT
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-28 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
for
SILICONE JOINT SEALING
(Revision 1, October 18, 1989)
(Revision 2, May 12, 1994)
1. SCOPE
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF
FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION - NORTH TEXAS COUNCIL OF
GOVERNMENTS.
2. MATERIALS
2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for
Class A sealant except as modified by the test requirements of this
specification. Before the installation of the joint sealant, the Contractor shall
furnish the ENGINEER certification by an independent testing laboratory that
the silicone joint sealant meet these requirements.
2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year
demonstrated, documented successful field performance with Portland
Cement Concrete pavement silicone joint sealant systems. Verifiable
documentation shall be submitted to the ENGINEER. Acetic acid cure
sealants shall not be accepted. The silicone sealant shall be cold applied.
2.3 Self -Leveling Silicone Joint Sealant
The joint sealant shall be Dow Corning 890-SL self -leveling silicone joint
sealant as manufactured by Dow Corning Corporation, Midland, MI 48686-
0994, or an approved equal.
Test Method
AS SUPPLIED
MIL-S-8802
ASTM D 1475
....
....
Self -Leveling Silicone Joint Sealant
Test Requirement
Non Volatile Content, % min. 96 to 99
Extrusion Rate, grams/minute 275 to 550
Specific Gravity 1.206 to 1.340
Skin -Over Time, minutes max. 60
Cure Time, days 14 to 21
Full Adhesion, days 14 to 21
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07128/2010
Page SP-29 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
AS CURED -
ASTM D 412, Die
ASTM D 3583
(Sect. 14 Mod.)
ASTM C 719
ASTM D 3583
(Sect. 14 Mod.)
ASTM D 3583
(Sect. 14 Mod.)
Mod. Elongation, % min.
Modulus @ 150% Elongation, psi max.
Movement, 10 cycles @ +100/-50%
Adhesion to Concrete, % Elongation min.
1400
9
No Failure
600
Adhesion to Asphalt, % Elongation min. 600
2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod
and polyethylene bond breaker tape of sufficient size to provide a tight seal. The
back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint
sealant from flowing to the bottom of the joint. The backer rod and breaker tape
shall be compatible with the silicone joint sealant and no bond or reaction shall
occur between them. Reference is made to the "Construction Detail" sheet for the
various joint details with their respective dimensions.
3. TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be
initially saw cut to the required depth with the proper joint spacing as shown on
the "Construction Detail" sheet or as directed by the ENGINEER within 12 hours of
the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch
width "green" saw -cut and the "reservoir" saw cut are identical and should be
part of the same saw cutting operation. Immediately after the saw cutting
pressure washing shall be applied to flush the concrete slurry from the freshly
saw cut joints.) The pavement shall be allowed to cure for a minimum of seven
(7) days. Then the saw cuts for the joint sealant reservoir shall be made, the
joint cleaned, and the joint sealant installed. During the application of the joint
sealant, the weather shall not be inclement and the temperature shall be 40F (4C)
and rising.
4. EQUIPMENT
4.1 All necessary equipment shall be furnished by the Contractor. The Contractor
shall keep his equipment in a satisfactory working condition and shall be
inspected by the ENGINEER prior to the beginning of the work. The minimum
requirements for construction equipment shall be as follows:
4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to
complete the joint sawing to the required dimensions.
4.3 High Pressure Water Pump: The high pressure cold water pumping system
shall be capable of delivering a sufficient pressure and volume of water to
thoroughly flush the concrete slurry from the saw -cut joint.
City of rod Wodh, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-30 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
4.4 Air Compressors: The delivered compressed air shall have a pressure in
excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal
of all free water and oil from the compressed air. The blow -tube shall fir into
the saw -cut joint.
4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume
of sealant to the joint.
4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into
the joint.
4.7 Sandblaster: The design shall be for commercial use with air compressors as
specified in Paragraph 5.4.
4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination. They shall be compatible with the join depth and width
requirements.
5. CONSTRUCTION METHODS
5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation,
and joint sealant placement shall be performed in a continuous sequence of
operations
5.2 Sawing Joints: The joints shall be saw -cut to the width and depth as shown on
the "Construction Detail" sheet. The faces of the joints shall be uniform in
width and depth along the full length of the joint.
5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall
be completely removed from the joint and adjacent area by flushing with high
pressure water. The water flushing shall be done in one -direction to prevent
joint contamination.
When the Contractor elects to saw the joint by the dry method, flushing the
joint with high pressure water may be deleted. The dust resulting from the
sawing shall be removed from the joint by using compressed air. (Paragraph
Rev. 1, October 18, 1989)
After complete drying, the joints shall be sandblasted. The nozzle shall be
attached to a mechanical aiming device so that the sand blast will be directed
at an angle of 45 degrees and at a distance of one to two inches from the
face of the joint. Both joint faces shall be sandblasted in separate, one
directional passes. Upon the termination of the sandblasting, the joints shall
be blown -out using compressed air. The blow tube shall fit into the joints.
The blown joint shall be checked for residual dust or other contamination. If
any dust or contamination is found, the sandblasting and blowing shall be
repeated until the joint is cleaned. Solvents will not be permitted to remove
stains and contamination.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-31 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Immediately upon cleaning, the bond breaker and sealant shall be placed in
the joint. Open, cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tape shall be
installed in the cleaned joint prior to the application of the joint sealant in a
manner that will produce the required dimensions.
5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint
sealant shall be applied using the mechanical injection tool. The joint sealant
application shall not be permitted when the air and pavement temperature is
less than 40F (4C). Joints shall not be sealed unless they are clean and dry.
Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the
pavement surface shall be removed and discarded and shall not be used to
seal the joints.
The pavement surface shall present a clean final condition.
Traffic shall not be allowed on the fresh sealant until it becomes tack -free.
Approval of Joints: A representative of the sealant manufacturer shall be
present at the job site at the beginning of the final cleaning and sealing of the
joints. He shall demonstrate to the Contractor and the ENGINEER the
acceptable method for sealant installation. The manufacturer's representative
shall approve the clean, dry joints before the sealing operation commences.
6. WARRANTY
The Contractor shall provide the ENGINEER a manufacturer's written guarantee on
all
joint sealing materials. The manufacturer shall agree to provide any replacement
material free of charge to the City. Also, the Contractor shall provide the
ENGINEER a written warranty on all sealed joints. The Contractor shall agree to
replace any failed joints at no cost to the City. Both warranties shall be for two
years after final
acceptance of the completed work by the ENGINEER.
7. BASIS OF PAYMENT
All costs associated with concrete joint sealant shall be subsidiary to the
concrete item and no other compensation will be provided.
69. NON -PAY ITEM - ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT:
The concrete pavement acceptance policy shall be as follows:
A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient
pavement thickness other than the tolerances specified below.
1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PM0 Release Date: 07/28/2010
Page SP-32 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
unit price will be used for payment if the average thickness within the project meets or exceeds
the specified designed thickness.
2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan
thickness at contractors entire expense.
B. Cracked Concrete Acceptance Policy.
If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall
make a determination as to the need for action to address the cracking as to its cause and
recommended remedial work. If the recommended remedial work is routing and sealing of the
cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout
and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of
the project maintenance period. The Contractor shall perform the routing and sealing work as
directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking.
If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the
Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the
cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial
work at no cost to the City. Remedial work in this case shall be limited to removing and replacing
the deficient work with new material and workmanship that meets the requirements of the contract.
If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and
the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the
City may request the Contractor to provide an estimate of the cost of the necessary remedial work
and/or additional work to address the cause of the cracking, and the Contractor will perform that
work at the agreed -upon price if the City elects to do so.
If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of
the cracking, the City may hire an independent geotechnical engineer to perform testing and
analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed
costs of the geotechnical contract with the City. The Contractor and the City shall use the services
of a geotechnical firm acceptable to both parties.
If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's
deficient material or workmanship, the remedial work will be performed at the Contractor's entire
expense and the Contractor will also reimburse the City for the balance of the cost of the
geotechnical investigation over and above the amount that has previously been escrowed.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/2012010
Page SP-33 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Remedial work in this case shall be limited to removing and replacing the deficient work with new
material and workmanship that meets the requirements of the contract.
If the geotechnical engineer determines that the primary cause of the cracking is not the
Contractor's deficient material or workmanship, the City will return the escrowed funds to the
Contractor. The Contractor, oh request, will provide the City an estimate of the costs of the
necessary remedial work and/or additional work and will perform the work at the agreed -upon price
as directed by the City.
70. NON -PAY ITEM - CLEARING AND GRUBBING:
All objectionable items within the limits of this project and not otherwise provided for shall be
removed under this item in accordance with Standard Specification Item 102, "Clearing and
Grubbing." However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
71. NON -PAY ITEM - SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control"
shall apply. However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
72. NON -PAY ITEM - PROTECTION OF TREES, PLANTS AND SOIL:
All property along and adjacent to the Contractor's operations including lawns, yards, shrubs,
trees, etc. shall be preserved or restored after completion of the work to a condition equal or
better than existed prior to start of work.
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights -of -way and designated alleys. This permit can be obtained
by calling the Forestry Office. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these
standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree
Evaluation as defined by the International Society of Arboriculture. Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from
funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended.
73. NON -PAY ITEM - CONCRETE COLORED SURFACE:
Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored
with LITHOCHROME color hardener or equal. A brick red color, a dry -shake hardener
manufactured by L.M. Scofield Company or equal, shall be used in accordance with
manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by
one foot by three inches dimension, or other dimension approved by the ENGINEER,
meeting the aforementioned specifications. The sample, upon approval of the ENGINEER,
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-34 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
shall be the acceptable standard to be applied for all construction covered in the scope of
this Non -Pay Item. No direct payment will be made for this item and it shall be considered
incidental to this contract.
The method of application shall be by screen, sifter, sieve, or other means in order to
provide for a uniform color distribution.
74. NON -PAY ITEM - PROJECT CLEAN-UP:
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered
subsidiary to the appropriate bid items. Clean up work shall be done as directed by the
ENGINEER as the work progresses or as needed. if, in the opinion of the ENGINEER it is
necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be
limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off other properties.
If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the
next estimate payment (and all subsequent payments until completed) of the appropriate bid
item(s) will be reduced by 25%.
Final cleanup work shall be done for this project as soon as the paving and curb and gutter
has been constructed. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the
ENGINEER.
75. NON -PAY ITEM - PROJECT SCHEDULE:
Before commencing any work under this contract, the CONTRACTOR shall submit to the
OWNER a draft detailed baseline construction schedule that meets the requirements
described in this specification, showing by Critical Path Method (CPM) the planned sequence
and timing of the Work associated with the Contract. All submittals shall be submitted in
PDF format, and schedule files shall also be submitted in native file format (i.e. file formats
associated with the scheduling software). The approved scheduling software systems for
creating the schedule files are:
Primavera (Version 6.1 or later or approved by OWNER)
Primavera Contractor (Version 6.1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
— Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified Project
Scheduler to develop the required schedules. A qualified Project Scheduler would have the
following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules
to determine duration, resource allocation, and logic issues.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-35 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
c. Understanding of construction work processes to the extent that a logical critical path
method schedule can be developed, maintained, and progressed that accurately
represents the scope of work performed.
75.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop,
submit and review the draft detailed baseline construction schedule with the OWNER to
demonstrate the CONTRACTOR's understanding of the contract requirements and approach
for performing the work. The CONTRACTOR will prepare the final detailed baseline
construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st)
payment application will only be processed after the detailed baseline construction schedule
has been submitted by the CONTRACTOR and accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction schedule.
a. Milestone dates and final project completion dates shall be developed to conform to
the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather conditions
over the duration of the contract shall be accounted for within the duration of each
activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not for
the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub -
activities in enough detail to achieve sub -activities of no greater than 20 days duration. The
Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this
contract document by reference for all purposes, the same as if copies verbatim herein.
For each general activity, the construction schedule shall identify all trades or subcontracts
applicable to the project whose work is represented by activities that follow the guidelines of
this section.
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction, pre -acceptance activities, and events
in their logical sequence for equipment and materials. Include applicable activities and
milestones such as:
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-36 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
75(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and
submit monthly to the OWNER for approval the updated schedule in accordance with
Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work
progresses, the CONTRACTOR shall enter into the schedule and record actual progress as
described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that highlights
the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule -related issues that the CONTRACTOR wishes to communicate to the
OWNER.
a. The CONTRACTOR's monthly progress payment applications will not be accepted and
processed for payment without monthly schedule updates, submitted in the time and
manner required by this specification and the Schedule Guidance Document, and which
accurately reflects the allowable costs due under the Contract Documents and is
accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the
OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take
such action as necessary to improve his progress. In addition, the OWNER may require the
CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan
to make up lag in schedule progress and to ensure completion of the Work within the allotted
Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute the
Work with due diligence as will ensure completion within the time specified in the Contract.
76. SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract
documents. The requirements for each Tier are described below. CONTRACTOR shall
submit each schedule relying on the Schedule Guidance Document provided in the Contract
Documents.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMD Release Date: 07/28/2010
Page SP-37 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling
software shall be cost -loaded with the total contract dollars associated
with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2. Work (Schedule of Values Pay Items using the OWNER's standard items)
shall be loaded into the scheduling software using the "NON -LABOR"
resource type showing the quantity of work to be done along with the
corresponding value of the work measured in dollars. It is intended that
Earned Value will be calculated as the schedule resources are
progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements, and additionally the following:
• Labor resources (Man -Hours) shall be loaded into the scheduling
software using the "LABOR" resource type with man-hours and without
cost.
77. NON -PAY ITEM - NOTIFICATION OF RESIDENTS:
In order to cut down on the number of complaints from residents due to the dust generated
when saw -cutting joints in concrete pavement, the Contractor shall notify residents, in
writing, at least 48 hours in advance of saw -cutting joints during the construction of paving
projects.
All costs involved with providing such written notice shall be considered subsidiary to this
contract.
78. NON -PAY ITEM - PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Prior to beginning construction on any block in the project, the Contractor shall, on a block
by block basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice shall be
prepared as follows:
The notification notice or flyer shall be posted seven (7) days prior to beginning any
construction activity on each block in the project area. The flyer shall be prepared on the
Contractor's letterhead and shall include the following information: Name of Project, City
Project No., Scope of Project (i.e. type of construction activity), actual construction duration
within the block, the name of the Contractor's foreman and his phone number, the name of
the City's inspector and his phone number and the City's after-hours phone number. A
sample of the 'pre -construction notification' flyer is attached.
The Contractor shall submit a schedule showing the construction start and finish time for
each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to
the City Inspector for his review prior to being distributed. The Contractor will not be allowed
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-38 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
to begin construction on any block until the flyer is delivered to all residents of the block. An
electronic version of the sample flyer can be obtained from the construction office.
All work involved with the pre -construction notification flyer shall be considered subsidiary to
the contract price and no additional compensation shall be made.
79. NON -PAY ITEM — PRE -CONSTRUCTION NEIGHBORHOOD MEETING:
After the pre -construction conference has been held but before construction is allowed to
begin on this project a public meeting will be held at a location to be determined by the
ENGINEER. The Contractor, inspector, and project manager shall meet with all affected
residents and present the projected schedule, including construction start date, and answer
any construction related questions. Every effort will be made to schedule the neighborhood
meeting within the two weeks following the pre -construction conference but in no case will
construction be allowed to begin until this meeting is held.
80. NON -PAY ITEM - WASHED ROCK:
All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER
shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual
washing not required if gradation is met)
Sieve Size % Retained
1" 0-10
1/2" 40-75
3/8" 55-90
#4 90-100
#8 95-100
Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131.
81. NON -PAY ITEM — SAWCUT OF EXISTING CONCRETE:
When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw.
The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing
shall be subsidiary to the unit cost of the respective item.
82. NON PAY ITEM — LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES:
The Contractor shall be responsible for locating and marking all previously exposed
manholes and water valves in each street of this contract before repaving commences for a
particular street.
The Contractor shall attempt to include the ENGINEER (if he is available) in the observation
and marking activity. In any event a street shall be completely marked a minimum to two (2)
working days before repaving begins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the Contractor's responsibility to notify the utility companies that he has
commenced work on the project. As the repaving is completed (within the same day) the
Contractor shall locate the covered manholes and valves and expose them for later
adjustment. Upon completion of a street the Contractor shall notify the utilities of this
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-39 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
completion and indicate that start of the next one in order for the utilities to adjust facilities
accordingly.
The Contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the Contractor shall be figured subsidiary to this contract.
83. NON PAY ITEM — TIE IN INTO STORM DRAIN STRUCTURE: The cost for making
lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the
respective lines.
84. NON PAY ITEM — SPRINKLER HEAD ADJUSTMENT: The adjustment and/or
relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT"
in the proposal section. No other compensation will be provided.
85. NON PAY ITEM - FEE FOR STREET USE PERMITS AND RE -INSPECTIONS:
Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public
right of way. Permit will not be issued without a traffic control plan sealed and signed by a
registered professional engineer licensed to practice in the State of Texas. Failure to
acquire the proper permit and permission may result in a fine of $500/day to the contractor
performing the work.
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the
contract cost and no additional compensation shall be made.
86. NON PAY ITEM - TEMPORARY EROSION SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE):
A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and
water pollution control measures deemed necessary by the ENGINEER for the
duration of the contract. These control measures shall at no time be used as a
substitute for the permanent control measure unless otherwise directed by the
ENGINEER and they shall not include measures taken by the CONTRACTOR to
control conditions created by his construction operations. The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, jute
netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble
liners, slope drains and other devices. All inlet protection measures shall be
designed to allow for runoff to freely overflow into the inlet during a flood
event.
B. Further, erosion control measures placed in front of inlets, or in channels,
drainageways or barrow ditches will be at the risk of the contractor. Contractor
shall remain liable for any damage caused by the measures, including flooding
damage which may occur due to blocked drainage. At the conclusion of any
project, all channels, drainageways and barrow ditches in the work zone shall be
dredged of any sediment generated by the project or deposited as a result of as a
result of erosion control measures. Any such dredging must comply with all
Federal, State and local regulations.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-40 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to
define erodible earth and the authority to limit the surface are of erodible -earth
material exposed by preparing right-of-way, clearing and grubbing, the surface
area of erodible -earth material exposed by excavation, borrow and to direct the
CONTRACTOR to provide temporary pollution -control measures to prevent
contamination of adjacent streams, other water course, lakes, ponds or other
areas of water impoundment. Such work may involve the construction of
temporary berms, dikes, dams, sediment basins, slope drains and use of
temporary mulches, mats, seeding or other control devices or methods directed
by the ENGINEER as necessary to control soil erosion. Temporary pollution -
control measures shall be used to prevent or correct erosion that may develop
during construction prior to installation of permanent pollution control features, but
are not associated with permanent control features on the project. The
ENGINEER will limit the area of preparing right-of-way, clearing and grubbing,
excavation and borrow to be proportional to the CONTRACTOR'S capability and
progress in keeping the finish grading, mulching, seeding, and other such
permanent pollution -control measures current in accordance with the accepted
schedule. Should seasonal conditions make such limitations unrealistic,
temporary soil -erosion -control measures shall be performed as directed by the
ENGINEER.
Waste or disposal areas and construction roads shall be located and constructed
in a manner that will minimize the amount of sediment entering streams.
1. Frequent fordings of live streams will not be permitted; therefore,
temporary bridges or other structures shall be used wherever an
appreciable number of stream crossing are necessary. Unless otherwise
approved in writing by the ENGINEER, mechanized equipment shall not
be operated in live streams.
2. When work areas or material sources are located in or adjacent to live
streams, such areas shall be separated from the stream by a dike or other
barrier to keep sediment from entering a flowing stream. Care shall be
taken during the construction and removal of such barriers to minimize the
muddying of a stream.
3. All waterways shall be cleared as soon as practicable of false work, piling,
debris or other obstructions placed during construction operations that are
not part of the finished work.
4. The Contractor shall take sufficient precautions to prevent pollution of
streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride
or other harmful materials. He shall conduct and schedule his operations
so as to avoid or minimize siltation of streams, lakes and reservoirs and to
avoid interference with movement of migratory fish.
D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall
submit for approval his schedules for accomplishment of soil -erosion -control work
and his plan to keep the area of erodible -earth material to a minimum. He shall
also submit for acceptance his proposed method of soil -erosion control on
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-41 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
construction and haul roads and material sources and his plan for disposal of
waste materials. No work shall be started until the soil -erosion control schedules
and methods of operations have been reviewed and approved by the ENGINEER.
F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary
to provide temporary erosion control shall be considered subsidiary to the
contract and no extra pay will be given for this work.
87. PAY ITEM —SIGN-ADDRESS ON CURB — INSTALL (BID-00003):
This item shall include painting of house addresses on curb or driveway radiuses that are
removed and replaced in this contract.
Contractor shall complete the painting of house curb addresses within ten (10) working days
from the day of completing the HMAC overlay on any street, if the contractor fails to
complete the work within ten (10) working days, $100 dollars liquidated damage will be
assessed per block per day.
1. All materials shall be of recent product, and suitable for its intended purpose.
2. Surface preparation and application shall be in strict compliance with manufacturer's
recommendations.
3. The paint shall NOT be applied; if the new concrete curb has aged less than a
minimum of 28 days, and if weather condition may harm or damage the finish
surface.
4. The background paint shall be equal to or exceed #5160 White Latex Striping paint
manufactured by Kwal Paint or approved equal.
5. The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint
manufactured by Kwal Paint or approved equal.
6. The minimum size for the background shall be 6" high x 16" long, and the minimum
size for the letters shall be 4" high.
The unit price bid, per each, will be full compensation for all labor, material, tools, and
incidentals necessary to complete the work.
88. PAY ITEM - PIPE — REMOVE (BID-00080) AND INLET — REMOVE (BID-00102):
See City of Fort Worth Standard Specifications for Street and Storm Drain Construction Item
452 for specifications governing these items.
89. PAY ITEM — PIPE 24" — CL III — INSTALL (BID-00082) AND PIPE 21" — CL III —
INSTALL (BID-00081):
See Standard Specification Item No. 440, "Reinforced Concrete Pipe" for specifications
governing this item.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-42 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
All provisions of Standard Specification No. 440.5 "Payment" shall apply except as modified
herein:
1) Excavation and backfill shall be included in the unit price for this item. There will
be no separate pay item for excavation and backfill as it relates to this pay item.
90. PAY ITEM - INLET-INLINE-10 FT — INSTALL (BID-00106) AND INLET-INLINE-15 FT —
INSTALL (BID-00107)
See City of Fort Worth Standard Specifications for Street and Storm Drain Construction Item
444 for specifications governing these items.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-43 of 44
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Date:
(To be printed on Contractor's Letterhead)
City No:
PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for:
MAPSCO LOCATION:
LIMITS OF CONST.:
Estimated Duration of Construction on your Street : days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE
CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE WATER
AND/OR SEWER LINES - RECONSTRUCT THE STREET> ON OR
AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DATE OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY
OR ANY OTHER ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP44 of 44
WAGE RATES
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RATES
REFERENCE NO.: **G-16190
SUBJECT:
Adopt 2008 Prevailing Wage Rates for City -Awarded Public -Works Projects
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City -awarded
public works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality.
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub -Contractors Association (ASA), conducts a wage
rate survey for North Texas construction, The attached 2008 Prevailing Wage Rate data was compiled from
that survey.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds.
TO Fund/Account/Centers FROM Fund/Account/Centers
Submitted for City Manager's Office byi Fernando Costa (8476)
Originating Department Head: A. Douglas Rademaker (6157)
Additional Information Contact: Eric Bundy (7598)
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
$10.06
Asphalt Distributor Operator
$13.99
Asphalt Paving Machine Operator
$12.78
Asphalt Raker
$11.01
Asphalt Shoveler
$ 8.80
Batching Plant Weigher
$14.15
Broom or Sweeper Operator
$ 9.88
Bulldozer Operator
$13.22
Carpenter
$12.80
Concrete Finisher, Paving
$12.85
Concrete Finisher, Structures
$13.27
Concrete Paving Curbing Machine Operator
$12.00
Concrete Paving Finishing Machine Operator
$13.63
Concrete Paving Joint Sealer Operator
$12.50
Concrete paving Saw Operator
$13.56
Concrete Paving Spreader Operator
$14.50
Concrete Rubber
$10.61
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
$14.12
Electrician
$18.12
Flagger
$ 8.43
Form Builder/Setter, Structures
$11.63
Form Setter, Paving & Curb
$11.83
Foundation Drill Operator, Crawler Mounted
$13.67
Foundation Drill Operator, Truck Mounted
$16.30
Front End Loader Operator
$12.62
Laborer, Common
$ 9.18
Laborer, Utility
$10.65
Mechanic
$16.97
Milling Machine Operator, Fine Grade
$11.83
Mixer Operator
$11.58
Motor Grader Operator, Fine Grade
$15.20
Motor Grader Operator, Rough
$14.50
Oiler
$14.98
Painter, Structures
$13.17
Pavement Marking Machine Operator
$10.04
Pipelayer
$11.04
Reinforcing Steel Setter, Paving
$14.86
Reinforcing Steel Setter, Structure
$16.29
Roller Operator, Pneumatic, Self -Propelled
$11.07
Roller Operator, Steel Wheel, Flat Wheel/Tamping
$10.92
Roller Operator, Steel Wheel, Plant Mix Pavement
$11.28
Scraper Operator
$11.42
Servicer
$12.32
Slip Form Machine Operator
$12.33
Spreader Box Operator
$10.92
Tractor Operator, Crawler Type
$12,60
Tractor Operator, Pneumatic
$12.91
Traveling Mixer Operator
$12.03
Truck Driver, Lowboy -Float
$14.93
Truck Driver, Single Axle, Heavy
$11,47
Truck Driver, Single Axle, Light
$10.91
Truck Driver, Tandem Axle, Semi -Trailer
$11.75
Truck Driver, Transit -Mix
$12.08
Wagon Drill, Boring Machine, Post Hole Driller Operator
$14.00
Welder
$13.57
Work Zone Barricade Servicer
$10.09
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
Classification
AC Mechanic
Hrly Rate
$21.69
Classification
Plumber
Hrly Rate
$20.43
AC Mechanic Helper
$12.00
Plumber Helper
$14.90
Acoustical Ceiling Mechanic
$15.24
Reinforcing Steel Setter
$10.00
Bricklayer/Stone Mason
$19.12
Roofer
$14.00
Bricklayer/Stone Mason Helper -
$10.10
Roofer Helper
$10.00
Carpenter
$16.23
Sheet Metal Worker
$16.96
Carpenter Helper
$11.91
Sheet Metal Worker Helper
$12.31
Concrete Finisher
$13.49
Sprinkler System Installer
$18.00
Concrete Form Builder
$13.12
Sprinkler System Installer Helper
$9.00
Drywall Mechanic
$14.62
Steel Worker Structural
$17.43
Drywall Helper
$10.91
Concrete Pump
$20.50
Drywall Taper
$13.00
Crane, Clamsheel, Backhoe, Derrick, D'Line
Shovel
$17.76
Drywall Taper Helper
$9.00
Forklift
$12.63
Electrician (Journeyman)
$20.20
Front End Loader
$10.50
Electrician Helper
$14.43
Truck Driver
$14.91
Electronic Technician
$19.86
Welder
$16.06
Electronic Technician Helper
$12.00
Weider Helper
$9.75
Floor Layer (Resilient)
$20.00
Floor Layer Helper
$13.00
Glazier
$18.00
Glazier Helper
513.00
Insulator
$14.78
Insulator Helper
511.25
Laborer Common
$10,27
Laborer Skilled
$13.18
Lather
516.10
Painter
$14.83
Painter Helper
$8.00
Pipefitter
$18.85
Pipefitter Helper
$12.83
Plasterer
517.25
Plasterer Helper
$12.25
COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE
LAWS
(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 the Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates. With each partial payment estimate 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 the prevailing wage rates in a
conspicuous place at the site of the project 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.
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
(c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31`t 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.
(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 do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph (c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the l Ith 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.
SECTION 6
TECHNICAL SPECIFICATIONS
Exhibit "C"
Damage to Trees During Construction, Maintenance or Repair.
In the event of any damage to trees during the construction, maintenance or repair of the Pipeline
Company shall comply with the following:
1 The City Forester shall have the right to inspect any trees located on the Park
for damage by Company and if applicable may inspect trees for slight, moderate or
severe damage as described below.
1.1. Slight Damage:
Slight damage shall be defined as damage, in the opinion of the City Forester, that may
heal, examples include but are not limited to scaring of the trunk into the cambial layer
1/2" to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than
2" in diameter or limbs less than 1/3 trunk caliper whichever is less. Slight damage to
tree(s) shall be assessed at a rate of: $100.00 for each instance of slight damage to
tree(s).
1.2. Moderate Damage:
Moderate damage shall be defined as damage, in the opinion of the City Forester, that
contributes to the poor health and reduced longevity of the tree, examples include but
are not limited to scaring of the trunk into the cambial layer greater than 2" but less
than 1/3 the trunk circumference or breaking of limbs more than 2" in diameter but less
than 1/3 trunk caliper. Moderate damages shall be calculated at a rate of % the assessed
value of the tree per each instance of damage.
1.3. Severe Damage:
Severe damage shall be defined as damage, in the opinion of the City Forester, that
shall include but is not limited to scaring of the trunk to the cambial layer greater than
1/3 the trunk circumference, uprooting or causing a tree to lean, damage to a
scaffolding branch or branch greater than 1/3 of trunk caliper or removal of a tree.
Branches shall be measured at the point of attachment or at the lateral to which the
branch would be pruned back to according to ANSI standards. Trees caliper shall be
measured according to accepted industry standards. Trees greater than 6" in caliper
shall be measured using diameter at breast height (DBI-I). Severe damage or removal of
trees is subject to a penalty of $200.00 per diameter inch of trees removed or damaged
for trees less than 30" in caliper, $400.00 per diameter inch of trees 30" caliper or
greater.
2 Company shall make payment for any such damages and must plant
replacement trees for severely damaged trees at a location to be determined by PACSD.
Replacement shall be made on caliper inch per caliper inch basis with a minimum size
of replacement tree of 2" in caliper for trees damaged or removed less than 30" DBII
and 2" per inch on trees 30" DBH or greater. Company shalt be responsible for the
planting watering, mulching and maintenance of replacement trees for a period of not
less than 2 years. Replacement trees will be planted during the optimal planting season
as determined by the City Forester. Any tree that does not survive the 2-year
establishment period shall be compensated for by the contractor to PACSD at a rate of
$200 per caliper inch.
3. In addition to damages assessed by PACSD, trees removed shall also be subject to
the Urban Forestry Ordinance of the Fort Worth Zoning Ordinance.
SECTION 02300 - EARTHWORK
PART 1 -GENERAL
• 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services
required to construct, shape, and finish earthwork to the required lines, grades, and cross
sections as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02200 - Site Preparation.
B. Grading Plan: Refer to plan sheets.
1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The
total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis
only.
PART 2- PRODUCTS
2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation,
unless separately designated, within the limits of the work. Unclassified excavation includes
all material encountered regardless of its nature or the manner in which it is to be excavated.
2.02 UNCLASSIFIED FILL
A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native
materials removed in unclassified excavation, or similar imported materials, shall be
used insofar as practicable as unclassified fill. Properly deposited, conditioned, and
compacted fill is hereinafter referred to as "earth embankment."
B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are
permissible in fill materials used to construct earth embankment. Minor quantities of
rock of greater dimensions may be placed in the deeper fills in accordance with the
State Department of Highways and Public Transportation requirements for construction
of rock embankments, provided such placement of rock is not immediately adjacent to
structures or piers. Also, rock may be placed in the portions of embankments outside
the limits of the completed graded width where the size of the rock prohibits their
incorporation in the normal embankment layers.
2.03 TOPSOIL
On -Site Topsoil: Topsoil shall consist of an average depth of six inches (6") of native surface
soil left in place after the ground cover of herbaceous vegetation and other objectionable matter
has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may
be greater or less, than the upper six inches (6") in depth.
EARTH WORK
02300
2.04 IMPORTED FILL.
A. Imported fill materials shall be used for the construction of earth embankment in the
event that (l) the volume of unclassified excavation is less than the volume of till
required for earth embankment and/or (2) the condition of materials removed in
unclassified excavation makes them unsuitable for use in the construction of earth
embankment.
B. The Contractor shall haul and place imported fill obtained from off -site sources as
necessary to construct the embankment and various other details of the construction
plans. All costs related to such imported fill will be included in the contract price, and
no additional or separate payment for imported fill will be due the Contractor.
C. A sample of the proposed imported till must be provided by the Contractor and be
approved by the Owner. In general, imported material must be equal to or better than
native material in quality and engineering characteristics. The Architect/ Engineer may
also require the Contractor to provided a material analysis test of the proposed fill.
2.05 SELECT MATERIALS
A. Select materials shall be imported from offsite sources, unless they arc available from
specifically designated areas on the site as marked on the plans.
2.06 UNSUITABLE MATERIALS
A. Topsoil, select material, imported fill, or unclassified fill will be declared as
"'unsuitable" by the Owner if, in his opinion, any of the following conditions or matter
and particles are present to a degree that is judged detrimental to the proposed use of the
material.
1. Moisture
2. Decayed or undecayed vegetation
3. Hardpan clay, heavy clay, or clay balls
4. Rubbish
5. Construction rubble
6. Sand or gravel
7. Rocks, cobbles, or boulders
8. Cementious matter
9. Foreign matter of any kind
B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200.
C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of
high moisture content, the Architect/Engineer may grant the Contractor permission to
process the material to reduce the moisture content to a usable optimum condition.
EARTHWORK
02300
PART 3 - EXECUTION
3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02200, shall be
performed in advance of grading and earthwork operations and shall be completed over the
entire area of earthwork operations.
3.02 TOPSOIL
A. The removal and storage of topsoil shall occur after site preparation is complete and
before excavation and embankment construction begin. Likewise, topsoil will be
replaced after excavation and embankment construction are complete.
Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas
where excavation and embankment construction are planned. Topsoil may be obtained
from greater depths if it is uncontaminated by the substratum and it is of good quality,
in the opinion of the Architect/Engineer.
C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will
later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in
locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept
separate from other excavated materials and shall be protected from contamination by
objectionable materials that would render it unsuitable.
D. Timing: Topsoil will not be replaced (deposited) until construction activities are
complete that would create undesirable conditions in the topsoil, such as
overcompaction or contamination. Trenching for items such as electrical conduit and
irrigation pressure lines must be complete before topsoil replacement may begin.
D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed,
processed, compacted, and graded to leave a finished layer of topsoil not less than five
inches in depth. unless otherwise indicated, topsoil will be replaced over all areas of
earthwork (including slopes), except where pavement is planned.
Grading: Topsoil will be final graded to the elevations shown on the plans. Fine
grading will be accomplished with a weighted spike harrow, weighted drag, tractor box
blade, light maintainer, or other acceptable machinery. All particles of the finish grade
shall be reduced to less than one inch in diameter or they shall be removed. All rocks of
one inch or greater shall also be removed. Grading operations and equipment will be
such that topsoil does not become overcompacted. Bulldozer blades and front-end
loader buckets are not acceptable devices for topsoil grading operations. Final grading
within five feet of constructed or installed elements shall be hand raked.
G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in
plane, even in gradient (slope), uniform in surface texture, and of normal compaction.
Areas of loose granular pockets or of overcompacted soils are not acceptable and will
be reworked. Finished areas will promote surface drainage and will be ready for
turfgrass planting.
EARTH WORK
02300
3.03 UNCLASSIFIED EXCAVATION
A. All excavated areas shall be maintained in a condition to assure proper drainage at all
times, and ditches and sumps shall be constructed and maintained to avoid damage to
the areas under construction.
B. Surplus Material:
Surplus excavation is that quantity of material that may be left over after the
grading plan is executed, and all earthwork operations, including excavation,
embankment construction, topsoil replacement, and final grading, are
completed. Any other surplus material shall be disposed of as "waste" as
specified in Section 02200. All such cost for removal shall be considered as
incorporated into Earthwork costs
C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise
indicated on the plans, excavation in solid rock shall extend six inches (6") below
required subgrade elevation for the entire width of the area under construction and shall
be backfilled with suitable materials as indicated on the plans.
3.04 EARTH EMBANKMENT
A. Earth embankment is defined as embankment composed of suitable materials removed
in unclassified excavation and/or imported fill. The construction of embankment
includes preparing the area on which fill is to be placed and the depositing,
conditioning, and compaction of fill material.
B. General: Except as otherwise required by the plans, all embankment shall be
constructed in layers approximately parallel to the finished grade of the graded area, and
each layer shall be so constructed as to provide a uniform slope as shown on the grading
plan. Embankments shall be constructed to correspond to the general shape of the
typical sections shown on the plans, and each section of the embankment shall
correspond to the detailed section or slopes established by the drawings. After
completion of the graded area, embankment shall be continuously maintained to its
finished section and grade until the project is accepted.
C. Preparation: Prior to placing any embankment, all preparatory operations will have
been completed on the excavation sources and areas over which the embankment is to
be placed. The subgrade shall be proof rolled to detect soft spots, which if exist, should
be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller,
loaded dump truck, or similar piece of equipment weighing approximately twenty five
(25) tons except as otherwise specified for tree protection and areas inaccessible to
vehicular compactors. Stump holes or other small excavations in the limits of the
embankments shall be backfilled with suitable material and thoroughly tamped by
approved methods before commencing embankment construction. The surface of the
ground, including plowed, loosened ground, or surfaces roughened by small washes or
otherwise, shall be restored to approximately its original slope by blading or other
methods, and, where indicated on the plans or required by the Owner, the ground
surface, thus prepared, shall be compacted by sprinkling and rolling.
EARTHWORK
02300
-4-
D. Scarification: The surface of all areas and slopes over which fill is to be placed, other
than rock, shall be scarified to a depth of approximately six (6") inches to provide a
bond between the existing surface and the proposed embankment. Scarification shall be
accomplished by plowing, discing, or other approved means. Prior to fill placement, the
loosened material shall be adjusted to the proper moisture content and recompacted to
the density specified herein for fill.
E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain
cases where fill is to be placed against hillsides or existing embankment with slopes
greater than 4:1, the Owner may direct the Contractor to key the fill material to the
existing slopes by benching. A minimum of two feet (2') normal to the slope shall be
removed and recompacted to insure that the new work is constructed on a firm
foundation free of loose or disturbed material.
F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not
to exceed eight (8") inches in loose depth before conditioning and compaction. Unless
otherwise permitted, each layer of fill material shall cover the length and width of the
area to be filled and shall be conditioned and compacted before the next higher layer of
fill is placed. Adequate drainage shall be maintained at all times.
G. Watering: At the time of compaction, the moisture content of fill material shall be such
that the specified compaction will be obtained, and the fill will be firm, hard, and
unyielding. Fill material which contains excessive toisture shall not be compacted
until it is dry enough to obtain the specified compaction.
1-I. Compacting: Each layer of earth fill shall be compacted by approved tamping or
sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the
Owner. Hand -directed compaction equipment shall be used in areas inaccessible to
vehicular compactors.
I. Grading: Embankments shall be constructed in proper sequence and at proper
densities for their respective functions. All embankment serves in one capacity
or another as subgrade (e.g., under topsoil, under concrete and asphalt pavement,
under structures, etc.). Accordingly, the upper layer of embankment shall be
graded to within plus or minus 0.10 foot of proper subgrade elevation prior to
depositing topsoil, and prior to the construction of pavements, slabs, etc.
3.05 DENSITY CONCROI.
A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a
minimum of ninety percent (90%) of Standard Density ASTM D698 with plus four
percent (4%) or minus two percent (2%) percentage points of optimum moisture
content.
B. Earth Embankment Under Structures and Pavement: The top six (6") inches of natural
earth comprising the subgrade for structural slabs or for areas of pavement shall be
ninety five percent (95%) to ninety eight percent (98%) of Standard Density ASTM
EARTHWORK
02300
-5-
D698 with the moisture content at minus two percent (2%) to plus four percent (4%) of
optimum moisture content.
3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all
embankments that are to. function as subgrade for structures, areas of pavement, or for select
embankment. After completion of the embankment, the Contractor shall prevent excessive loss
of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two
percent (2%) below optimum in the top twelve inches (12") of the fill will require that the top
twelve inches (12") of the embankment be scarified, wetted, and recompacted prior to
placement of the structure, select fill or pavement. If desired, the Contractor may place an
asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus
eliminate the sprinkling requirement.
3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or
damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be
restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02.
END OF SECTION
EARTHWORK
02300
SECTION 03300 — CAST -IN -PLACE CONCRETE
PART 1 - GENERAL
1.01 SCOPE OF WORK
A. Concrete Sidewalk
B. Concrete Handicap Ramps
C. Picnic Table Slabs
D. Playground Edging
E. Concrete Walls and Footings
1.02 QUALITY ASSURANCE
Reference Specifications: The work under this division of the Specifications shall
conform generally to the requirements of Item 314 - "Concrete Pavement", Item 406 -
"Concrete for Structures", and Item 410 — "Concrete Structures" of the City of Fort
Worth's Standard Specifications for Street and Storm Drain Construction.
PART 2 - MATERIALS
2.01 FORMS
Forms shall be of ample strength, adequately braced, joined neatly and tightly and set
exactly to established line and grade.
2.02 REINFORCING MATERIALS
Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the
requirements of the current standard Specifications for Intermediate Grade Billet Steel
Concrete Reinforcing Bars of the A.S.T.M. Designation A-615. Reinforcing bars at the
time the concrete is placed shall be free from rust, scale or other coatings that will destroy
or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches
on center in walks and 12 inches in slabs as shown on Plans.
2.03 CONCRETE MATERIALS
A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications
Designation C-150 and shall be Type 1.
B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and
shall be free from any excess amount of salt, alkali, vegetative matter or other
objectionable materials. The aggregate shall be well graded from fine to course
and the maximum size shall be one inch . Fine aggregate shall consist of sand
C. Water: Water used in mixing concrete shall be clean and free from deleterious
amounts of acids, alkalies, vegetative matter or organic material. The concrete
shall be mixed in an approved batch mixer. The mixing time shall not be less
than one minute after all the batch materials are in the mixer. Cement content
CAST -IN -PLACE CONCRETE
03300
shall be not less than five sacks per cubic yard of concrete and shall have a
minimum 28 day compressive strength of 3,000 psi.
D. Mixing: Transit mixed concrete shall meet all the requirements for concrete as
specified above. Sufficient transit mix equipment shall be assigned exclusively to •
the project as required for continuous pours at regular intervals without stopping
or interrupting. Concrete shall not be placed on the job after a period of I U2
hours after the cement has been placed in the mixer.
2.04 RELATED MATERIAL
A. Expansion Joint Filler: Expansion joint material shall be one inch clear heart
redwood with cap and paved cross section as shown on the plans
Dowels: Dowels for expansion joints shall be number four smooth round steel
bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen
inches on center or as shown on Plans.
Curing Compound: The membranous curing compound shall comply with the
requirements of A.S.T.M., Designation C-309, Type 2, white pigmented.
D. PVC Sleeves: The Contractor shall furnish and install four inch class 200 PVC
pipe sleeves under concrete walk as shown on plans and details.
E. Caulking and Sealants — See Section 07920
2.05 CONCRETE MIX DESIGN AND CONTROL
A. Mix Design: The concrete shall contain not less than five sacks of cement per
cubic yard. Total water shall not exceed seven gallons per sack of cement. The
mix shall be uniform and workable. The amount of course aggregate (dry -loose
volume) shall not be more than 85 percent per cubic yard of concrete.
The net amount of water will be the amount added at the mixer plus the free water
in the aggregate or minus the amount of water needed to compensate for
absorption by the aggregates. Free water or absorption determinations will be
based on the condition of the aggregates at the time used. The absorption test will
be based on a thirty minute absorption period. No water allowance will be made
for evaporation after batching.
B. Slump: When gauged by the standard slump test, the settlement of the concrete
shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated.
C. Quality: The concrete shall be designed for a minimum compressive strength of
3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix.
CAST -IN -PLACE CONCRETE
03300
D. Control -Submittal: Within a period of not less than ten days prior to the start of
concrete operations, the Contractor shall submit to the Engineer a design of the
concrete mix proposed to be used together with samples of all materials to be
incorporated into the mix and a full description of the source of supply of each
material component The design of the concrete mix shall conform with the
provisions and limitation requirements of these specifications. All material
samples submitted to the Engineer shall be sufficiently large to pennit laboratory
batching for the construction of test beams to check the adequacy of the design.
When the design mix has been approved by the Engineer, there shall be no change
or deviation from the proportions thereof or sources of supply except as
hereinafter provided. No concrete may be placed on the job site until the mix
design has been approved by the Engineer in writing to the Contractor.
PART 3 - EXECUTION
3.01 REINFORCING
Metal reinforcing shall be accurately placed in accordance with the Plans and shall be
adequately secured in position by concrete, metal, or plastic chairs and spacers. Bar
splices shall overlap at least twelve inches. The re -bars shall be bent cold.
3.02 JOINTS
A. Expansion Joints: Expansion joint materials shall be installed perpendicular to
the surface. The bottom edge of the material shall extend to or slightly below the
bottom edge of the slab and the top edge shall be held approximately 1/2 inch
below the surface of the slab. The edge of joints shall be tooled with an edging
tool having a 1/2 inch radius.
B. Contraction Joints: Contraction joints shall be 1/4 inch wide by 3/4 inch deep,
tooled joints placed on six foot centers, unless otherwise indicated. Contraction
joints will not be required to be sealed. Sawed joints may be allowed only if
specifically approved by the Engineer. Joints will be sawed as soon as sawing
can be performed without stripping aggregate from the concrete, generally within
twelve to twenty-four hours after placement, and they shall be completed before
uncontrolled cracking of the pavement takes place.
C. Construction Joints: Construction joints shall be installed in all concrete work at
the locations shown on the Plans. Construction joints formed at the close of each
day's work shall be located at any of the control joints designated on the Plans.
Joints may be constructed by use of wood or preformed metal bulkheads set true
to the section of the finished concrete and cleaned and oiled. Surplus concrete on
the subgrade shall be removed before resuming concreting operations.
3.03 PLACING CONCRETE
Placement of Concrete: The concrete shall be rapidly deposited on the subgrade
immediately after mixing is completed. Subgrade and forms shall be dampened prior to
placement of the concrete. The concrete shall be transported, placed and spread in such a
CAST -IN -PLACE CONCRETE
03300
manner as to.prevent segregation of the aggregate or an excess amount of water and tine
materials to be brought to the surface. No concrete shall be placed when the air
temperature is less than forty degrees Fahrenheit nor when the temperature of the
concrete is eighty-five degrees Fahrenheit or higher, without approval of Construction
Inspector.
Placement shall be carried on at such a rate that the concrete is at all times plastic and
flows readily into the space between the bars. No concrete that has partially hardened or
that has been contaminated by foreign material shall be deposited in the work nor shall
retempered concrete be used. Each section of pavement between expansion and
construction joints shall be placed monolithically.
All concrete shall be thoroughly compacted by suitable means during the operation of
placing and shall be thoroughly worked around reinforcement and embedded fixtures and
into the corners of the forms. Special care shall be taken to prevent voids and
honeycombing. The concrete shall then be struck off and bull -floated to the grade shown
on the Plans before bleed water has an opportunity to collect on the surface.
3.04 FINISHING
All concrete shall be finished by experienced, qualified concrete finishers. All concrete
shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall be
accomplished with care so as not to leave deep impressions in the concrete surface
adjacent to edges and joints. After the concrete has been floated and has set sufficiently
to support the weight of cement finishers, a smooth steel trowel will be used to produce
hard surface. The entire surface will then be brushed with a stiff bristle broom to produce
a uniform textured finish. All edges and sides of concrete exposed to view shall be free
of warp and blemishes with a uniform texture and smoothness as described in Plans.
3.05 CURING
Curing Compound: Immediately after the finishing operations, the concrete shall be
completely covered with a curing compound. The concrete surface shall be kept moist
between finishing operations and the application of the curing compound. The curing
compound shall be applied under pressure by means of a spray nozzle at a rate not to
exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required.
3.06 CONCRETE WALLS
A. Placing Concrete
1. Where tremies are used, or where the free drop is 5'-O" or more, and
through reinforcement, use a dumping box or board, moving the concrete
therefrom by shovels or hoes.
2. Deposit concrete so that the surface is kept level throughout, a minimum
being permitted to flow from one position to another, and place as rapidly
as practicable after mixing.
3. Do not use in this Work any concrete not placed within 30 minutes after
leaving the mixer.
CAST -IN -PLACE CONCRETE
03300
4. Thoroughly work concrete around reinforcement and embedded fixtures,
and into corners of forms, during placing operations.
5. Completely compact with tamping poles and by tapping forms until the
concrete is thoroughly compact and without voids. Determine the number
of tampers needed by the amount and method of placing concrete.
6. Exercise care to tamp concrete vigorously and thoroughly to obtain
maximum density.
7. Use manual tampers as well as mechanical vibrators.
a. Exercise care to direct the quick handling of vibrators from one
position to another.
b. Do not over -vibrate concrete.
c. Do not move concrete by use of vibrator.
B. Finishing
I. All formed surfaces exposed to view shall have a smooth form finish.
2. After concrete has been properly placed and cured, sandblast finish if
indicated on the plans and per specification Section 03350.
3.07 PROTECTION
After concrete is placed, finished and cured as required, permit no traffic thereon for
three days thereafter and further protect the surface from damage due to other causes.
END OF SECTION •
CAST -IN -PLACE CONCRETE
03300
SECTION 7
CONTRACTS, BONDS AND INSURANCE
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Engineering No.6178 and City of Fort Worth Project No. 01270.
STATE OF TEXAS
COUNTY OF TARRANT
Before me,
Ip tj'ir Co ryx45o r-
fore9p ng instrument,
of (Jresido- r%-
capacity therein state
CONTRACTOR
Conatser Construction TX, LP
Name: , 1erry Conatser, President of -
Conatser Management Group, Inc. G.P.
Title:
Date:
the undersigned authority, on this day persona y appeare
, known to me to be the person whose name is subscribed to the
and acknowledged to me that he executed the same as the act and deed
for the purposes and consideration therein expressed and in the
d.
Given Under My Hand and Seal of Office this 3 day o
GAYLE McCANDLESS
Notary Public
STATE OF TEXAS
My Comm. Exp. 08/14/2014
, 2012.
otary blic in and for the State of Texas
Bond No: 022034208
SECTION 00 61 13
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
That we Conatser Construction TX LP known as "Principal" herein and InsurancIvUtual
e umpany , a
corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"
herein (Whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
created pursuant to the laws of Texas, known as "City" herein, in the penal sum of One Million, Seventy -Nine
Thousand, Six Hundred and One Dollars.
($1,079,601.001 Dollars lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the
payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain contract with the City awarded the 27th of March.
2012, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to
furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work,
including any Change Orders, as provided for in said Contract designated as 2008 CIP Council District 7 Contract
7A
NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform
it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change
Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as
well during any period of extension of the Contract that may be granted on the part of the City, then this obligation
shall be and become null and void, otherwise to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant Count,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code, as amended, and all liabilities.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this 276 of March, 2012.
ATTEST:
(Principal) Secretary
Witness as to Principal
Address
ATTEST:
(Surety) Secretary
Witness as toh Surety
Conatser Construction TX, LP
PRINCIPAL
BY:
R. Conatser, President of
ser Management Group, Inc., GP
P.O. Box 15448
Fort Worth, TX 76119
(Address)
Liberty Mutual Insurance Company
Surety
BY:
(Attorney -in -fact)
Glenna S. Davis
175 Berkeley Street
Boston, MA 02117
(Address)
Carolyn Maples
*Note: If signed by an officer of the surety Company, there must be on file a certified extract •
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from it's mailing address, both must be provided. The date of the
bond shall not be prior to the date the Contract is awarded.
Bond No: 022034208
SECTION 00 61 14
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
That we, Conatser Construction TX, LP known as "Principal" herein and Liberty Mutual Insurance
Can_, a corporate surety (sureties),duly authorized to do business in the State of Texas, known as "surety"
herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
created pursuant to the laws of the State of Texas, known as "City" herein„ in the sum of One Million, Seventy -
Nine Thousand, Six Hundred and One Dollars. Dollars ($1,079,601.00) lawful money of the United States, to be
paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents:
WHEREAS, the Principal has entered into a certain written contract with the City awarded the 27th day of
March, 2012, which Contract is hereby referred to and made a part hereof as if fully set forth herein, to furnish all
material, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in
said Contract and designated as 2008 CIP Council District 7 Contract 7A
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas
Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and
become null and void; otherwise to remain in full force and effect
This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions
of said statute.
IN WITNESS WHEREOF, the Principal and Surety have each Signed and Sealead this instrument by duly
authorized agents and officers on this
SIGNED and SEALED this 27th day of, March, 2012.
ATTEST:
(Principal) Secretary
(S E A L)
Witness as to Principal
ATTEST:
Conatser Constructipn TX, LP
PRINCIPAL
Name: Jerry R. Conatser
President of Conatser Management
Title: Group. Inc.. GP
Address: P.O. Box 15448
Fort Worth, TX 76119
Liberty Mutual Insurance Company
SURETY
Name: Glenna S. Davis
Secretary Attorney in Fact
(SEAL)
Ca
Witness as Surety c u
Carolyn Maples
Address: 175 Berkeley Street
Boston, Ma 02117
Telephone Number: 972-233-9588
*Note: If signed by an officer of the surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from it's mailing address, both must be provided. The date of the
bond shall not be prior to the date the Contract is awarded.
Bond No: 022034208
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND
§
That we Conatser Construction TX, LP, known as "Principal" herein and Liberty Mutual Insurance
Company , a corporate surety (sureties, if more than one)duly authorized to do business in the
State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the
City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known
as "City" herein the sum of One Million, Seventy -Nine Thousand, Six Hundred and One Dollars.
Dollars
($1,079,601.00) lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for
payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded the
27th of March, 2012 which Contract is hereby referred to and a made part hereof for all purposes as if
fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law,
in the prosecution of the Work, including any Work resulting from a duly authorized Change Order
(collectively herein, the "Work") as provided for in said contract and designated as:
2008 CIP Council District 7 Contract 7A
WHEREAS, Principal binds itself to use such materials and to so construct the Work that in
accordance with the plans, specifications and Contract Documents that the Work is and will remain free
from defects in materials or workmanship for and during the period of two (2) years after the date of
Final Acceptance of the Work by the City ("Maintenance Period"); and
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the City of the need therefore at any time within the Maintenance
Period.
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective
Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation
shall become null and void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to
be repaired and/or reconstructed with all associated costs thereof being borne by the Principal
and the Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
N WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this 27th day of March, 2012.
ATTEST:
(SEAL)
Secretary
ATTEST:
(SEAL)
Secretary
Conatser Construction TX, LP
Contractor
Name: Jerry R. Conatser
President of Conatser Management
Title: Group, Inc., GP
LibutyltIva1 Insurance Company
Surety
By:
Name: Glenna S. Davis
Title: Attorney -in -Fact
175 Berkeley Street
Boston, MA 02117
Address
Tel No: 972-233-9588
*Note: If signed by an officer of the surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from it's mailing address, both must be provided. The date of the
bond shall not be prior to the date the Contract is awarded.
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4952438
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company,
pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint GREG A. WILKERSON,
GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS
, each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
ONE HUNDRED MILLION AND 00/100!!'!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!******!!!!!!******!!!!!! DOLLARS ($ 100,000,000.00 ) each, and the
execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company
as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the
chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make,
execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -
in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and
execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact:
Pursuant to Article XIII, Section 5 of the By -Laws, David M. Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized
to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations.
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty
Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 27th day of October
2011
LIBERTY MUTUAL INSURANCE COMPANY
By k/I
David M. Carey, ssistant Secretary
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this 27th day of October 2011 , before me, a Notary Public, personally came David M. Carey, to me known, and
acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed
the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said
corporation.
IN TESTIMONY WHEREOF, 1lhave hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year
first above written.
-•n
L 0�u
. _...iffy- I _ A9tat,al Sehl
p ; e es * Pd te;la lNolary P
Ui_ Plyritouth Tip. Anntgomeri Codopy
`:,v Chmmisston Expnes F,+zr. 28;2013
By
11 r Kr.b.r,Penr3ylvar;aA-sos-atioaofj Teresa Pastella, Notary Public
CERTIFICATE ,frs Rr,;, t `� a,
I, the undersigned, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is
a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said
power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XIII,
Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following
vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified
copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the
same force and effect as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of
MAR 2 7 Z.01?.
Gregory W. Davenport, Assistant Secretary
L,11bcrty
]utital
Important Notice
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT:
You may write to Liberty Mutual Surety at:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462-8284
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection(a�tdi.state.tx.us
Premium or Claim Disputes
Should you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim, you should contact the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
Attach This Notice To Your Policy:
This notice is for information only and does not become a part or condition of the
attached document.
LMIC-3500
Page 1 of 2 Rev. 7.1.07
Liberty
Mutual.
NOTIFICACION IMPORTANTE
PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA:
Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente
direccion:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462-8284
Usted puede contactar al Departamento de Seguros de Texas para obtener
informacion acerca de las companias, coberturas, derechos o quejas:
1-800-252-3439
Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection(cr�tdi.state.tx.us
Disputas acerca de primas o reclamos
En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor
contacte en primer lugar a su agente. Si el terra de la disputa es relativo a un reclamo, por
favor contacte a la compania de seguros en primer termini:). Si usted considera que la
disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar
al Departamento de Seguros de Texas..
Adjunte esta notificacion a su poliza:
Esta notificaci6n es a los solos fines de su informacion y la misma no forma parte o
condiciona de manera alguna el documento adjunto.
LMIC-3500
Page 2 of 2 Rev. 7.1.07
CITY OF FORT WORTH, TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This agreement made and entered into this the 27th day of March A.D., 2012, by and between
the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing
under and by virtue of a special charter adopted by the qualified voters within said City on the 11`l' day of
December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the
Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City
Council of said city , and the City of Fort Worth being hereinafter termed Owner, Conatser
Construction TX, LP HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
2008 CIP Council District 7 Contract 7A
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the
within a period of 270 Calendar days.
ity o o o
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH TX
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as provided in the General
Conditions, there shall be deducted from any monies due or which may thereafter become due him, the
sum of $420.00 Per working day, not as a penalty but as liquidated damages, the Contractor and his
Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the
project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss, property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury.
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such injury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
The Contractor agrees, on the execution of this Contract, and before beginning work, to make,
execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecution of the work, such bonds being as provided and required in
Texas Government Code Section 2253, as amended, in the form included in the Contract Documents,
and such bonds shall be for 100 percent (100%) of the total contract price, and said surety shall be a
surety company duly and legally authorized to do business in the State of Texas, and acceptable to the
City Council of the City of Fort Worth.
8.
Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be One Million, Seventy -Nine Thousand, Six Hundred and One Dollars, ($1,079,601.00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in four
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its
duly authorized officers in ei2ht counterparts with its corporate seal attached.
Done in Fort Worth, Texas, this the 27th day of March, A.D., 2012.
APPROVAL RECOMMENDED:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH
LI Li
DOUAS W. WIERSIG, P.E.
DIRECTOR, DEPARTMENT OF
TRANSPORTATION/PUBLIC WORKS
ATTEST:
Conatser Construction TX, LP
P.O. Box 15448
Fort Worth, TX 76119
CONTRACTOR
BY:
Jerry Conatser, President of
Conatser Management Group, Inc. G.P.
TITLE
ADDRESS
November 1960
Revised May 1986
Revised September 1992
Revised March 2006
FERNANDO COSTA, ASST CITY MANAGER
CITY SECRETARY
(S E A L)
6414 - C. 25S-3Z-
APPROVED AS TO FORM AND
LEGALITY:
ASST. CITY ATTORNEY
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPENDIX A
STANDARD DETAILS (PAVING)
9300
81111130 N01100N1SNOJ 1N3 W3A V d 313113NO3 033eodN13ll
a7
y-
!Y A
I>
A 4
3 4
4 4
3 9
9 9 9
,a
i'i ;p
E
9i
`'E i,
i
.
I1I
I�I
111
.11ii
la
z
I0
N
aQ
w0
8z
U�
zU
0]
(C
WN
00 Ca
z
m
1
Xb
0 0
0
0
w
w
0
z
0
0
0
a1
0
0
z
W
ll
0
0
a.
9
v
Mq-
z
z
-4
z:'
0>
0p
0
7^
p¢_
y,x
za
0.R
U_
W
p 300
SII V130 NOI100N1SNO3 IN3 W3A Vd 313NON00 0301103NI3N
0
0
11111
111
1111111111111
.;011111
id`e
1111
6e"
I',
1�
{
2
f
win
ar
WW
Z
W
0
O0 1-
02
Cr 200
w
a
i
ca
0
0
N
0
0
z
a
S
2r E.
IETI
A
TRENCH REPAIR LIMITS
0 LA
\\
\}/D D
CD
//
\}TC
000 0-
LA
0
CO CO
D L-
W In
DITCH WALL
2.
tri
DATE: JULY 2009
co
1-
w
m
TRENCH REPAIR LIMITS
III—! I I=111-
11=11 =11 Ii!
1111 11= I- Z
I=1 I I1 i=1 •.-. 1 I H U W
II woven
J
I-- in
w
O
WW
or')
I11=1
_NI11.
-I—ICI IIIIIII—II
U 11 1-1 1=1 11=
=111-
1 1-1 1I—
• N-I I I_ —I I-;111 I
•
Nirc. 91.13 w
hill l- a
�•61:11111 UQ}
=1f1=11f=1IE:. }}IIIL. �Am
-I11„ I_ IIIIII�_IiC=11.11II w
'=1I1=1II=11'
-1 I
-111I ,III-
DITCH WALL
CKNESS OF
W U
JD
m N
Q
zm
N 0 0
wW
Ul'-w
Z
W W uj >
CZ a¢O
U ~ W
w J a a
a J Q
N 3 Crid
m
W J = J
~ W Y O
W a 0
-Jo < z m
Q Z m - W
MO o OQI-
0a 0-a
a
WI-
1- N 5 o H
w < ow-
O J W - Q
wo a0a
m >-r m Q O
<Qa
W
0
H M W o
w p JIn
00 WZ0
Z Q J 3 K
ON0 Q0�
NzN 0-J
J
V a
w�
U
S O
Z
W W
V
N
0
0
a a
O
U Wp
U
Q N
Z
o_
Wa
H
m
U
H
N
Did
Mw
00
0CC
U p Z
Z O
H 0
Z U D
0CC
1E1
J a Z
<300
n
W 4. p J
o m0 w a
> _
z-
a0 W O Q � O r
V) N)E.
Q- Sa Oa
U Y
Z W O W) n My
U V U a Q I- a
l=-a wa wen 00
J~ 1- o > w w O
O
W
60 o-1 UZ wa
O(n W D 0- aaZ
U
O a m m 1 O
1-'1A OZ_ aW US
0 W 1- W 0 J a N
0 0 N a m 0 4 z N
<- < Jw N Q
-Im J Z • w
3 W W N p
W
0: Wm w I a0a
wo ao oZ OO U
m 0 U a m ZO V M U
J ZO pw W H O Z
SW 0<> 0 Ww <ZV)
S X
Z Z4J0 a>
Y -OW Uw a w
WO oQa Z (nQ
o- V-> OW ¢ _
Q S o J W U S W U
mM XNm
W 0z pJa
f-D J0 Q 0 Oa
Z5 In H_ Zo JQX
00 < E 0- DIN a m Q 0
0
0
N
J
D
w
m
9cn
W
U
W m
I— W
W
co re
8WU
Z
HW0
-<0
cc • Q
J Z
p =I—
(n
O u)
fax
U I Z --'
W
Z cc
as
CL
0'
a.
N Mj ,
TRENCH REPAIR LIMITS
111,1i111111111=I11111
11
i w
II 1ITCL
DITCH WALL
III_,.III=
OLLI J U
~ aol
X Z CC
O O
M NJLL.
w IL
UIiQ
W W Uj >
} 1-wce
___- z z Jixa
3 J a w
No o accm
N O JS-I
0a a so3
4J W J aZ�
00 a CO idwC 0<
CC O H H Z}
o w K d W
a M 5 o F
S a w w N w
N a X 0 W
U.a ina V)
0m }Ina
m S w a w
00 Mwo
= Z a J
Z N d = W j
_ Z O
<Id 0 moK
F In
aF- a o3J
J a J J O J
ILM d Ii0CZ.
2.
F-
0
0
z
O ct
- 121
H �
K
W _
- w
So
z
3a
0 W
Z
0 In
00
U w
U
a N
Z ZO
W 1-
m 0
U
w w
D
M W
N
Z
00
U 0 Z O
Z
N 0
H N
J m Z
Q30
DATE: JULY 2009
O
M
9
De
!O- Z
O W W
Z m 2
rOw
N Z >
w U W
J
rtn
Wfl
co
1
WW
0m
m
wr
0 ZMid M
= O
o;0ro
Kd10
QWWI-
NmQW
N U J w
J 0 W W
U U Z
z_
w
1-
w
U
_ 11-III_
=111
= =1 1= 1 i 1=111=111-111=111.
JIIIJ I1I I1j1=iT
ii.f.•j5;12:.A 1111
DITCH WALL
111= IIIIC
z 1-
COW < 4i H o
z3ct z w ¢ ``z
w wQ
W ww cr oZ z Oo
w 0 0 W O 0 }
im
U IL00 00 w 0 o Ow
zN> w O� < Wo
F¢ o O Q Z o z N
a U w w cCi z 1-
J¢ J� W 1- S0
Jwm wN oo >- 3¢
J J I N I- Wu
l+ r=1 WM '} Q OW
Y03 m> w zw
< Z f J W Z> W O N
m w o U � w K
O Q- N T O= H O O
Z>- NO N U
c-w 1- - N1i ¢N
craw wto ¢o Mw zo
O W f W
Ow- > O W I- W W m U
s p a 0. U N U U r E
D Zm N
m¢ N W Z OU LAZW m OU w- m z
} tijF ¢ W W N
W o Z¢ NM 01.1
W O W
w w O N} H= ~' U0¢
ZJ 00
o0W¢W3 p Ow 0Q7 ec3W0O~ ND0Jc0(JU Z0
Q r N O= W W O Z U O r N
30 3 J Z w < Z Z N J w Z
J O J W W J O W X J O O
woC oo zo mw ¢30
N M 4 t()
1-
Z
w
`w
co >
a�
F• a
- w
a
ui
Zt
O Z
• 0
u_
UI-
M
0
Z
w
IX
APPENDIX A
STANDARD DETAILS (TRAFFIC)
z
-J
-J
0
a
DATE: 5/31/2001
10 FEET 0
MIN. 00
a
a
a
a
a
0
END
ROAD WORK
04
►.a a
0
0
4
0
END
ROAO WORK
This plan is submitted for TCP. I certify this plan will be used for the following location(s):
and that all channelizing devices will conform to "General Notes" as shown on the bock.
Signature: Date:
CITY OF FORT WORTH
TRANSPORTATION
AND
PUBLIC WORKS
TYPICAL TWO WAY STREET - SPEED LIMIT 30 MPH OR LESS
INTERMEDIATE TERM - OVERNIGHT TO 3 DAYS
Note:
See reverse side for General Notes and Device Spacing.
PLAN "220 C"
a
3
Flogger
PLAN "22i'
DATE: 5/31/2001
2 Floggers required whenever
opposing traffic required
to use some lane.
Floggers sholl be in constant
radio contact.
No congregrating around
flogger stations.
Flogger stations must be
-lighted at night.
ROADNWORK
a
a
0
0
a
0
a
0
0
0
0
0
0
END
ROAD WORK
Flogger Required On
Co/lector/Residential
Streets. Additional Floggers
Moy Be Required Depending On
Field Conditions.
This pion is submitted for TCP. I certify this plan will be used for the following location(s):
and that oll chonnelizing devices will conform
Signature
to "General Notes" as shown on the bock.
Dote
CITY OF FORT WORTH
TRANSPORTATION
AND
PUBLIC WORKS
TYPICAL TWO WAY STREET
LANE CLOSURE
Note:
See reverse side for General Notes and Device Spocinq
PLAN "221"
DATE: 11/30/2001
unaim
Lrvtl l33vIS
T
Le
4
END
DETOUR
y)rtll Nan
01
03SOTS IN0b
ENO
DETOUR
ROAD
CLOSED
ROAD
CLOSED
STREET bINIC
This pion is submitted for TCP. certify this pion will be used for the following loco ion(s):
and thot oll chonnelizing devices will conform to "General Notes" os shown on the bock.
Signoture
Dote
CITY OF FORT WORTH
TRANSPORTATION
AND
PUBLIC WORKS
FULL STREET CLOSURE DETOUR
Note:
See reverse side for General Notes and Device Spacing
PLAN "F-1"
—J
DATE: 11/30/2001
15,10130
ROAR
CLOSED
ROAD
CLOSED
(W
DE TOUR
T
w
Z
w
w
ut
}Jinn 0041
01
0)S0 , ores
(= STREET N
(IA
OE r0n
-i
y
8
slab wK
NIPS
CI
a
b
This plop is submitted for TCP. I certify thi plon will be used for the following locotion(s):
and that ollchannelizing devices will conform to "General Notes" as shown on the bock.
Signature:
Dote:
CITY OF FORT WORTH
TRANSPORTATION
AND
PUBLIC WORKS
FULL STREET CLOSURE DETOUR
Note:
See reverse side for Generol Notes and Device Spocinq
PLAN "F-2"
u.
000010
0
O
W
i—
c
is
00
This plan is submitted for TCP. I certify this plan well be used for the following location<s),
and that all channelizing devices will conform to 'General Notes' as shown on the back.
Signature!
Date!
CITY OF FORT WORTH
TRANSPORTATION
AND
PUBLIC WORKS
FULL INTERSECTI❑N CLOSURE DETOUR
Note'
See reverse side For General Notes and Device Spacing.
M " F-3"
"GENERAL NOTES"
1. All channelizing devices shall be in accordance with the current edition of the Texas Manual
on Uniform Traffic Control Devices.
2. All Traffic Control Devices shall have working visible warning lights as required in
accordance with the current edition of TMUTCD.
3. For Temporary Situations, when it is not feasible to remove and restore pavement
markings, channelization must be made dominant by using a very close device spacing.
This is especially important in locations of conflicting information, such as where traffic is'
directed over a double yellow centerline. In such locations, channelizing device spacing of
10 feet is required.
4. For Long Term Stationary work, all conflicting pavement markings must be removed and
centerline striping provided where two way traffic is in adjacent lanes.
5. Contractor shall provide sidewalk closure, crosswalk closure and/or walkway bypass
wherever pedestrian movements are affected by construction activities. All sidewalks and
crosswalks shall be accessible when contractor is not working unless otherwise approved by
the City Traffic Engineer.
6. The use of trailer mounted ARROW DISPLAYS may be required on all lane closures. The
contractor shall provide one (1) stand-by unit in good working condition at the job site, ready
for use, if his operation requires 24-hour a day closure set-ups and if required.
7. City Traffic Engineer and/or Inspectors may require additional traffic control devices.
TYPICAL TRANSITION LENGTHS AND
SUGGESTED MAXIMUM SPACING OF DEVICES
Minimum Desirable Taper
Lengths (L) Feet
Suggested Maximum Device
Spacing
Suggested Sign
Spacing (Feet)
Dimension
Posted
Speed
MPH
Formula*
10'
Lane
Offset
11'
Lane
Offset
12'
Lane
Offset
On a Taper
(Feet)
On a Tangent
(Feet)
30
L=WS2
150
165
180
30
60-75
120
35
205
225
245
35
70-90
160
60
40
265
295
320
40
80-100
240
45
L=WS
450
495
540
45
90-110
320
50
500
550
600
50
100-125
400
`L= Taper length in feet W= Width of offset in feet
Note: Buffer Zone will be 25 feet (maximum).
S= Posted speed
0 0
D0
LEGEND
Channellzing devices
Trailer mounted
arrow display
Flagger
1=1 Barricade
CO
10 FEET
MIN. f�
0
0
0
0
0
0
0
0
0
0
0
0
00
0
0
0
0
lr,
liJ
L.L. Z
Z
D 0
OMI N
50 FEET (MIN)
0 FEET (MAX
This plan is submitted for TCP. I certify this plan will be used for the tolling locationls):
and that all channelizing devices will conform to 'General Notes' as shown on the back.
Signature: Date
CITY OF FORT WORTH
TRANSPORTATION
AND
PUBLIC WORKS
TYPICAL TWO WAY STREET - SPEED LIMIT 30 MPH OR LESS
SHORT TERM STATIONARY - 12 HRS OR LESS - DAYTIME ONLY
Note:
See reverse side for General Notes and Device Spacing
PLAN "220 B'
TMUTCD Figure TA-3,4 & 6
APPENDIX A
STANDARD DETAILS (STORM DRAIN)
w
1.0 O 0
oww CO w=&
peil o J M<n
0 0 Z K v� LL Z
m w�J 0(1 wOJo
Q W Z d J F J 0
z'ww oww i-"w �m3.i
�d¢mZW mU WQQ.wU
m11D<gG -O o m?
WWaWO O(0 ZQ�m
a' N W N O o W W O
o 0 1 w4� U LL w Q~
4'aZOOW >W ZO m
WZ m Om 41Nzziul-
csz
aVrwmm-,PmUO (.omvmo -w: aw o mno
hi
O JWm m a Z 10 O
Q 0 J- w J Q m 0 co Z Q
ZI—Osi O, OpU0—OrV1
aLe_ ZSWZm KaK
Z�. OZO4=+w3wQ0
W W m a a W W 2 o Q 1- O J O
H p?:ri-oop�Koom<wm
0
Z NI N) 4 v)
0
m
a
m
a
Q
m
¢
men
3
U Z
OO
w-
m
I
®< in f
N Iasi
Kn
ma<1 m a
m
%
LOW
v01Z
(2) #4 BARS X 15.-9"
or I I I
'm1
f
L
rl
11
_L J
4J1
Q >
2m
UN
tO
NZ
.9
9
FACE OF CURB
z
J
a_
TOP OF CUR
3/" CHAMFER
(t 310N 33S)
CI
N 0CC rm W
w omd 0 3m
r I Z
a3aaain oa
srm y
(Si cr I o ¢3 ;t'kow
0U Y Ugh <
`.-O WY
a O
O w M N 0 m -ikm
J
0 Z
a
0
co O
4
O
M
z
z
0
0
0
M
PAY LIMIT OF INLE
ELEVATION VIEW
TOP OF CURB
w
F 0
o
0
O
W
O N
ar
O0
ED DATE: 11-2009
SECTION A -A
m
z
0
1-
W
-STANDARD 10' STORM DRAIN INLET
1. USE SUBDRAIN DETAIL DRAWING STR-015.
ACCEPTABLE PIPE MATERIAL INCLUDES:
(A) 6" DIAMETER PERFORATED SCHEDULE
40 PVC; (B) 6" DIAMETER PERFORATED
TYPE S (DUAL —WALL) HDPE PIPE PER
AASHTO M252; OR, (C) CORRUGATED
PVC PIPE PER ASTM F949. NOTE THAT
CORRUGATED POLYETHYLENE TUBING
(ASTM F405) IS NO LONGER PERMITTED
FOR SUBDRAINS.
2. CLEANOUTS SHALL BE INSTALLED AT
UPPER END OF SYSTEM AND AT
INTERVALS NO GREATER THAN 200'.
CLEANOUTS SHALL LINE UP WITH
LOT LINES AND BE PLACED IN A VAULT
SIMILAR TO A WATER METER BOX
OR PLACED FLUSH WITH A CONCRETE
COLLAR 2-3 INCHES BEYOND THE
EDGE OF THE PIPE.
3. IF PAVEMENT IS BEING REPLACED AND
THERE ARE OBSTRUCTIONS IN THE
PARKWAY SUCH AS BRICK MAILBOXES
OR TREES, A SUBDRAIN CAN BE
ROUTED UNDER THE CURB. ANY —C
CLEANOUTS IN THE PAVEMENT
NEED TO HAVE TRAFFIC —RATED
COVERS.
4. WHERE SUBDRAINS ARE INSTALLED
BY BORING UNDER EXISTING DRIVEWAYS,
NON —PERFORATED SCHEDULE 40 PVC
SHALL BE USED. OTHER PIPE MATERIALS
WILL BE CONSIDERED ON A CASE —BY —CASE
BASIS USING THE REQUEST FOR VARIANCE
FORM CFW-7 FOUND IN THE STORM WATER
MANAGEMENT DESIGN MANUAL.
DRIVEWAY
5. PRIVATE FRENCH DRAINS OR YARD
DRAINS SHALL BE PLUMBED INTO THE
SUBDRAIN WHERE IT IS PRACTICAL.
IN ALL CASES, A CLEANOUT SHALL BE
PROVIDED ON THE PRIVATE DRAIN. IN —
THE EVENT OF MULTIPLE PIPES AT ONE
LOCATION OR OTHER UNUSUAL.
CONFIGURATION, A BOX OR VAULT OR A Q
SMALL GRATE INLET MAY BE USED AS A
JUNCTION STRUCTURE TO TIE INTO THE
PUBLIC SUBDRAIN. ..
cn
0
0
N
w
0)
w
OL
DATE: 03-2009
9
0
07
ORTH, TEXAS
TOP OF CURB
oz
w
1-
MUST BE GREATER —
WITH LATERALS
UNDER PAVEMENT
NOTES:
I I -I I //, rr, /) //, /r, rr, rr l l l 111=111=i - CURB &
�I r�SUITABLE,MATERIAL%r/�I I I -III—) I I_ GUTTER
/ I I1 I'=1TIi
�11)
/r //
I I h,!r,'i,'i,'/,!//, / I I II I1-
__! ,TAMPED IN, LIFTS'
-III-/r `NOT ,EXCEEINGi//
. I —I l / ///' 12" LOOSE / /r
z
ttalt alinetaY_Y_r
tH"Y -!Y_+
� ina � eedfr
t
et red nate-
YY=7t7--7 -Y=
III
III— —111-II III II_
DIM. 'B'
(TRENCH WIDTH)
SEE TABLE 1
TABLE 1
LIMITS OF EXCAVATION
DIM. A
DIM. B
2.5' TO 6'
1'-7"
6' TO 10'
10' TO 15'
2'-7"
OVER 15'
3'-1"
WASHED ROCK
PER ITEM 402
SEE NOTE 1
1. FIELD INSTALLATION SHALL BE IN ACCORDANCE WITH STORM WATER DETAIL SD-023.
2. PIPE SHALL BE: (A) 6" DIAMETER PERFORATED SCHEDULE 40 PVC; (B) 6" DIAMETER
PERFORATED TYPE S (DUAL -WALL) HDPE PIPE PER AASHTO M252; OR, (C) CORRUGATED
PVC PIPE PER ASTM F949. NOTE THAT CORRUGATED POLYETHYLENE TUBING (ASTM F405)
IS NO LONGER PERMITTED FOR SUBDRAINS.
REVISED: 11-2009
FORT�.�
CITY OF FORT WORTH, TEXAS
SUBDRAIN
DATE: 08-2006
STR-015
APPENDIX A
STANDARD DETAILS (WATER)
t
I
cV
0
0
0
<-1
WnWINI
11
//
//
//
//
//
VI
W
Z
J
W
p`2 /
J ii -J_
H
W •'�.: N 3
0
N
3N11 ,U.83dONd
WATER MAIN BEHIND CURB
STANDARD CORPORATION
BLUE VINYL TAPE, 3" WIDE, 6" ABOVE GROUND
STANDARD CURB STOP & 90' ELBOW
AREA TO BE BACKFILLED• WITH SAND
DATE: FEB. 2009 -
WTR-001A
CITY OF FORT WORTH, TEXAS
ONE -INCH WATER SERVICE DETAIL
Z
0
U
<
Q ct
N
< Z
Q O
U
NN
IN
Lai Li]
BRONZE METER FLANGE
BRONZE METER FLANGE (FLG. TO
STANDARD CORPORATION
BRONZE METER FLANGE
FLARE CONNECTION TO CORPORATION
0 11=1 11-I I I
III
III=I
11_11111 I 111=111111-1 I—t 11=1 I 11 1=111-
11=111-111=111-111=111-111=111=111=111-11-111
I=11
III=
1-1
COPPER TUBING (TYPE K)
WATER MAIN IN STREET
FLARE CONNECTION & 90' ELBOW
ANGLE VALVE (FEMALE I.P. TO FLG.)
DATE: FEB. 2009
WTR-001 B
CITY OF FORT WORTH, TEXAS
0
0
J U
a
EE
w V)
H Z
a O
g U
N N
N
w w
PAVEMENT OR OTHER CONCRETE COLLAR
SURFACE MATERIAL PER DETAIL WTR-004
NOTE:
DETAIL PERTAINS TO ALL GATE
VALVE SIZES 4" THRU 12° OR
LARGER, AS DIRECTED.
WATER MAIN
E1-10 MATERIAL
E2-10 CONSTRUCTION
IF VALVE OPERATING
NUT IS MORE THAN
S BELOW PAVEMENT
SURFACE, PROVIDE
EXTENSION STEM TO
1' BELOW PAVEMENT
SURFACE. (SEE
DETAIL WTR-003)
MCKINLEY IRON AND
STEEL CO., NO. YB5
THREE PIECE VALVE
BOX OR APPROVED
EQUAL.
GATE VALVE
TORQUE BOLTS PRIOR
TO BACKFILL
CITY OF FORT WORTH, TEXAS
GATE VALVE AND BOX
DATE: FEB. 2009
WTR-002
YCx45' CHAMFER
2" 0 SQUARE STOCK W/ 1" DIA.
HOLE DRILLED THROUGH.
1 "0 SOLID
ROUND STOCK
VARIES
2"0 SQUARE STOCK W/ 1"
DIA. HOLE DRILLED
THROUGH.
4"-os
2Y1'0 TUBING W/
Y4" THICK WALL
NOTES:
1. 1" ROUND SOLID BAR & 2" SQUARE
PER ATSM A-108-81, SAE 1020,
COLD DRAWN OR BETTER.
2. 2)/2" TUBING PER ATSM A-512-79,
SAE 1020, COLD DRAWN OR BETTER.
3. ALL WELDS SHALL COMPLY WITH
A.W.S. CODE FOR PROCEDURE,
APPEARANCE, AND QUALITY OF
WELDS.
CITY OF FORT WORTH, TEXAS
VALVE STEM EXTENSION
DATE: FEB. 2009
WTR-003
COLLAR CONFIGURATION
FOR PAVED AREA
COLLAR CONFIGURATION
FOR UNPAVED AREA
4088 PSI
CAI[ 1
CASE 1
COLLAR SHALL EXTEND TO
TOP OF 2:27 CONCRETE
(REBAR REQUIRED)
CASE
COLLAR SHALL BE 0" THICK
(REBAR REQUIRED)
E1-20. E1-21 MATERIAL
E2-20, E2-21 CONSTRUCTION
SECTION A -A
3/4" CHAMFER (TYP]
R[DNl SHALL BE
PLACED J" MIN. FROM
TOP AND BOTTOM OF
CONCRETE COLLAR.
CITY OF FORT WORTH, TEXAS
GATE VALVE CONCRETE COLLAR
DATE: FEB. 2009
CONCRETE
BLOCKING
MAIN
EXISTING OR PROPOSED CURB
PAVEMENT OR OTHER SURFACE
BASE
TRENCH
M.J ANCHOR TEE
OR M.J. ANCHOR
COUPLING
E1-12 MATERIAL
E2-12 CONSTRUCTION
6" LEAD FROM
MAINS
EXISTING OR
PROPOSED CURB
BOTTOM
REST'
CONCRETE
BLOCKING
FIRE
HYDRANT
EXERCISE CARE TO
AVOID PLUGGING DRAIN
HOLE WITH CONCRETE
18" MINIMUM FROM
GROUND, PER FIRE
DEPT.
OR 3' FROM
FACE OF CURB'
I/ MIMI%4
6" M.J. GATE VALVE
FS 6" FIRE HYDRANT
LEAD LINE
Ay
III=III-I i i-I I T�
i-III I I HI I I-11
CONCRETE T-I��iTi���i" l
BLOCKING
M.J. FIRE
HYDRANT TEE
EXISTING OR
PROPOSED CURB
MAIN
FIRE HYDRANT
..._ /� _. / ...7 " j/
FIRE HYDRANT TO
BE SET PLUMB
BREAKER RING w/
BREAKER STEM
PARKWAY
EXTENSION BARREL
AND STEM FOR
EXTRA BURY DEPTH
IF NECESSARY
MINIMUM 7 C.F. GRAVEL
PROPORTIONALLY
AROUND BASE
CONCRETE
BLOCKING
CONCRETE REST
12"x12"x6"
CONCRETE
BLOCKING
BOTTOM
REST
CITY OF FORT WORTH, TEXAS
STANDARD FIRE HYDRANT
DATE: FEB. 2009
WTR-006
PLUG
_
II
NOTE:
BEARING AREAS SHOWN ARE
BASED ON 150 P.S.I.G TEST
PRESSURE AND 3000 P.S.F.
SOIL BEARING VALUE. \
1
TEE OC\Q2\DS A
p%0 O
„X°
'....:..
... , .
BEND
E.,
3000 PSI
CONCRETE
(TYP.)
-
* DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE
BEARING AGAINST UNDISTURBED TRENCH WALL
HORIZONTAL BLOCKING TABLE
"X„
11.25'
22.5'
45'
90'
TEE & PLUG
PIPE
SIZE
(FT.)
,� A"
MIN.
AREA
MAX
VOL
„ .,
B
MIN.
AREA
MAX
VOL
.� �,
_ C
MIN.
AREA
MAX
VOL
..
D
MIN.
AREA
MAX
VOL
„ "
E
MIN.
AREA
MAX •
VOL
4"
1.0
0.90
0.80
0.05
0.95
0.90
0.05
0.95
0.90
0.05
0.91
0.82
0.05
1.16
0.58
0.05
6"
1.5
0.90
0.80
0.05
0.95
0.90
0.05
1.05
1.10
0.05
1.73
1.99
0.05
1.19
1.41
0.05
8"
1.5
0.90
0.80
0.05
0.95
0.90
0.05
1.41
2.00
0.05
1.86
3.47
0.10
1.57
2.46
0.10
10"
1.5
0.90
0.80
0.05
1.26
1.60
0.05
1.79
3.20
0.10
2.18
5.62
0.20
1.99
3.98
0.15
12"
1.5
1.10
1.20
0.05
1.48
2.30
0.10
2.14
4.50
0.20
2.83
8.00
0.30
2.38
5.56
0.20
16"
2.0
1.41
2.00
0.10
2.00
4.00
0.10
2.83
8.00
0.40
3.75
14.10
0.65
3.16
10.00
0.50
20"
2.0
1.77
3.10
0.20
2.54
6.20
0.30
3.52
12.40
0.60
4.70
22.00
1.15
3.94
15.55
0.75
24"
2.0
2.14
4.50
0.25
3.00
9.00
0.50
4.25
18.10
0.95
5.65
32.00
1.85
4.76
22.60
1.05
30"
2.5
2.66
7.10
0.55
3.78
14.20
1.00
5.30
28.20
1.75
7.05
49.80
3.40
5.91
35.33
2.10
36"
2.5
3.33
10.00
0.75
4.50
20.40
1.40
6.36
40.80
2.65
8.50
72.00
5.10
7.20
51.00
2.95
42"
3.0
3.72
13.80
1.20
5.25
27.60
2.20
7.41
55.30
4.10
9.90
97.50
7.90
8.30
69.00
4.75
48"
3.0
4.38
18.30
1.60
6.00
36.00
2.90
8.48
72.00
5.40
11.14
126.50
10.40
9.50
90.03
6.15
54"
4.0
4.0
22.50
4.0
6.70
45.00
7.00
9.40
88.00
10.00
13.00
162.00
16.00
10.70
115.00
12.00
NOTES:
MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS.
VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE
HORIZONTAL DIMENSION SHOWN.
El -20 MATERIAL
E2-20 CONSTRUCTION
ORT WORT
CITY OF FORT WORTH, TEXAS
HORIZONTAL BLOCKING
DATE: FEB. 2009
WTR-008
3000 PSI CONCRETE
BELL -BELL BEND
RUBBER GASKET JOINT
ow
oa
�a
BELL -BELL BEND
3000 PSI CONCRETE
TYP.
M.J.-M.J. BEND
1 -0"
ITYP.
TRENCH WIDTH:
1. PIPE 24" I.D. AND SMALLER = 24" OR
0.D. + 12" WHICHEVER IS GREATER.
2. PIPE LARGER THAN 24" = 0.D. OF
PIPE + 18".
3. CRADLE SHALL EXTEND A MIN. OF 6"
BEYOND EACH SIDE OF 'PIPE.
)/
MAIN
3000 PSI CONCRETE
MECHANICAL JOINT
BELL AND SPIGOT JOINT
KEEP A MIN. OF 1'-0"
CLEARANCE BETWEEN
CONCRETE AND JOINTS OR
BOLTS ON C.I. PIPE, OR
IN EXCESS OF 1'-O" AS
DETAILED.
E1-20 MATERIAL
E2-20 CONSTRUCTION
C.? w
00
a
NOTE:
WHEN CRADLE IS SHOWN OR
SPECIFIED FOR INSTALLATION
ON CONCRETE PIPE, THE FULL
JOINT LENGTH OF THE PIPE OR
FITTING SHALL BE CRADLED.
CITY OF FORT WORTH, TEXAS
CONCRETE CRADLE
DATE: FEB. 2009
WTR-009
CLASS "B" (2500 PSI) CONCRETE
#4 STEEL BAR
NOTE:
KEEP CONCRETE CLEAR OF
PIPE JOINTS AND BOLTS
WRAP PIPE WITH 15#
ROOFING FELT
FORM AS NECESSARY
BENDS
90'
45'
22.5'
11.25'
PIPE NOMINAL DIAMETER (IN.)
*VOL. REQ'D. (C.F.)
39.99
21.64
11.03
5.54'
6
A (FT.)
2.50
1.42
1.00
0.75
B (FT.)
4.00
3.88
3.36
2.75
C (FT.)
4.00
3.88
3.36
2.75
*VOL. REQ'D. (C.F.)
71.09
38.47
19.61
9.85
8
A (FT.)
2.83
1.67
1.50
1.00
B (FT.)
5.00
4.80
3.66
3.20
C (FT.)
5.00
4.80
3.66
3.20
*VOL. REQ'D. (C.F.)
111.07
60.11
30.65
15.40
10
A (FT.)
3.25
1.92
1.75
1.50
B (FT.)
5.90
5.60
4.25
3.25
C (FT.)
5.90
5.60
4.25
3.25
*VOL. REO'D. (C.F.)
159.94
86.56
44.13
22.17
12
A (FT.)
4.17
2.42
1.42
1.25
B (FT.)
6.20
6.00
5.54
4.20
C (FT.)
6.20
6.00
5.54
4.20
*VOLUME CALCULATED ON THE BASIS OF CONCRETE REACTING
THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNAL PRESSURE
OF 150 PSIG AT THE RATE OF 150 LB. WT. PER CUBIC FEET OF
CONCRETE.
E1-20 MATERIAL
E2-20 CONSTRUCTION
ORT WORT
CITY OF FORT WORTH, TEXAS
EXAMPLE A
VERTICAL TIE -DOWN BLOCK
DATE: FEB. 2009
WTR-010
NOTE:
KEEP CONCRETE CLEAR OF
PIPE JOINTS AND BOLTS.
#4 BAR STEEL STRAPS
IN VARIABLE QUANTITY
DEPENDING ON THRUST
FORM AS
NECESSARY
2500# CONCRETE
#4 BARS BOTH
WAYS 6° C-C
NOTE:
DIMENSIONS WILL BE SPECIFIED ON
PLANS OR DIRECTED BY ENGINEER.
E1-20 MATERIAL
E2-20 CONSTRUCTION
CITY OF FORT WORTH, TEXAS
EXAMPLE B
VERTICAL TIE -DOWN BLOCK
DATE: FEB. 2009
WTR-011
EXISTING SURFACE BACKFILL AS APPROPRIATE
11 III-111-1..
II III III=PA
=111 x
O
E1-7 MATERIAL
E2-7 CONSTRUCTION
x,
n-rri-m-1 rin l�
III-111-111-111=III=11 1111= 11-1
6" MIN. DIMENSION. 6" MAX. FOR PAY PURPOSES
WHEN BID PER CUBIC YARD.
6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL
BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30"
AND LARGER WHEN BID PER CUBIC YARD.
4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOSES
WHEN BID PER CUBIC YARD.
CLASS 'E' (1500 PSI) CONCRETE. CONCRETE
ENCASEMENT SHALL STOP 1' EITHER SIDE OF JOINT,
AND WHEN ENCASING CONCRETE PRESSURE PIPE, FULL
LENGTHS OF PIPE SHALL BE ENCASED, JOINTS
EXCLUDED.
0RT WORT
CITY OF FORT WORTH, TEXAS
CONCRETE ENCASEMENT
DATE: FEB. 2009
WTR-016
w.
jt.
PROVIDE FLANGE OUTLET
SEE NOTE
I = l u-i
III= , 111=111-1III-III-1I I
II 111
1 11IIII=1 II
,rlall, ■s i. .`i+�t\L
11ft11U�I RMAI 97- 111r.1l: ;IN III IVItill‘C`K-71 �,
'VOW Zir 7
ittAgEN 'in AFL.)
far
III =111111-�HricHiplind '��I�. c.•.. Iil
11G IIIIII_ II
{ow III.
i� I
111- .III _ 111
III-11 _ kair
111-I I II-1 i I_ ,
SEE DETAIL
WTR-002
111=III=III=III=III-1 I I
RETAINER GLANDS
SLOPE A
SHOWN
M.J. x FLANGE
li� WALL SLEEVE
;III��I=11T1�1 ll�l 11�1-III Iill „III- I
FLANGE x M.J.
GATE VALVE
O
O
O
E1-20 MATERIAL
E2-20 CONSTRUCTION
FLANGE x FLANGC
GATE VALVE
2500 PSI
CONCRETE
SUPPORT
SEAL PIPE TO WALL HOLE CUT—OUT WITH NON —SHRINK MORTAR EQUAL TO 1
PART ALCRETE, 1 PART CEMENT, 6 PARTS SAND.
I I
• • �.�=III=1 I-11I-1I
11"
REF: E2-12
6" MIN.
LEDGE
12"
6" MIN.
DETAILS OF CONSTRUCTION SHALL CONFORM TO FIGURES SAN-009 & WTR-012.
CLASS 'F' (4000 PSI) CONCRETE WITH NO. 6 STEEL BARS SPACED 6" C/C
EACH WAY. STEEL BAR COVER TO BE 2" MIN., 3" MAX. FROM BOTTOM OF TOP
SLAB AND FROM TOP OF FLOOR SLAB.
A SWIVEL TEE OUTLET & M.J. x M.J. VALVE CAN BE USED WITH THE APPROVAL
OF THE ENGINEER.
CITY OF FORT WORTH, TEXAS
STANDARD BLOW -OFF INTO
4' DIAMETER SUMP MANHOLE
DATE: FEB. 2009
WTR-015
EXISTING SURFACE
O
O
11=11 I-1 11=111=III-1 I
;111,;,111 ; 111=III,..
61-
41 I-Ill-ITI-I I 1-III-III-11
0 r
ll;111,111=1111�1.III;
=III-
(_�
111-
-
_,
_1,1_,._
EXISTING SEWER LINE
II I
III- --_-t...-
IIIIIIIII11=�
CI1' 1111_
IIIIII �_ EIlk
1=1 11,
==111-Ifl�f� fli-
1 I„I11,:,,1�1 ��1�1 irr. �� 1�1-11
•
PROPOSED WATER MAIN
VARIABLE TRENCH WIDTH. PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH
WIDTH, (REF. E2-2.16), PLUS FOUR FEET (4'). NO JOINTS WILL BE ALLOWED WITHIN THIS
DIMENSION. A MINIMUM BEARING OF 24" SHALL BE REQUIRED ON EACH SIDE OF THE
TRENCH.
SEWER LINES LESS THAN TWELVE INCHES (1211) IN DIAMETER SHALL BE REPLACED WITH
CLASS 150 CAST IRON PIPE.
THE JOINING OF DUCTILE IRON PIPE WITH PROTECTOR 401 INTERIOR COATING A.W.W.A.
C-900, CONCRETE PIPE OR SDR-26, AS DIRECTED BY THE ENGINEER, SHALL BE MADE
WITH URETHANE OR NEOPRENE COUPLING ASTM C-425 SERIES 300 STAINLESS STEEL
COMPRESSION STRAPS OR WITH APPROVED ADAPTORS.
THE MINIMUM CLEARANCE OF SEWER TO WATER LINES SHALL BE EIGHTEEN INCHES (181').
E1-7 MATERIAL
E2-2 CONSTRUCTION
ORT WORT
CITY OF FORT WORTH, TEXAS
SANITARY SEWER PIPE REPLACEMENT
DATE: FEB. 2009
WTR-018
EXISTING SURFACE
/
LA
3\
OUTSIDE DIAMETER OF BELL
SECTION A -A
\\
[
\
PROPOSED WATER MAIN
8 8
DATE: FEB. 2009
TRENCH CROSSING
NOTES:
6" BLIND FLANGE TAPPED 2" WITH 2" BRASS PLUG WITH C.C.
THREAD.
125# PATTERN BLIND FLANGE DRILLED AND TAPPED FOR 6"
BLIND FLANGE. 6" BLIND FLANGE ATTACHED WITH BRONZE
BOLTS. GASKETS SHALL BE FULL FACED AS OTHERWISE
REQUIRED IN E 2-4.
LIFTING LUGS SHALL BE PROVIDED IN QUANTITIES SUFFICIENT
TO LOFT AND HANDLE THE FLANGE AS A BALANCED LOAD.
ATTACH THE 125# PATTERN BLIND FLANGE WITH STEEL BOLTS
AND BRONZE NUTS THEN COVER WITH CEMENT GROUT AFTER
INSTALLATION.
125# PATTERN FLANGE, UNLESS REQUIRED OTHERWISE.
FLANGES AND BLIND FLANGES TO BE DESIGNED TO WITHSTAND
PRESSURE RATING OF PIPE.
WYE BRANCH TO BE ONE SIZE LARGER THAN, BUT TAPERED
TO STANDARD RUN NORMAL DIAMETER UNLESS OTHERWISE
SPECIFIED.
STANDARD RUN DIAMETER
E1-4 MATERIAL
E2-4 CONSTRUCTION
FORT
CITY OF FORT WORTH, TEXAS
STANDARD CLEANING WYE
DATE: FEB. 2009
WTR-022
MATERIALS
STANDARD 1" CORPORATION (W/ TAP SADDLE WHEN REQUIRED)
I I HI I I-11
117
„9 1 IIIII
M � III
_-4-
W \
o a
0 0 v)FY
w a>
CC 3� > 0 00
to
o N K
a Ww
Q w U
!r
o U _Z
O O
Z Ua
O M
n �3
O a
Z J 2
11- a 0aa
>, ow
am a
0 O d U
ro m w 0
N W ci w_
O cr N
Z F Z
O�
vw UCC
u)0
n N0
U N x W
W .- N CC
STANDARD 1" CURB STOP, 90 ELBOW & 1" x
1" TYPE K COPPER SERVICE LINE
1
III
zo �0I 1III_ II'
CC
W3
<
a
W
•
TRENCH AREA WITH SAND.
III=1
- II
W h OF-
Z W Z
�a a
OZ
O 0 W
• 20I
X W W W
W CC0O
Z CZzOE
0¢w0
Q F-OZ
_O
o ZQr-
0 F- Q
z0zW
c�C¢a
J F-O
a z,*3CY
a W
W 0 a 00
SJcr
C
W W
Ore
a
z
oN
F-
xW
ww
z1-
z~
o")
z
o Z
zaa
a.J<0
Y
aJ
Ill K
o W L
JOB
aa0
N
0 Fn
0 W
o
W�
ZK
0 W
U a
d
z•
0
U
Q
o
zj
a
a_ csi
aim
0 00 0
�z°
J V)Izd
Z x W
STATION WITH DOOR
DATE: FEB. 2009
10
N
9
1-
CITY OF FORT WORTH, TEXAS
WATER SAMPLING STATION
it
0
Y R [R38mm]
fti
CO
- E
E
E
E
0
COVER SECTION
COVER SECTION
*FOR NON -PAVED AREAS ONLY.
0)
e4
H W
F—
W
a) tic
8a�
r
Z > z
E E 0 Of—
ct
0
E N OE W u_ _ X
to O. Q, 0
to trs
ofr}:
MINIMUM 6" INITIAL
BACKFILL COVER
MINIMUM 6"
EMBEDMENT
dill-l=i1'I i(—fi=iii
111=11 I I I II 1 I I I I I 1 I I I I I i i=11 I I I I1
WATER: SIZES UP TO AND INCLUDING 12"
III
TYPE "C" BACKFILL
SEE SPEC. Ei-2.4
G.C.D.
SAND MATERIAL EMBEDMENT
& INITIAL BACKFILL
SEE SPEC. E1-2.3 G.C.D.
III_IIII�
MINIMUM 12 INITIAL
BACKFILL COVER
MINIMUM 6"
EMBEDMENT
I1111111111111111111111111r11111 1111
TYPE "C" BACKFILL
SEE SPEC. E1-2.4
G.C.D.
FILTER FABRIC—
SUPAC—HEAVY GRADE 8NP
(UV) OR APPROVED EQUAL.
CRUSHED STONE
SEE SPEC. E1-2.3
G.C.D.
WATER: SIZES 16" AND LARGER
SANITARY SEWER: ALL SIZES
NOTE: SPECIFICATION
REFERENCES ARE FOR
WATER AND SANITARY
SEWER ONLY.
SAND GRADATION
• LESS THAN 10% PASSING
#200 SIEVE
• P.I. = 10 OR LESS
CRUSHED STONE GRADATION
SIEVE SIZE
y2..
34"
#4
#8
RETAINED
0-10
40-75
55-90
90-100
95-100
MATERIAL SPECIFICATIONS
THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON ' THIS
SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b)
AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND
SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.)
ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY.
PIPE SIZE
I.D.CLEARANCE
DITCH WALL
MINIMUM —A
6"
8.6"
8"
7.5"
10"
6.5"
12"
6"
16"
6"
20"
6"
24"
6"
30"
9"
36"
9"
42"
9"
48"
9"
CITY OF FORT WORTH, TEXAS
WATER AND SANITARY SEWER
EMBEDMENT AND BACKFILL DETAILS
DATE: NOV 2010
WTR-029
APPENDIX A
STANDARD DETAILS (SANITARY)
0
N O N)
N
ler
44*•-
_%
,:��44
,
I
2,
Or'
o
nf
I
\I
NOTES:
1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE
SIZE IS 39" OR LARGER.
2. 21x3' OPENING IN THE PIPE TO BE FABRICATED
AT PIPE PLANT AND NOT IN THE FIELD, EXCEPT
WHEN CONSTRUCTION IS ON EXISTING SYSTEM.
E1-14 MATERIAL
E2-14 CONSTRUCTION
/— 8-#4 BARS ,(TYP)
2" TYP.
4000 PSI
CONCRETE
ENCASEMENT
F2114:41plogjj
CITY OF FORT WORTH, TEXAS
STANDARD TYPE "A" ACCESS MANHOLE
PLAN VIEW
DATE: FEB. 2009
SAN-001
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID.
2 COATS OF
BITUMASTIC
COATING
JOINTS RECOATED
AFTER SECTIONS
PUT TOGETHER
A
GROUT
T.l
x
N ¢
ASTM C-76 CLASS III
RCP PRECAST MANHOLE
SECTIONS OR EQUAL.
(REF. E2-14)
USE 4000 PSI CONCRETE
E1-14 MATERIAL
E2-14 CONSTRUCTION
REFER TO
SAN-009
TRENCH WIDTH
CONC. CRADLE
TO EXTEND TO
PIPE BELL
0-RING GASKETS
O JOINTS (TYP.)
A
1O 4' DIA. FOR SEWER PIPE
UP TO 21" DIA.
5' DIA. FOR SEWER PIPE
24" TO 36" DIA.
B
VARIES WITH
PIPE DIA.
SECTION A -A
SECTION B-B
CITY OF FORT WORTH, TEXAS
STANDARD 4' DIAMETER MANHOLE
DATE: FEB. 2009
SAN-003
FINISH GRADE
15" BELOW FINISH RIM
ELEVATION FOR STREET
RECONSTRUCTION
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID.
< 48„
APPLY 2 COATS
OF BITUMASTIC
COATING.
E1-12 MATERIAL
E2-12 CONSTRUCTION
S
GROUT
30"
MIN. 6
is
FLAT SLAB TOP MIN. 6"
THICK, DESIGNED TO MEET
OR EXCEED H-20 LOADING
MONOLITHIC CONCRETE
(4,000 PSI) OR ASTM
C478 PRECAST MANHOLE
SECTIONS.
.71'.
SECTION A -A
PLAN
0-RING GASKET
14 JOINT (TYP.)
PRECAST
JOINT DETAIL
48" R.G.
ORT WORT
CITY OF FORT WORTH, TEXAS
DATE: FEB. 2009
SHALLOW MANHOLE
SAN-004
USE SDR-26 PIPE
TO FIRST JOINT
BEHIND LIMIT OF
EXCAVATION
CONCRETE
COLLAR
t
LIMITS OF
EXCAVATION
E1-14 MATERIAL
E2-14 CONSTRUCTION
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID.
SDR-26
TEE
BLE DIAMETER
2"-0-1r [-0-3"
I 30" CLEAR
OPENING
APPLY INTERIOR
CORROSION
PROTECTION AS
REQUIRED.
k
A
INSTALL NUTS AWAY
FROM M.H. WALL ON
M.J. FITTING
COR-TEN BOLTS
'-oi.
- IF REQUIRED, PROVIDE
STUB EXTENSION AT END
OF P.E. IN M.H. WALL
SLOPE 171' TYP,
7/
GROUTED INVERT
USE 4000 PSI
CONCRETE
APPLY 2 COATS
OF •BITUMASTIC
COATING ,
CONCRETE - SEE
STANDARD 4' DIA.
M.H. DETAIL
SAN-003 ,
VERTICAL TO
3/4 POINT OF PIPE
0 4' DIA. FOR SEWER PIPE
UP TO 21" DIA.
5' DIA. FOR SEWER PIPE
24" TO 36" DIA.
oinf_4(Fur
CITY OF FORT WORTH, TEXAS
STANDARD 4' DIAMETER
DROP ACCESS MANHOLE
DATE: FEB. 2009
SAN-005
NOTES: A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN
POSSIBLE, WITH INSTALLATION AS FOLLOWS:
1. PIPE FITTING.
2. POUR MANHOLE FLOOR TO SPRING LINE OF FITTING.
3. BREAK OUT TOP OF FITTING TO SPRING LINE.
4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL
UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED.
5. STEEL TROWEL FINISH INVERT OF MANHOLE.
B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE
INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR
FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS
FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION.
E1-14 MATERIAL
E2-14 CONSTRUCTION
SECTION A -A
WHEN PIPE S ZES DIFFER,
MATCH THE PIPE CROWNS.
ORT WORT
CITY OF FORT WORTH, TEXAS
DATE: FEB. 2009
JUNCTION MANHOLE BOTTOM
SAN-006
COLLAR CONFIGURATION
FOR PAVED AREA
MANHOLE FRAME AND
32" DIA. DUCTILE IRON
COVER. (REFER TO
STD. PRODUCT LIST)
A
4000 PSI
CONCRETE
8-#4 REBARS TYP.
2" x 8" x 30" I.D.
CONCRETE PRECAST
GRADE RINGS PER
ASTM C478.
lO REBAR SHALL BE PLACED 3"
MIN. FROM TOP AND BOTTOM
OF CONCRETE COLLAR.
E1-14, E1-20, E1-21 MATERIAL
E2-14, E2-20, E2-21 CONSTRUCTION
32" MIN.
30" CLEAR
OPENING
2 ROWS OF RAM-NEK SEAL
w/STAGGERED JOINTS OR
APPROVED EQUAL.
COLLAR CONFIGURATION
FOR UNPAVED AREA
SECTION A -A
WHERE MANHOLES ARE IN
THE STREET, INSTALL 2 OR
MORE GRADE RINGS, AS
NEEDED, BETWEEN CASTING
AND TOP OF PAVEMENT.
HINGED LIDS INSTALLED IN
STREETS SHALL OPEN
AGAINST THE FLOW OF
TRAFFIC.
3/" CHAMFER (TYP.)
GROUND
I -_i-(I I
-III-r-I�11 I
}
- CONCRETE COLLAR
HEIGHT VARIES
HINGED LIDS ARE REQUIRED
ON ALL ELEVATED MANHOLES,
JUNCTION BOXES AND WHERE
SPECIFIED ON PLANS. (REFER
TO STD. PRODUCTS LIST)
LOCKS TO BE INSTALLED ON
ALL MANHOLE LIDS BELOW
THE 100-YEAR FLOOD ELEV.
AND WHERE SPECIFIED ON
PLANS.
ORT WORT
CITY OF FORT WORTH, TEXAS
MANHOLE FRAME, COVER, GRADE
RINGS AND CONCRETE COLLAR
DATE: OCT. 2009
SAN-009
PLAN VIEW
4-#3 DOWELS SPACED EVENLY
SECTION A -A
SECTION B-B
NOTE:
DROP TROUGH WILL BE
POURED MONOLITHICALLY
WITH CAST IN PLACE BENCH,
OR DOWELED AND GROUTED
TO PRECAST BENCH.
Q WORireT
CITY OF FORT WORTH, TEXAS
HYDRAULIC SLIDE
DATE: FEB. 2009
SAN-010
CLEANOUT NOTES
Ww
W La
[\ la `0z\±
±/ §)§\//
!\ $
/do cc
000
00 0
PROPERTY LINE
\_
0<
{g )
0
cc
0
WZ
WW
Ww
Ww
WN
WO
HM
02
\\00
rei
Do
0
o
03
0-1
WS
WM
oam
SWEEP TEE
<0
/)
3aV0
0C W111 \00
2/\§:2\Q
wee
\ ZO
\{
LI▪ J
\a
0
0
SEWER MAIN
PRODUCT INFORMATION
Jo
\ (
\ ))
\vu
TD
oo
E!
1®VV
)4" SS BOLTS
cc
o
cc
cc
ax
z
m <
# m,
0
CLEAN_OUT__NOTES
w
0 > w 5 ON.
SW = m~ r0
WZ
0 y W~ O N U O O
FO 0x1---vi~w mWw ¢M
~ Z m N, W 3 d J Y
1i 1 1n tor- mN OQ
4.1(74 O'O wIV
mJV)Sm }w ON
OZ On
QO �N
O W¢ W Z Q F W F 2 O W
DwmuJ0 ¢„ Qm
QWcT
mQ OW O:mM WZ UJ
~NU W<3ZQVW Wi UW)2
�Q 3v)
WOO. Ow2mN O:o Ww W}
w Fm U 10 Om. I-J
J N W J J J W O W W J WM
W O O 0 2 0 0 J ccZ 0‹ OJ 2 O N-
�24) OmOom1-5 WO UQ5
e- N M Y
PROPERTY LINE
r)- W
0 N
Q
30 0
w
w ; a:
ow -0_ Z
0 Z 0
} W Z
JO 0
i � 0
N
PON
Z
w
U W O
N QUO:
w owF-
U
Z (---co
V)0 ZU_Ja
OJ wow
Qa 0a00
MO Z
wU -'OF
mJ 00W VPSD
Or QQ1n
OM mZOf
W
1-
W
K
0
0
0
Z
SEWER MAIN
Z
5
O
INFORMATION
U
0
O
SAN-011A
1-
0
Z
8W
-IWy
re
W <
W
°coa
>- re
�<0
0
U 2L
1�
a
rn
O Z 'It0I- I E
o
� a
oto
n
0)
N
ST IRON
N
0 2 U
3 °° 0
c
nley Roberts & Assoc.,
N
E
w
O
Z
CAST IRON
COMPACTED BENTONITE
CLAY OR 2:27 CONCRETE
EXISTING GROUND
4' OR TO BOTTOM OF
PAVEMENT BASE OR
TOP SOIL
MINIMUM TRENCH WIDTH
= PIPE DIA. + 1'
2
L TRENCH
I
WIDTH
TYPICAL SECTION
1
200' MIN. SPACING PER
3 CITY OF FORT WORTH
TREE ORDINANCE.
IIIIII 11 =1 "-
I1 UNDISTURBED SOIL
-
ORT WORT
CITY OF FORT WORTH, TEXAS
CLAY DAM
DATE: FEB. 2009
SAN-019
EXISTING SURFACE
0
O
O
E1-7 MATERIAL
E2-7 CONSTRUCTION
BACKFILL AS APPROPRIATE
0
1, I I,;,I I IIII-III= II-,II6
6" MIN. DIMENSION. 6" MAX. FOR PAY PURPOSES
WHEN BID PER CUBIC YARD.
6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL
BE 6" ON MAINS 24" AND SMALLER 9" ON MAINS 30"
AND LARGER WHEN BID PER CUBIC YARD.
4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOSES.
WHEN BID PER CUBIC YARD.
CLASS 'Es (1500 PSI) CONCRETE.
ORT WORT
CITY OF FORT WORTH, TEXAS
CONCRETE ENCASEMENT
DATE: FEB. 2009
SAN-020
APPENDIX B
GEOTECHNICAL ENGINEERING REPORT
E` N GIN K Ee S
GEOTECHNICAL ENGINEERING REPORT
MISCELLANEOUS PAVING IMPROVEMENTS
2008 CIP PROJECT- CONTRACT 7A
FORT WORTH, TEXAS
Prepared For:
ARS ENGINEERS, INC.
5910 NORTH CENTRAL EXPRESSWAY, SUITE 1000
DALLAS, TEXAS 75206
ATTN: MR. RAM C. GOPAL, P.E., CFM
JULY 2010
PROJECT NO. 10-1487
ENGINEERS
July 13, 2010
Mr. Ram C. Gopal, P.E., CFM
Senior Project Manager
ARS Engineers, Inc.
5910 N. Central Expressway, Suite 1000
Dallas, Texas 75206
Re: GEOTECHNICAL ENGINEERING REPORT
PAVING IMPROVEMENTS
2008 CIP PROJECT- CONTRACT 7A
BELLE PLACE, DOROTHY LANE, SUTTER STREET
FORT WORTH, TEXAS
STL PROJECT No. 10-1487
Dear Mr. Gopal:
Southwestem Testing Laboratories, L.L.C., dba STL Engineers (STL) is pleased to provide the results of
a geotechnical investigation conducted for the referenced project. This investigation was performed in
accordance with the scope outlined in our revised proposal No. 09-1631 dated May 24, 2010 and was
authorized by Mr. Ayub R. Sandhu, P.E., RPLS on June 3, 2009.
This report was prepared in accordance with the City of Fort Worth Pavement Design Standards Manual
(the manual), dated June 30, 2005, and the pavement design was performed using the AASHTO Guide
for the Design of Pavement Structures guidelines (current edition). Engineering analyses and
recommendations are contained in the narrative section of the report. Results of ourfield and laboratory
investigation are submitted in detail in the Appendix section of the report.
We appreciate the opportunity to be of service to you on this project. Please contact us if you have any
questions or need any additional services.
g�P ' kys lr> � 260
air *q
ti p: •. * 4,
ELIE A. GHANNOUM 5
, 51)%, �81400 :e 45
Elie ATberf nnoum, P.E. :p/ ..cG!S S RF'*@'ott M. Pettit, E.
Senior Geo echnical Engineer ryrt ' i/o" " . 1(` Vice President
Registered Engineering Firm # 8133
lEl
Copies Submitted: 3
Geotechnical Engineering • Environmental Consulting • Construction Materials Testing
1420 West Mockingbird, Suite 550 • Dallas, Texas 75247 • Tel: 214-630-3800 • Fax: 214-630-3898
www.sllengineors.com
MNJBE • DBE • HUD • HUBZone
ENGINEERS
TABLE OF CONTENTS
Page
INTRODUCTION 1
PURPOSES AND SCOPE OF STUDY 2
FIELD OPERATIONS AND LABORATORY TESTING 2
GENERAL SITE CONDITIONS 3
ANALYSIS AND RECOMMENDATIONS 4
RECOMMENDATIONS FOR THE PLACEMENT OF CONTROLLED EARTH FILL 10
CONSTRUCTION OBSERVATIONS 12
REPORT CLOSURE 12
APPENDIX A
Plate
BORING LOCATION PLAN A.1& A.2
BORING LOGS A.3-A.8
KEY TO CLASSIFICATIONS AND SYMBOLS A.9
UNIFIED SOIL CLASSIFICATION SYSTEM A.10
SWELL TEST RESULTS A.11
LIME SERIES A.12 through A.14
APPENDIX B
Pape
FIELD OPERATIONS B-1
ENCANEERS
LABORATORY TESTING B_3
APPENDIX C
PAVEMENT DESIGN
SOLUBLE SULFATES TEST RESULTS
ENGINEERS
GEOTECHNICAL ENGINEERING REPORT
MISCELLANEOUS PAVING IMPROVEMENTS
2008 CIP PROJECT- CONTRACT 7A
FORT WORTH, TEXAS
INTRODUCTION
Southwestern Testing Laboratories, L.L.C., dba STL Engineers (STL) understands the proposed project
will consist of repaving three streets, located within the City of Fort Worth, Texas. A total of
approximately 3,100 linear feet of pavement will be reconstructed. The general location and orientation
of the streets is presented on Plates A.1 and A.2 in Appendix A of the report. This study was performed
in support of the design of the following streets.
Contract
Street Name
Approximate
Linear Feet
Proposed No. of
Borings
7A
Sutter Street (from Crestline Rd to Lafayette Ave)
900
2
Dorothy Lane(from Lafayette Ave to Byers Ave)
1,000
2
Belle Place (from Collinwood Ave to Calmont Ave)
1,200
2
It is our assumption that rigid Portland cement concrete (PCC) pavement sections are being considered for
the project. STL will utilize the City of Fort Worth Pavement Design Standards Manual, 2005 to design the
pavement sections.
This report was prepared in accordance with the City of Fort Worth Pavement Design Standards Manual
(the manual), and the pavement design was performed using the AASHTO Guide for the Design of
Pavement Structures guidelines (current edition).
Protect No. 10-1487
Page 1
PURPOSES AND SCOPE OF STUDY
The principal purposes of this investigation were to evaluate the general subsurface conditions at the
various streets, and to develop geotechnical recommendations for the design and construction of new
pavements. To accomplish its intended purposes, the study was conducted in the following phases: (1)
locate, mark borings and clear utilities; (2) drill sample borings to evaluate the soil conditions at the boring
locations and to obtain soil samples; (3) conduct laboratory tests on selected samples recovered from the
borings to establish the pertinent engineering characteristics of the subgrade materials; and (4) perform
engineering analyses, using field and laboratory data, to develop pavement design criteria.
FIELD OPERATIONS AND LABORATORY TESTING
Subsurface conditions were evaluated by advancing a total of 6 sample borings, drilled to depths of
about 10 feet below existing grades. The distribution of borings at each street is presented in the table
below, and the approximate locations of the borings are presented in Appendix A of the report.
Boring Summary
Street Name
No. of Borings
Boring Labels
Plate Location
Sutler Street
2
B-1 and B-2
A.1
Dorothy Lane
2
B-3 and B-4
A.1
Belle Place
2
B-5 and 8-6
A.2
The borings were drilled on June 11, 2010. Sample depths, descriptions of soils/rock, and classifications
(based on the Unified Soil Classification System) are presented on the Boring Logs, Plates A.3 through
A.8. Keys to terms and symbols used on the logs are shown on Plates A.9 and A.10.
Laboratory tests were performed on selected samples recovered from the borings to verify visual
classification and determine the pertinent engineering properties of the soils encountered. Unconsolidated-
Undrained (UU) triaxial shear tests were performed on selected clay samples to determine the strength of
Project No. 10-1487
Page 2
the subgrade soils to be used in the estimation of the Califomia Bearing Ratio (CBR). Classification and
strength test results are presented on the Boring Logs.
Swell tests were performed on selected clay samples to evaluate the swell potential of the subgrade soils.
The samples were incrementally air dried prior to testing in order to bring their moisture contents to at or
below the Plastic Limit, in order to simulate swelling from a dry condition. Many of the soils sampled during
this study contained limestone fragments and/or sand which affected the test results. Swell test results are
presented on Plate A.11. Descriptions of the procedures used in the field and laboratory phases of this
study are presented in Appendix B of this report.
GENERAL SITE CONDITIONS
Surface Conditions
The various project sites consist of existing streets, which are currently paved with asphaltic concrete
(AC).
Geology
Generally, the streets are located in the Duck Creek Formation.
The Duck Creek Formation (Kdc); mostly consists of limestone and clay. The clays contain of pyrite and
calcareous nodules. The limestone consists of 0.2 to two (2) feet thick beds. The formation is about 30
to 100 feet thick, and becomes thinner southward.
Subsurface Soil Conditions
Descriptions of the various strata and their approximate depths and thicknesses are shown on the Boring
Logs. A brief summary of the stratigraphy encountered at the borings is given below.
In general, the borings encountered clay, silty clay, and sandy clay, followed by light brown weathered
limestone to the borings termination depth. All borings were drilled through existing AC pavement. In
most of the borings the AC pavement was followed by gravelly sand and gravelly clay flexbase course.
The borings were typically advanced to a depth of about 10 feet below existing grades.
Project No. 10.1407 Page 3
The Plasticity Index (PI) of the samples tested ranged from 11 to 44, indicating low to very high soil
plasticity. A high Plasticity Index is generally associated with a high potential for swelling with changes in
soil moisture content.
Due the high variability of the subsurface soils encountered; please refer to the attached Boring Logs for
a more detailed description of the subsurface soils at specific locations. The Boring Logs are attached in
Appendix A of this report.
ANALYSIS AND RECOMMENDATIONS
Pavement Design Recommendations
As indicated previously, STL understands that a PCC pavement is being considered for the new
improvements. As described earlier, our design was performed using the AASHTO Guide for the Design
of Pavement Structures in accordance with the City of Fort Worth Pavement Design Standard Manual
(the manual).
As a first step in the design process, the swell potential of the subgrade soils was evaluated. Swell ratios
were calculated, based upon the free swell test results, and the thicknesses of the potentially active clay
soil strata. The calculated swell ratios are tabulated on Plate A.11. Tests taken in two of the three street
alignments resulted in swell ratios of 1.0 or greater. In these locations, lime treatment of the subgrade
soils will be required in accordance with the requirements of the manual. At Belle Place, limestone was
present below the pavement section, and therefore lime stabilization is not required.
Based on the street classifications provided by ARS Engineers, Inc., all of the streets are classified as
residential -rural (low -volume) with annual Equivalent 18 kip Single Axle Load (ESALS) of 25,000 in one
direction. A 25 year design life was used as indicated in the manual. The results of our analyses and
assumptions are tabulated below.
Unconsolidated-undrained triaxiat tests were performed on selected clay samples recovered. Shear
Project No. 10.1487 Page 4
ENGINEERS
strength values from the tests were correlated with California Bearing Ratio (CBR) values, and residual
modulus values as presented in Plate B.1 of the manual. The CBR values were estimated to be
approximately 0.62 times the undrained shear strength (in pounds per square inch (psi)) of the soils
tested.
Based on that relationship, and using the averaged soil strength for each group of borings, the CBR
value estimated for the various streets ranged from 10 to 16 for the natural subgrade. None of the three
(3) street alignments had estimated CBR values of three (3) or less.
For the streets which will require subgrade stabilization, the composite CBR values were estimated using
a laboratory determined CBR value of 20 for the lime treated subgrade (adjusted CBR of 14), and a
thickness of 6 inches for the treated layer. The calculated composite CBR values ranged from 17 to 23
for the 6 inch thick lime stabilized subgrade. CBR values with corresponding Resilient Modulus values
for each street are presented in the table below:
Street
Name
Stabilized
Subgrade
Natural Subgrade
6" Thick Lime
Stabilized Subgrade
over Natural Soil
Required?
Estimated
CBR
Estimated
Resilient
Modulus
(psi)
Estimated
Composite
CBR
Estimated
Resilient
Modulus
(psi)
Sutter
Street
Yes
16
13063
23
16655
Dorothy
Lane
Yes
10
9497
17
13540
Belle
Place
No
10
9497
17
13540
Project No. 10-1487 Page 5
A rigid PCC design for each street was performed using 1993 AASHTO design equations and the
DARWin Pavement Design and Analysis System. The results are presented in Appendix C of this report.
For the PCC pavement designs, the following design inputs were used:
Pavement Type — Jointed Reinforced Concrete Pavement
18-kip ESALs over Initial Performance Period (25 years) — 625, 000 (low -volume)
Initial Serviceability — 4.5
Terminal Serviceability — 2.0
28-day Mean PCC Modulus of Rupture — 650 psi
28-day mean elastic modulus of Slab — 4,400,000 psi
Reliability Level — 80%
Loss of Support - 2.0
Overall Standard Deviation — 0.35
Load Transfer Coefficient, J — 3.0
Overall Drainage Coefficient, Cd — 0.7 (see note below)
Mean Effective k-value — estimated by the program based upon the input Resilient Modulus
Note: For PCC pavements constructed directly on clay subgrade or stabilized clay subgrade, the
quality of drainage was assumed to be "very poor", resulting in the overall drainage coefficient of
0.7 shown above.
Our recommended pavement sections are presented in the following table:
Street
Subgrade
Preparation
Thickness of
Pavement (in)
Sutter Street
6" Lime Stabilized
6% lime (301b./s.y.)
7.5
Dorothy Lane
6" Lime Stabilized
8% lime (38 Ib. /s.y.)
7.5
Belle Place
No Lime Stabilization
7,5
ote: Percentage of lime needs to be verified in the field.
Jointed Reinforced Concrete Construction Recommendations
The pavements should be adequately reinforced, with expansion, contraction, dummy saw and
construction joints as required in Section 4 of the City of Fort Worth Manual. The spacing of the joints
will depend primarily on the type of steel reinforcement used. STL recommends No, 3 steel rebar
Project No. 10-1487 Page 6
spaced at 18 inches center to center in both longitudinal and transverse direction. It is our experience
that dummy saw joints of 12 to 15-foot spacing, saw cut to a depth of at least one -quarter of the
pavement thickness, in both the longitudinal and transverse directions, have generally exhibited less
uncontrolled post -construction cracking than pavements with wider spacing. Frequent use of expansion
and contraction joints will improve pavement performance.
For PCC pavement, concrete with a minimum 28 day compressive strength of 3,500 pounds per square
inch or more should be used. The coarse aggregate in the concrete should consist of crushed limestone
rather than rounded gravel.
We recommend lime stabilization of the subgrade on the indicated streets using a minimum of six (6) to
eight (8) percent lime, as shown above, (by dry soil weight) to a depth of six (6) inches (about 30 to 38
pounds per square yard), respectively. Lime stabilization should be performed in accordance with Item
STS 024 of the City of Fort Worth Pavement Specifications.
Pavement Subgrade Preparation
All existing pavements, base, topsoil, vegetation, and any other unsuitable materials should be removed.
The pavement subgrade should be proofrolled with a fully loaded tandem axle dump truck (or similar
pneumatic -tire equipment). In areas to be cut, the proofroll should be performed after the final grade is
established. In areas to be filled, the proofroll should be performed prior to placement of engineered fill.
Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with
engineered fill, or moisture conditioned (dried or wetted, as needed) and compacted in place.
Depending on the final grade of pavement, limestone could be encountered near pavement subgrade
elevation at some locations. Where bedrock is present at cut subgrade, lime stabilization is not required in
the rock subgrade. However, the limestone should be undercut to a minimum depth of six (6) inches and
replaced with crushed limestone flexible base, which conforms to Type A or Type D, Grade 1, Item No. 247,
of State Department of Highways and Public Transportation (SDHPT), 2004 Standard Specifications for
Construction of Highways Streets, and bridges or lime stabilized borrowed soils. The base should be
compacted to 98 percent of the maximum dry density determined using SDHPT Test Method Tex-113-E.
Project No. 10-1487 Page 7
The lime stabilized soils should be compacted per our recommendations provided in the following section of
the report. In addition allowance should be made at the interface between the rock and the subgrade soils
to control differential settlement and pavement cracking between the two different materials.
Grading and compaction of pavement subgrade should follow the procedures outlined in the section
entitled "Recommendations for the Placement of Controlled Earth Fill". The final grades must be such
that drainage is facilitated, and access of surface water to the subgrade materials is prevented.
Soluble Sulfates in Pavement Subgrade
From our experience, relatively high concentrations of soluble sulfates can be encountered randomly
throughout the Dallas -Fort Worth Metroplex. Soluble sulfates can react with lime or cement, water, and
clay minerals to create a new mineral called ettringite. Ettringite expands in volume upon formation,
which can create heaving in the chemically -treated portion of the pavement subgrade. This sulfate -
induced heave of the chemically -treated subgrade can manifest itself as slightly elevated and elongated
mounds (commonly called "gopher trails") or blocks of clay subgrade thrust up and over adjacent
subgrade. If present, soluble sulfates can occur in relatively small and randomly spaced locations.
Analytical testing was performed to aid in risk assessment of sulfate -induced heave. Analytical test
results showing soluble sulfate concentrations greater than about 2,000 to 3,000 ppm are indicative of
elevated risk of heave occurring. The majority of the sulfate tests performed from samples recovered
from this site resulted in levels of soluble sulfates less than 100 ppm. It should be noted that levels of
soluble sulfates less than 100 ppm does not necessarily indicate heaving will not occur. This is because
sulfate -laden zones in the subgrade may be missed in the sampling process. However, in the residual
soils of the previously listed geological formation, sulfate induced heaving is typically not a concern. A
copy of the analytical test results is attached in Appendix C of this report.
Project No. 10-1487 Page 8
General
As previously discussed, limestone was encountered near the existing pavement grade at some boring
locations, and we expect limestone to be encountered at pavement level grade at some locations during
site grading, utility installation and other general excavations. The limestone can be hard to difficult to
excavate and the contractor selected should have experience with excavation in hard limestone. All
excavations should be shored, sloped and shielded in accordance with OSHA requirements.
Groundwater seepage can occur at the ground surface where limestone is at or near the surface.
Subsurface drains should be provided in areas where seasonal seepage may be objectionable. The
drains should consist of a six (6) inch diameter slotted drain pipe embedded in a free -draining gravel
medium. The gravel should be surrounded by a geo-textile filter fabric to prevent the intrusion of fines,
and the drains should be sloped down to drain to storm sewers or nearby drainage features. Subsurface
drainage system should comply with specifications outlined in Section STS-021 of the manual.
Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because
some swelling and shrinkage of these soils will result. Standard construction practices of providing good
surface water drainage should be used. A positive slope of the ground away from the pavement edges
should be provided. Also, ditches or swales should be provided to carry the run-off water both during
and after construction.
Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this
site, causing the clays to dry and shrink. This could cause settlement beneath grade -supported paving.
Newly planted trees and large bushes should be located a distance equal to at least one-half their
anticipated mature height away from the pavement edges.
Project No. 10-1487 Page 9
RECOMMENDATIONS FOR THE PLACEMENT OF
CONTROLLED EARTH FILL
Fill and Backfill Materials
General site fill in the construction area should consist of on -site material approved by the Soils
Engineer. Imported fill should comply with specifications requirements descried in Appendix C of the
Fort Worth Pavement Design Standard Manual, and should be approved by the Soils Engineer.
The fill material should be placed in level, uniform layers, which, when compacted, should have moisture
content and density conforming to the stipulations called for herein. Each layer should be thoroughly
mixed during spreading to provide uniformity of the layer. The fill thickness should not exceed 8-inch
loose lifts.
Prior to and in conjunction with the compacting operation, each layer should be brought to the proper
moisture content as determined by ASTM D 698. The clay soils should be moisture conditioned to a
moisture content that is between two (2) percentage points below optimum and four (4) percentage
points above optimum. After each layer has been properly placed, mixed and spread, it should be
thoroughly compacted to between 95 and 100 percent of Standard Proctor Density as determined by
ASTM D 698.
Density Tests
Field Density tests should be made by the Soils Engineer or his representative. Density tests should be
taken in each layer of the compacted material below the disturbed surface. If the materials fail to meet
the density specified, the course should be reworked as necessary to obtain the specified compaction.
Utility Backfill
Backfill for utility lines should be properly compacted to reduce the risk of pavement cracking. Bedding
around utility lines should conform to the manual and the City of Fort Worth specifications. The upper 24
inches of backfill consist of lime stabilized soils to reduce the risk of surface water percolating down into
Project No. 10-1487 Page 10
the granular bedding layer. Water collecting in sand backfill can cause differential movement near utility
lines. Water jetting of utility backfill is not recommended.
Project No. 10.1487 Page 11
ENGINEERS
CONSTRUCTION OBSERVATIONS
in any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions. In the analysis, the geotechnical engineer must assume
the subsurface conditions are similar to the conditions encountered in the borings. However, during
construction quite often anomalies in the subsurface conditions are revealed. Therefore, it is
recommended that a qualified firm be retained to observe earthwork and pavement construction and
perform materials evaluation and testing 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.
REPORT CLOSURE
The analyses, conclusions and recommendations contained in this report are based on site conditions as
they existed at the time of the field investigation and further on the assumption that the exploratory
borings are representative of the subsurface conditions throughout the sites; 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.
Project No. 10-1487 Page 12
This report has been prepared for the exclusive use of ARS Engineers, Inc. and their designated agents for
specific application to design of this project, 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 warranty, expressed or implied, is made or intended.
Project No. 10.1487 Page 13
11
Li At ji_j
ENG INTERS
APPENDIX A
1
1
i,
+J
J \P
_ _._1 _DEXTER AVE
I
i
_. J L_
_i
p r
Id1
W1
CO
BRYCE AVE. JN�
la r
I
JAL ._
BYERS AVE. to
! I
_ - L_ _ -..- _ _J L. _
LINDEN AVE.
r
L FCFND-
BORING LOCATIONS
VP\
9j:
�9S<
.--.T
rBURNETT_TANDY DR.
WASHBURN AVE
-
1 F
q
3 HARLEY
1 -lnr 5r' . Jam^-=
�� 9� IC 7 l(
-�
1 nhv JTE '1 '1 1`L.
c.JIw J_
uLJL i 1a L.]�
nnr ii , Coy
LJL_ THE ] 0 _ ,^ it /
1 u �
o JI IL J J[ J-_-
�t�c'C ._1LJi- L �-J'L,I w L�NCAS Rim 1
.! IuL,i
IP
1
LAFAYE TE AVE. J i
1-._____
VICINITY MAP
SCALE:NTS
L
AVE.
I
DEXTER AVE.
r 1�1
ci
IwI
LBRYCE AVE. J0L
z.
!oI
1
-1
1
J
L.- J % -
!
400 200
r--
_D
0 200 400
SCALE: 1" = 400'
STL
ENGINEERS
PLATE A.1
BORING LOCATION PLAN
2008 CIP PROJECT
CONTRACT 7A
BUTTER STREET AND DOROTHY LANE
FORT WORTH, TEXAS
PROJECT NO: 10-1487
FILE NAME: 101487.dwg
DRAWN BY: HR
DATE: 06-30-10
REVISED BY:
DATE:
REVISED BY:
DATE:
APPROVED BY: EG
DATE:
! 1 , , ' I 1 • i
:---- - - -T L ,__, - LAFAYETTE AVE.
,00-1911' -1- 11ric
, . '-- ..- \ c !
),----1 -, !,,•
1--r-rnr-ir_p:iir-,r-.,-,. Er._,--1; -- _ i-
IZ I 1 ‘ j!„_,..L!_f.--j!, !! .1 fi ! ,L jr-IL .L1L/27;" 7 -1.,....-Thl,---
H. i i_ILILL-Cdiji 'D
i L •LidA;JE -D 27
ii.,,, ._ 1 L-{ 7 __-6)<TER Ayrji. gill -Ili g ll il .111 wo
,- • . !! - C11
1 !CC
i > I
!
I 1
I :
•
•
•
i
BRYCE AVE ,
ETC - •] itgl"
_ BRY*G-E -AVE. __t FCLI, i_ air
1
r ,_,
r
! ! 1 1_
.1
-F
CL I 1 1 1 I
1
I I I
_
LIRI-D-FH- AVE. L JL
t 1
I to Ld
i 1 r
I I-1 ; _1 -1r
, 'Lc I ;
I--
I 1 ! i 103 1 I
I I 03-51 1R 1
1 1
I I I Z!
VT I i
I 1 I L
(2 COLLINW009 AVE. • _T-
EL CAmPO AVE. ID i , - -II_ C
!DI
F-1 . ! - --1 1-- •
L .-I L. . _ ii-Li
(/),
1 I _
j I-. - . EL -CA-MP-0 AVE. _ _ Tv),
L j 0 1-
-I 1 - --Hm r- I - - •
PERSHING AVE. I I t , -UT
I< I t-,31
- • - -1 p — ! 1 j , 1 3:-
, 1 L. _ ,
PERSHING AVE. 10! 11
•cr
I i r- -1 f- - - - • -1 ,-- -- • - -•_Lcc-2L
a
, • — --II-•
_i IRCIR-M-AN-AC/E7 i I i 1 I
I J
(i)
a r _
_ 14-611
1 ! 1 ; 1 i I
- --
, 1 1 I
,
_I
CALMONT AVE. ' •
L.
_ _ L. - - L _
_T C__
VICINITY MAP
I MEND-
BIRCHMAN AVE.
SCALE:NTS
WEST FREEWAY
_ Zait-avir 3D
_ _ _ _ _ _ __ _
_ _ _
wEST-FREEWAY- _ _ _ _ _
400 200 0 200 4 0-- 0
4 BORING LOCATIONS
SCALE: 1* = 400'
ENGINEERS
PLATE A.2
BORING LOCATION PLAN
2008 CIP PROJECT
CONTRACT 7A
BELLE N_AcE
FORT WORTH, TEXAS
PROJECT NO: 10.1487
FILE NAME: 101487.cvg
DRAWN BY: HR
DATE: 06-30.10
REVISED BY:
DATE:
REVISED BY:
DATE:
APPROVED BY: EG
DATE:
Project No.
10-1487
Boring No.
B-1
Project 2008 C1P Project, Contract 7A - Fort Worth, Texas
3
ENGINEERS
I
�_..d!
Driller
Ground Elevation
Location
Sutter Street
Completion
Depth 10.0'
Completion
Date 6-11-10
Water Observations
Groundwater was not encountered during drilling or upon completion
of drilling.
Type
o
n
Stratum Description
m
o
a
E
ro
S.'
w
0
O
0
ra
4»--
73=
0"
to et
Passing No 200
Sieve, %
Liquid
Limit, %
il o
m E
aCI
Z'
iov
a5
Moisture
Content,
`o
r'u
a
Hand Pen.
Reading, tsf
Unconsolidated-
Undrained
Triaxial Test, psf
ASPHALT, 2 inches /--
B
D
19
6
/\
FLEXBASE, 6 inches r
CLAY, silty, very stiff to hard, brown to light brown,
with limestone fragments and seams (CL) �—
81
46
21
25
17
112
4.5+
7526
LIMESTONE, weathered, light brown
-with numerous silty clay scams and layers below 9 feet
00/2.75'
32
19
13
I 1
P
®
100/3.5
II
5
- -
r
®
100/4'
44
20
24
16
BOTTOM OF BORING
10
LOG OF BORING NO. B-1 Plate A.3
K 101487.GP.i RONE.6DT 6130n0
Project No.
10-1487
Boring No,
B-2
Project 2008 CIP Project, Contract 7A - Fort Worth, Texas f
ENGINEERS
I
�.J
Driller
Ground Elevation
Location
Sutter Street
Completion
Depth 10.0'
Completion
Date 6-11-10
Water Observations
Groundwater was not encountered during drilling or upon completion
of drilling.
Type
$
Stratum Description
.c
n
NLL_Nn
a
m
(1)
"
w
a
RQD To
t- a
NF
3
o o
mm
Passing No 200
Sieve, %
Liquid
Limit, %
a
�' E
a7
=
m IS
aE
Moisture
Content, %
Dry Unit
Weight, pcf
Hand Pen.
Reading, tsf
Unconsolidated-
Undrained
Triaxial Test, psf
ASPHALT, 2 inches r
3
26
7
FLEXBASE, 6 inches r
P
L
LIMESTONE, weathered, light brown, with numerous
silty clay scams
r
®
00/2.75
12
100/2.5'
u
®
100/2"
s
BOTTOM OF BORING
10
LOG OF BORING NO. B-2
Plate
A.4
Project No.
10-1487
Boring No.
B-3
Project 2008 CIP Project, Contract 7A - Fort Worth, Texas 3 1
ENGINEERS
I_,I
Driller
Ground Elevation
Location
Dorothy Lane
Completion
Depth 10.0'
Completion
Date 6-11-10
Water Observations
Groundwater was not encountered during drilling or upon completion
of drilling.
Type
npS�
0
Stratum Description
r
m
0
v
coO
CO
REC %
o
a
Blows/Ft. - SPT
Blows/In. - TCP
Passing No 200
Sieve, %
a E
JJ
a
a E
a7
m y
aE
Moisture
Content, %
Dry Unit
Weight, pcf
Hand Pen.
Reading, tsf
Unconsolidated-
Undrained
Triaxial Test, psf
ASPHALT, 2 inches �-
j'�
D
22
6
FLEXBASE, 6 inches
CLAY, very stiff, bmwn to light brown, with limestone
fragments and seams (CH) r
65
67
23
44
20
103
3.0
4724
LIMESTONE, weathered, light brown, with numerous
sandy clay seams and partings
00/2.75
13
r
rl
00/2.25'
30
16
14
12
5
r
100/2.5'
31
15
16
12
BOTTOM OF BORING
10
LOG OF BORING NO. B-3 Plate A.5
RONEGOT 7/12/10
Project No.
10-1487
Boring No.
B-4
Project 2008 CIP Project, Contract 7A - Fort Worth, Texas
/.
ENGINEERS
1
Driller
Ground Elevation
Location
Dorothy Lane
Completion
Depth 10.0'
Completion
Date 6-11-10
Water Observations
Groundwater was not encountered during drilling or upon completion
of drilling.
Type
.2a
Stratum Description
Depth, ft.
io
REC %
RQD %
Blows/Ft. - SPT
Blows/In. - TCP
Passing No 200
Sieve, %
Liquid
Limit, %
Plastic
Limit, %
�'
�l
mo
Moisture
Content,
Dry Unit
Weight, pcf
Hand Pen.
Reading, tsf
Unconsolidated
Undrained
Triaxial Test, p
pU¢
ASPHALT,
2 inches r
B
32
-
8
6 inches
4
\ FLEXBASE,
CLAY, sandy, brown, dry, with limestone fragments and
seams (SC)
35
31
14
17
7
4.5
LIMESTONE, weathered, light brown, with numerous
clayey sand seams and partings
100/2.5'
10
_Li
100/2"
9
I
17
5
_ _
F
®
00/2.25
10
BOTTOM OF BORING
10
LOG OF BORING NO. B-4 Plate A.6
Project No.
10-1487
Boring No.
B-5
Project 2008 CIP Project, Contract 7A - Fort Worth, Texas P.J' ,
ENGINEERS
Driller
Ground Elevation
Location
Belle Place
Completion
Depth 10.0'
Completion
Date 6-11-10
Water Observations
Groundwater was not encountered during drilling or upon completion
of drilling.
Type
Ct.• Symbol
Stratum Description
Depth, ft.
0
(o
..
u
K
e
d
et
Blows/Ft. - SPT
Blows/In.. TCP
Passing No 200
Sieve, %
Liquid
Limit, %
oo
KE
IL -I
m$
aE
Moisture
Content, %
`u
=J
m
t'd
O�.
Hand Pen.
Reading, tsf
Uneonsolidated-
Undrained
Trlaxial Test, psf
ASPHALT,
2 inches f
3
6 inches /-
l
1.711
FLEXBASE,
LIMESTONE, weathered, light brown, with numerous
clayey sand scams and partings
100/2.5
8
5
00/2.75
26
15
11
8
r
®
100/2°
7
BOTTOM OFBORING
10
LOG OF BORING NO. B-5 Plate A.7
0
Z
rere
Project No.
10-1487
Boring No.
B-6
Project 2008 CIP Project, Contract 7A - Fort Worth, Texas 13 1
ENGINEERS
I.1
Driller
Ground Elevation
Location
Belle Place
Completion
Dept, 10 0'
Completion
Date 6-11-10
Water Observations
Groundwater was not encountered during drilling or upon completion
of drilling.
Type
[Symbol
Stratum Description
t
oa)
o
N
a
CaO
o
REC %
a
IX
I -a
a.0
(01-
{�3n y
00
mm
Passing No 200
Sieve, %
Liquid
Limit, %
Plastic
Limit, %
b0
0.5
Moisture
Content,
Dry Unit
Weight, pcf
Hand Pen.
Reading, tsf
Unconsolidated-
Undrained
Triaxial Test, psf
ASPHALT,
nchs
b inches
\ FLEXBASE,
./T
LIMESTONE, weathered, light brown, with numerous
clayey sand seams and partings
00/2.25
31
16
15
II
ri
s
10W2
12
jili
"f'
ri
100/2'
36
6
BOTTOM OF BORING
10
LOG OF BORING NO. B-6 Plate A.8
SOIL OR ROCK TYPES
.> . m
m
/
LEAN CLAY
r
I
LIMESTONE
I
L.GRAVEL
•
• • • •
SAND
• •
• • •SANDY
•
—
SHALE
SILT
SILTY
—
•
SANDSTONE
j/�
/
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 0.0to0.5
Firm 0.5 to 1.0
Stiff 1.0 to 2.0
Very Stiff 2.0 to 4.0
Hard 4.0+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blowsifoot)
0to4 Very Loose 0to20%
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.9
Major Divisions
Grp.
Sym.
Typical Names
Laboratory Classification Criteria
.N
>
m
0
N
d
z
N Y
N
0) e
c
N 0
.la
I
O 10
0 E
a)
0
.c
co
m
E
.y
0
N
d
c
m
• :v
'Q N
to N
E
c w
e y
v 0
IL E
O
co
N
2
m
E.
N
c
• d
V N
E CD
co N m
m o w
v
(7 o
O z
W
.t wc
03
N
0
GW
Well -graded gravels, gravel -
sand mixtures, little or no
fines
GP
GM
Poorly graded gravels, gravel
sand mixtures, little or no
fines
Silty gravels, gravel -sand -silt
mixtures
GC
Clayey gravels, gravel -sand -
clay mixtures
U)
TO
w
0
A • N
0 'y
co a) a)
rn 3�
oZ
c as
.c
m
0
N
Cc C
w C
• 0
U x
v
SW
Well -graded sands, gravelly
sands, little or no fines
SP
Poorly graded sands;
gravelly sands, little or no
fines
0
c
E
• m
• a) m
u) mc
a=
c E.
CO as
SM
Silty sands, sand -silt mixtures
SC
ML
Clayey sands, sand -clay
mixtures
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
CL
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty clays
and lean clays
OL
Organic silts and organic silty
clays of low plasticity
MH
Inorganic silts, micaceous or
diatomaceous fine sandy or
silty soils, elastic silts
CH
Inorganic clays of high
plasticity, fat clays
OH
Organic clays of medium to
high plasticity, organic silts
Pt
Peat and other highly organic
soils
fin
4
m
0-
z
7
4
0
0
0 20
Cu D0-°- greater than 4: ---- between 1 and 3
D)a D,ox D60
Not meeting all gradation requirements for GW
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Liquid and Plastic limits
above 'A" line with P.I.
greater than 7
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
Deo tDaof
C: --- greater than 6: Cc= ----- between 1 and 3
D+o Diu x Doo
Not meeting all gradation requirements for SW
Liquid and Plastic limits
below "A" line or P.I, less
than 4
Liquid and Plastic limits
above "A" line with P.I,
greater than 7
d0
Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
OH a
d MH
30 40 50 60 70 80 90 100
Liquid Limit
Plasticity Chart
UNIFIED SOIL CLASSIFICATION SYSTEM
PLATE A.10
SWELL TEST RESULTS
GEOTECHNICAL ENGINEERING REPORT
2008 CIP PROJECT, CONTRAC 7A
FORT WORTH, TEXAS
STL PROJECT No. 10-1487
Boring
Sample
Depth
(ft)
Liquid
Limit
Plastic
Limit
Plasticity
Index
Initial
MC (%)
Final
MC (%)
Load
(psf)
Swell
(%)
Swell
Ratio
6-1
8-2
1-2
46
21
25
16.8
23.1
187.5
1.8
1.0
6-3
8-3
3-4
67
23
44
20.1
25.0
437.5
2.0
1.2
Note: samples hard to wit t in mold due to presence of limestone fragments.
Plate A.11
PAVEMENT SUBGRADE SUMMARY
2008 CIP PROJECT
CONTRACT 7A
Fort Worth, Texas
STL Job No. 10-1487
Boring Number: B-1 Sutter Street
Sample Depth in Boring: 1-2'
LIME STABILIZATION FACTORS
Liquid Limit (Tex 104-E)
Plastic Limit (Tex-105-E)
Plasticity Index (Tex 106-E)
pH (ASTM C977, Appendix)
13
12
= 11
a 10
9
a
30
w 25
c 20
15
6 10
5
a. 0
-5
Percent Hydrated Lime (bv dry weight
0
3
6
9
46
0
0
0
21
0
0
0
25
0
0
0
8.92
12.4
12.4
12.4
0
3— 0
% Hydrated Lime (by dry weight)
9
4
ii
Modification Optimum by pH = approx. 4%
Stabilization Optimum by pH = approx. 5%
% Hydrated Lime Required for PI of 15 or less = approx. 4-6%
Plate A.12
PAVEMENT SUBGRADE SUMMARY
2008 CIP PROJECT
CONTRACT 7A
Fort Worth, Texas
STL Job No. 10-1487
Boring Number: B-3 Dorothy Lane
Sample Depth in Boring: 1-2'
LIME STABILIZATION FACTORS
Liquid Limit (Tex 104-E)
Plastic Limit (Tex-105-E)
Plasticity Index (Tex 106-E)
pH (ASTM C977, Appendix)
13
12
x 11
n 10
Plasticity Index
9
R
Percent Hydrated Lime (by dry weight
0
3
6
9
67
0
0
0
23
0
0
0
43
0
0
0
8.6
12.4
12.4
12.4
50
40
30
20 -
10
0
•10
°/ Hydrated Lime (by dry weight)
Modification Optimum by pH = approx. 5%
Stabilization Optimum by pH = approx. 8%
% Hydrated Lime Required for PI of 15 or Tess = approx. 6-9%
Plate A.13
PAVEMENT SUBGRADE SUMMARY
2008 CIP PROJECT
CONTRACT 7A
Fort Worth, Texas
STL Job No. 10-1487
Boring Number: B-6 Belle Place
Sample Depth in Boring: 0-1'
LIME STABILIZATION FACTORS
Liquid Limit (Tex 104-E)
Plastic Limit (Tex-105-E)
Plasticity Index (Tex 106-E)
pH (ASTM C977, Appendix)
3
9
N
20
9 15
10
5
Ye)
0
5
Percent Hydrated Lime (bv dry weight
0
3
6
9
21
0
0
0
13
0
0
0
17
0
0
0
9.13
12.4
12.4
12.4
0
3
0
Hydrated Lime (by dry weight)
Modification Optimum by pH = approx. 3%
Stabilization Optimum by pH = approx. 5%
% Hydrated Lime Required for PI of 15 or less = approx. 4-6%
Plate A,14
APPENDIX B
FIELD OPERATIONS
Subsurface conditions were defined by six (6) sample borings drilled within existing paved areas to
be reconstructed. The borings were advanced between sample intervals using continuous flight
auger drilling procedures. The results of each boring are shown graphically on the Boring Logs,
Plates A.3 through A.B. Sample depths, descriptions, and soil classifications based on the Unified
Soil Classification System are shown on the Boring Logs. Keys to the symbols and terms used on
the Boring Logs are presented on Plates A.3 and A.B. Groundwater observations during and after
completion of the borings are shown on the Boring Logs. Upon completion of the borings, the
boreholes were backfilled as recommended in the manual from the top and the pavement was patched
at the surface.
Relatively undisturbed samples of cohesive soils were obtained with Shelby tube samplers in general
accordance with ASTM D-1587 at the locations shown on the Boring Logs. 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 undisturbed soils 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 maintain "in situ" moisture content.
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 undisturbed sample at a
constant rate to a depth of 0.25-inch. The results of these tests are tabulated at respective sample
depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as
4.5+.
The limestone encountered was evaluated using the Texas Cone Penetration test (TCP) 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, In relatively soft materials, the TCP is driven one (1) foot and the number of
blows required for each 6-inch penetration is tabulated at respected test depths, as blows per six (6)
inches on the log. In hard materials (rock and rock -like), the TCP is driven with the resulting
B-1
ENGINEERS
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 Logs.
B-2
ENGI FERS
LABORATORY TESTING
General
Laboratory tests were performed to define pertinent engineering characteristics of the soils
encountered. The laboratory tests included moisture content, percent passing a #200 sieve;
Atterberg limits determination, unconsolidated-undrained (UU) triaxial compression tests, lime
series, soluble sulfate content, and visual classification.
Classification Tests
Classifications of soils were verified by natural moisture content; Atterberg limits determinations, and
percent passing a #200 sieve. These tests were performed in general accordance with the
American Society for Testing and Materials (ASTM) Procedures. The Atterberg limits, percent
passing #200 sieve, and natural moisture content determinations are presented at the respective
sample depths on the Boring Logs.
Unconsolidated-Undrained (UU) Triaxial Tests - Soil
UU tests were performed on selected samples of cohesive soils, In the UU test, a cylindrical specimen
is subjected to axial load and confining fluid pressure at a constant rate of strain until failure occurs.
The applied confining pressure was equivalent to approximately the existing overburden pressure on
the samples. Test procedures were in general accordance with ASTM D 2850. Strengths determined
by this test are tabulated at their respective sample depths on the Boring Logs, Results of natural
moisture content and dry unit weight determinations are also tabulated at the respective sample depths
on the Boring Logs.
Free Swell Tests
Selected samples of the near -surface cohesive soils were subjected to free swell tests. In the free
swell test, a sample is placed in a consolidometer and subjected to the estimated overburden
pressure. The sample is then inundated with water and allowed to swell. Moisture contents are
determined both before and after completion of the test. Test results are recorded as the percent
swell, with initial and final moisture content. The results are shown on Plate A.11.
B-3
ENGINEERS
pH/Lime Series Tests
A pH/lime series on selected samples of the near -surface cohesive soils were performed. Test
results of the lime series on selected samples are shown on Plate A.12 through A.14.
8-4
ENGINEERS
APPENDIX C
PAVEMENT DESIGN
SOLUBLE SULFATES TEST RESULTS
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
STL Engineers
1420 W. Mockingbird Lan; Suite 550
Dallas, Texas 75247
USA
Rigid Structural Design Module
Paving Improvements Sutter Street, Fort Worth, Texas
Rigid Structural Design
Pavement Type JRCP
18-kip ESALs Over Initial Performance Period 625,000
Initial Serviceability 4.5
Terminal Serviceability 2
28-day Mean PCC Modulus of Rupture 650 psi
28-day Mean Elastic Modulus of Slab 4,000,000 psi
Mean Effective k-value 55 psi/in
Reliability Level 80 %
Overall Standard Deviation 0.35
Load Transfer Coefficient, J 3
Overall Drainage Coefficient, Cd 0.7
Calculated Design Thickness 7.33 in
Page I
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
STL Engineers
1420 W. Mockingbird Lane, Suite 550
Dallas, Texas 75247
USA
Rigid Structural Design Module
Paving Improvements Belle Place, Fort Worth, Texas
Rigid Structural Design
Pavement Type JRCP
18-kip ESALs Over Initial Perfomtance Period 625,000
Initial Serviceability 4.5
Terminal Serviceability 2
28-day Mean PCC Modulus of Rupture 650 psi
28-day Mean Elastic Modulus of Slab 4,000,000 psi
Mean Effective k-value 45 psi/in
Reliability Level 80 %
Overall Standard Deviation 0.35
Load Transfer Coefficient, J 3
Overall Drainage Coefficient, Cd 0.7
Calculated Design Thickness 7.39 in
Page 1
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
STL Engineers
1420 W. Mockingbird Lane, Suite 550
Dallas, Texas 75247
USA
Rigid Structural Design Module
Paving Improvements Dorothy Lane, Fort Worth, Texas
Rigid Structural Design
Pavement Type !RCP
I8-kip ESALs Over Initial Performance Period 625,000
Initial Serviceability 4.5
Terminal Serviceability 2
28-day Mean PCC Modulus of Rupture 650 psi
28-day Mean Elastic Modulus of Slab 4,000,000 psi
Mean Effective k-value 45 psi/in
Reliability Level 80 %
Overall Standard Deviation 0.35
Load Transfer Coefficient, J 3
Overall Drainage Coefficient, Cd 0.7
Calculated Design Thickness 7.39 in
Page 1
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
Employee Owned Integrity toting Continual Improvement
Coxir
THE COMPLETE SERVICE LAB 0
Elie Ghannoum
STL Engineers
8908 Ambassador Row
Dallas, TX 75247
Repon Name
491323 r03_03 ProjectResuits
491323_r10 05_PROJQCC
Phone'903/984-0551 PAS 903/9/34-5914 e-Mail carpi ana-lab.com LELAP-accredited 00200$
491323 r99 09 CoC STf.3 1 of I
TESTING H0637-01
Analytical Results
Report Table of Contents
Account
STL3
Printed 07/05/2010 I'age 1 of I
Project
491323
This report consists of this Table of Contents and the following pages:
Description Pages
Ana -Lab Project P:491323 C:STL3 Project Results
Ana -Lab Project P:491323 C:STL3 Project Quality Control Groups
Ana -Lab Coe STL3 491323 1 of I
Corporate Shipping: 2600 Dudley Rd. Kilgore, TX 75662
H ACCCq
NELAP-accredited *T10470420]
Total Pages:
3
1
2
6
MEMBER
ACIL
2009 Seal of Excellence
I-DSChvnI v 1.0.2.136
Fenn rptTOC Created 10/06/2004 vl.1
,
tartIR E-
THE COMPLETE SERVICE LAB et
ltcjiiflg
Elie Ghannoum
S'1'L Engineers
8908 Ambassador Row
Dallas, TX 75247
Parameter
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
Phone 903/984-0551 FAX 903/984.5914 a \tail eurprOIsna-Iab.cnm
Employee Owned bneenl\ Carina C ommunl impre.. emem
Results
Results
Raul, Units
Primed:
07/05/2010 Page I o1'.3
Account Projecl
STL3-N
RI_
491323
Hags CAS Bottle
209726 114 5-2 1-2 Received: 06/30/2010
Solid
Co//erred/r Client Atli/suave! STI. Engineen
Tex-145-E
Sul/ate by Turbidity
Prepared: 378842 07/02/2010 1109
dnulszee/ hill 07022010 1104 (R'grmrp PMd12
<100 mg/kg 100 01
209727 143 8-2 1-2 Received: 06/30/2010
Solid
1'0//0rsed Ar: Client 4(110000: STI. Engineers
Prepared 378842 07/0212010 1104
Tex-145-E Aunts zed. Allis 07 02 2010 /104 Q('group 371'42
Sulfate by Turbidity <100 mg/kg 100 01
209728 - B5 2-3 Received: 06/30/2010
Solid
Co/lcan/ Al: Client 4(filmnmr ST1 Engin
Tex-145-E
Sulfate by Turbldlty
Prepared: 378842 07/022010 1104
Anu6erd. Af1.0 07 021010 /RH QCgroup 378842
<100 mglkg 100 01
Sample Preparation
209726 134 5-2 1-2 Received: 06/30/2010
Prepared: 00130/2010
Anuhcedr KA7- 06 30 2010
Bottle Temperature on Receipt 21 degrees
01
209727 83 8-2 1-2 Received: 06/30/2010
Corporate Shipping: 2600 Dudter Rd. Kilgore, TX 75661
TESTING #0637-0I
Prepared: 06/302010
Nnrlh Pews Region: 11105 Shad, 'Ir1 Sie 102 Dallas TX 752294433
°' MEMBER
ACIL
NELAP-accredited 81'104704201 2009 Seal of Excellence
LDS('Hent 0.0.2./36
3v lns.ana-lab.com
Firm rprPFflJHl:3('reared 1013 20041.1.2
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
itz
COSP.°=
Asittigrarf
THE COMPLETE SERVICE LAB air
72Cjiui'i;tl o'.
Elie Gliannoun
STI. Engineers
8908 Ambassador Row
Dallas. TX 75247
Phone 9031984-0551 FAX 903/984-5914 c-Mail corpiiiana-lab.com
Emplgee Owned hnepmy Gamin Comiueal hnpm, emrnm
Results.
Sample Preparation
Account
STL3-N
Primed:
07/05/2010 Page 2 of 3
I j
Project
491323
209727 B3 S-2 1-2
Received: 06/30/2010
Bottle Temperature on Receipt
Anah.ed KA3' 06 30 2010
21 degrees
01
209728 - B5 2-3
Received: 06/30/2010
Prepared:
Bottle Temperature on Receipt 19
06/302010
AuoMed: KAT 06 30 2010
degrees
01
Qualifiers:
\Ve report results on an 'As Received' or wet basis unless marked 'Dry Weight'. Unless otherwise noted, testing was performed at Ana -lab's
corporate laboratory. that holds the following Federal and State certificates: Texas Department of Health Lead Firm Certificate 2110076,
EPA National Lead Laboratory Accreditation Program #637.01, US Department of Agriculture Soil Import Permit S-37592, Texas
Commisson on Environmental Quality Drinking Water Laboratory Certificate TX219, Texas Commission on Environmental Quality
NELAP T104704201, Oklahoma Department of Environmental Quality Drinking Water Certification Lab 1D# D9913, EPA Lab Number
1'X00063, USEPA Approved Perchlorate Testing Lab, Oklahoma Department of Environmental Quality Laboratory Certilicute 8125,
Arkansas Department of Environmental Quality Certification 403-070-0, Louisiana Department of Environmental Quality Laboralor
Certification (NELAP, LELAP) #02008. L,uisiann Department of Health and Hospitals Drinking Water (NELAP) # LA030020, 1.15
Depanment of Energy Approved. State of Kansas Department of I lealth and Environment Waste Water and Solid/Hazardous Waste Cert.
E-10365, Alabama Department of Environmental Management Drinking Water 441540. Ana -Lab is also accredited to the international
180.17025 standard by the American Association for Laboratory Accreditation (A2LA Certificate # 0637-01). The Accredited column
designates accreditation by A -- A2LA. N -- NELAC, or z -- not covered under A2LA or NELAC scope of accreditation.
These analytical results relate to the sample tested. This report may NOT he reproduced EXCEPT in FULL without written approval of
Ana -Lab Corp. Unless otherwise specified. these test results meet the requirements of NELAC.
RL is the Reporting Limit (sample specific quantitation limit) and is al or above the Method Detection Limit (MDL). CAS is Chemical
Abstract Service mmnber.
Corporate Shipping: 2600 Dudley Rd. Kilgore, TX 75662
TESTING #0637-01
Nerd) 'I (legion: 11105 Shady'rri Ste. 102 Dallas IN 75229-7633
NELAP-accredited #T104704201
MEMBER
f L
2009 Seal of Excellence
LOS'Clianl r1.0.2.136
www.ano-1n(Leo rn
For, rptPRO.IR s (rented 1013 2004 v1.2
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
a.
I u lrYPII-�
CORP.`
THE COMPLETE SERVICE LAB 0
Elie Glmnnoum
S11. Engineers
8908 Ambassador Row
Dallas. TX 75247
Phone 903/984-0551 FAX 903/984-5914 e-Mail enrp a::ma-lab.com
Bnplo tit ()ward hacurin Caring Continual Imprn,em.ni
Results
o we e '7 Sv
C. H. Whiteside, Ph.D., President
Corporate Shipping: 1600 Dudlel Rd. Kilgore, TX 75661
IACCRER:I
TESTING 80637.01
Printed:
07/05/2010 Page 3 of3
Account Project
STL3-N 491323
starslue
J/1z
,55121'i fr :'iy (EaiiRit'�.' —
North'l'eaas Region: 11105 Shod, Trl Sit. 102 Dallas TX 751194433
NILLAP-aceredited 11T104704201
MEMBER
ACIL
2009 Seal of Excellence
LD.S( Tien( 1,1.0.1J36
w w,v.ana-la b.eom
Pone rpr/'NDiRE.S Created /013-2004 v1.2
e•
II E`
COE° a'
THE COMPLETE SERVICE LASS
Elie Ghannoun7
STI. Engineers
8908 Ambassador Row
Dallas, TX 75247
Parameter
Sulfate by Turbidity
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
['bone 9113/984-0551 VAX 903/984-5914 a -Mail corp:ana-lab,com LELAP-accredited #02008
Employee Owed Integrity Caring Continual Lnprorr anent
Quality Control
Blank
PtepSet Reading MDL A7Ql. Hain
378842 ND 100 100 mgkg
Duplicate
Parameter Sample ripe Result UnAnnwn
' Sulfnm 1p Turbidity 209726 Duplicate ND ND
Standard
Printed 07/05/2010 Page 1 of 1
Project
Out
Unit
ntplkg
nit
0412114075
ata
RFD Om Unit%
20
Parameter .Sample Reading Kuown Units Recover% Lln,ll, Out File
Sulfate by Tarbidily 378842 372 6 900 ntgl'g 93.1 90.0 • 110 001211407E
Ems.._ a. ,..: 9a..e .e_ _._,._. _`.:_:. ..-....:.,._ i:...._.. ...,. .17_ ...-- _ ... _ __ ,. _ _.. -__-
RED is Relative Percent Difference: abs(rl-r2) / ineon(rl,r2) • 100% �,. Recover% is Recovery Percent: result / known' 100%^ -
Corporate Shipping: 2600 Dudley Rd. Kilgore, TX 76662
TESTING 40637.01
LD.SCOcnt r1.0 2136
North Teas Region: 11105 Shad/ 7 N Si.. 102 Dallui 7:C 75229-7633
MEMBEM
AC. IL
NELAP-accredited #TI04704201 2009 Seal of Excellence
www.ana-la b.eom Fnmr rinPitalcX'Cr t Created 01.27 2005 vi 0
_z»_ Group __
13.
tiro-
r.
imp
ro
1.2
ut
0 co
cm Rce
OR
o
110
trloj
tla
0q
_
.
\
-
DWastewator QDrin king Water DSW84c
Samples contain ❑ HF fl CN QS= fl nthnriLt
int t Slgna ure
-� Affiliation
KathyTarver Ana -Lab ( t1�K //,%r4/e"
1
/
w
�
w//
1
1
1
@
0
;
N
o
°
0
u.
,
>
Printed Name Affiliation
0
®
Relinquished by:
!%
®
Ir
)}
1
/
.
;
!�
111-
§
be
,\
%\
1
��
. •
/2
/
<
0�
`»
t_
`,,
hzG
(
\o
¥
=es
-
2
))A
\
sampler Signature
.
`
FU
I:Ci
3OO
to g
CO
)
u.
Z.' E$
0 to }\
j�^fig
`_1 /!
«z°
mot
ENGINEERS
October 12, 2010
Mr. Ayub R. Sandhu, P.E., RPLS
President
ARS Engineers, Inc.
5910 N. Central Expressway, Suite 1000
Dallas, Texas 75206
Re: LETTER REPORT
PAVING IMPROVEMENTS
2008 CIP PROJECT- CONTRACT 7A
WASHBURN AT SUTTER STREET
FORT WORTH, TEXAS
STL PROJECT No. 10-1498
Dear Mr. Sandhu:
Southwestern Testing Laboratories, L.L.C., dba STL Engineers (STL) is pleased to provide the
results of a geotechnical study performed for the referenced project. This investigation was
performed in accordance with the scope outlined in our revised proposal No. 10-1748 dated August
10, 2010 and was authorized by you on August 11, 2010.
We understand the project consists of a Cul-De-Sac within the City of Fort Worth, Texas. It is our
assumption that rigid (Portland cement concrete) pavement sections are being considered for the
project.
This letter report was prepared in accordance with the City of Fort Worth Pavement Design
Standards Manual (the manual), dated June 30, 2005, and the pavement design was performed
using the AASHTO Guide for the Design of Pavement Structures guidelines (current edition).
Engineering analyses and recommendations are contained in the narrative section of the report.
Results are submitted and attached to this letter report, Our recommendations are presented below.
Field Operations and Laboratory Testing
Subsurface conditions were evaluated by advancing one sample boring, drilled to a depth of about
10 feet below existing grade. The approximate location of the boring is presented on Plate A.1 at
the end of this letter report.
The boring was drilled on September 10, 2010. Sample depths, descriptions of soils/rock, and
classifications (based on the Unified Soil Classification System) are presented on the Log of Boring,
Plate A.2. Keys to terms and symbols used on the logs are shown on Plates A.3 and A.4.
Geotechnicai Engineering • Environmental Consulting • Construction Materials Testing
1420 West Mockingbird, Suite 550 • Dallas, Texas 75247 • Tel: 214-630-3800 • Fax: 214-630-3898
www.stlengineers.com
M/WBE • DBE • HUB • HUBZone
Washburn at Sutter Street
October 12, 2010
Page 2 of 6
Laboratory tests were performed on selected samples recovered from the boring to verify visual
classification and determine the pertinent engineering properties of the soils encountered. An
Unconsolidated-Undrained (UU) triaxial shear test was performed on a selected clay sample to
determine the strength of the subgrade soils to be used in the estimation of the California Bearing Ratio
(CBR). Classification and strength test results are presented on the Log of Boring.
A swell test was performed on a selected clay sample to evaluate the swell potential of the subgrade
soils. The sample was incrementally air dried prior to testing in order to bring the moisture content to at
or below the Plastic Limit, in order to simulate swelling from a dry condition. The soil sample tested
during this study contained limestone fragments which may have affected the test results. The swell
test results are presented on Plate A.S.
Pavement Design Recommendations
As indicated previously, STL understands that a PCC pavement is being considered for the new
improvements. As described earlier, our design was performed using the AASHTO Guide for the
Design of Pavement Structures in accordance with the City of Fort Worth Pavement Design
Standard Manual (the manual).
As a first step in the design process, the swell potential of the subgrade soils was evaluated. A swell
ratio was calculated, based upon the free swell test results, and the thicknesses of the potentially
active clay soil strata. The calculated swell ratio is tabulated on Plate A.S. The laboratory test
performed resulted in swell ratio of less than 1.0. In addition, shallow soils followed by limestone
were present below the pavement section, and therefore lime stabilization is not required.
Based on the street classification provided by ARS Engineers, Inc., the street is classified as
residential -rural (low -volume) with annual Equivalent 18 kip Single Axle Load (ESALS) of 25,000 in
one direction. A 25 year design life was used as indicated in the manual. The results of our
analyses and assumptions are tabulated below.
Unconsolidated-undrained triaxial test was performed on a selected clay sample recovered. A shear
strength value from the test was correlated with California Bearing Ratio (CBR), and a residual
modulus value as presented in Plate B.1 of the manual. The CBR value was estimated to be
approximately 0.62 times the undrained shear strength (in pounds per square inch (psi)) of the soils
tested.
Based on that relationship, and using the averaged soil strength for the boring, the CBR value
estimated for the street was measured at 6 for the natural subgrade. The CBR value with
corresponding Resilient Modulus value for the street are presented in the table below:
Washburn at Sutter Street
October 12, 2010
Page 3 of 6
Street
Name
Stabilized
Subgrade
Natural Subgrade
Required?
Estimated
CBR
Estimated
Resilient
Modulus
(psi)
Washburn
at Sutter
No
6
6329
A rigid PCC design for the street was performed using 1993 AASHTO design equations and the
DARWin Pavement Design and Analysis System. The results are attached to this report.
For the PCC pavement design, the following design inputs were used:
Pavement Type — Jointed Reinforced Concrete Pavement
18-kip ESALs over Initial Performance Period (25 years) — 625, 000 (low -volume)
Initial Serviceability — 4.5
Terminal Serviceability — 2.0
28-day Mean PCC Modulus of Rupture — 650 psi
28-day mean elastic modulus of Slab — 4,400,000 psi
Reliability Level — 80%
Loss of Support - 2.0
Overall Standard Deviation — 0.35
Load Transfer Coefficient, J — 3.0
Overall Drainage Coefficient, Cd — 0.7 (see note below)
Mean Effective k-value — estimated by the program based upon the input Resilient Modulus
Note: For PCC pavements constructed directly on clay subgrade or stabilized clay subgrade,
the quality of drainage was assumed to be "very poor", resulting in the overall drainage
coefficient of 0.7 shown above.
Our recommended pavement section is presented in the following table:
Street
Subgrade
Preparation
Thickness of
Pavement (in)
Washburn at
Sutter
No Lime Stabilization
7.5
Washburn at Sutter Street
October 12, 2010
Page 4 of 6
Jointed Reinforced Concrete Construction Recommendations
The pavement should be adequately reinforced, with expansion, contraction, dummy saw and
construction joints as required in Section 4 of the City of Fort Worth Manual. The spacing of the
joints will depend primarily on the type of steel reinforcement used. STL recommends No. 3 steel
rebar spaced at 18 inches center to center in both longitudinal and transverse direction. It is our
experience that dummy saw joints of 12 to 15-foot spacing, saw cut to a depth of at least one -
quarter of the pavement thickness, in both the longitudinal and transverse directions, have generally
exhibited less uncontrolled post -construction cracking than pavements with wider spacing. Frequent
use of expansion and contraction joints will improve pavement performance.
For PCC pavement, concrete with a minimum 28 day compressive strength of 3,500 pounds per square
inch or more should be used. The coarse aggregate in the concrete should consist of crushed
limestone rather than rounded gravel.
Pavement Subgrade Preparation
All existing pavements, base, topsoil, vegetation, and any other unsuitable materials should be
removed. The pavement subgrade should be proofrolled with a fully loaded tandem axle dump truck (or
similar pneumatic -tire equipment). In areas to be cut, the proofroll should be performed after the final
grade is established. In areas to be filled, the proofroll should be performed prior to placement of
engineered fill. Areas of loose or soft subgrade encountered in the proofroll should be removed and
replaced with engineered fill, or moisture conditioned (dried or wetted, as needed) and compacted in
place.
Depending on the final grade of pavement, limestone could be encountered near pavement subgrade
elevation at some locations. Where bedrock is present at cut subgrade, lime stabilization is not
required in the rock subgrade. However, the limestone should be undercut to a minimum depth of six
(6) inches and replaced with crushed limestone flexible base, which conforms to Type A or Type D,
Grade 1, Item No. 247, of State Department of Highways and Public Transportation (SDHPT), 2004
Standard Specifications for Construction of Highways, Streets, and bridges or lime stabilized borrowed
soils. The base should be compacted to 98 percent of the maximum dry density determined using
SDHPT Test Method Tex-113-E. In addition allowance should be made at the interface between the
rock and the subgrade soils to control differential settlement and pavement cracking between the two
different materials.
Soluble Sulfates in Pavement Subgrade
From our experience, relatively high concentrations of soluble sulfates can be encountered randomly
throughout the Dallas -Fort Worth Metroplex. Soluble sulfates can react with lime or cement, water,
and clay minerals to create a new mineral called ettringite. Ettringite expands in volume upon
formation, which can create heaving in the chemically -treated portion of the pavement subgrade.
This sulfate -induced heave of the chemically -treated subgrade can manifest itself as slightly
elevated and elongated mounds (commonly called "gopher trails") or blocks of clay subgrade thrust
up and over adjacent subgrade. If present, soluble sulfates can occur in relatively small and
randomly spaced locations.
Washburn at Sutter Street
October 12, 2010
Page 5 of 6
Analytical testing was performed to aid in risk assessment of sulfate -induced heave. Analytical test
results showing soluble sulfate concentrations greater than about 2,000 to 3,000 ppm are indicative
of elevated risk of heave occurring. The sulfate test performed from a sample recovered from this
site resulted in levels of soluble sulfates less than 100 ppm. It should be noted that levels of soluble
sulfates less than 100 ppm does not necessarily indicate heaving will not occur. This is because
sulfate -laden zones in the subgrade may be missed in the sampling process. A copy of the
analytical test results is attached in this report.
General
As previously discussed, we expect limestone to be encountered at pavement level grade at some
locations during site grading, utility installation and other general excavations. The limestone can be
hard to difficult to excavate and the contractor selected should have experience with excavation in
hard limestone. All excavations should be shored, sloped and shielded in accordance with OSHA
requirements.
Groundwater seepage can occur at the ground surface where limestone is at or near the surface.
Subsurface drains should be provided in areas where seasonal seepage may be objectionable. The
drains should consist of a six (6) inch diameter slotted drain pipe embedded in a free -draining gravel
medium. The gravel should be surrounded by a geo-textile filter fabric to prevent the intrusion of
fines, and the drains should be sloped down to drain to storm sewers or nearby drainage features.
Subsurface drainage system should comply with specifications outlined in Section STS-021 of the
manual.
Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because
some swelling and shrinkage of these soils will result. Standard construction practices of providing
good surface water drainage should be used. A positive slope of the ground away from the
pavement edges should be provided. Also, ditches or swales should be provided to carry the run-off
water both during and after construction.
Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at
this site, causing the clays to dry and shrink. This could cause settlement beneath grade -supported
paving. Newly planted trees and large bushes should be located a distance equal to at least one-
half their anticipated mature height away from the pavement edges.
Fill and Backfill Materials
General site fill in the construction area should consist of on -site material approved by the Soils
Engineer. Imported fill should comply with specifications requirements descried in Appendix C of the
Fort Worth Pavement Design Standard Manual, and should be approved by the Soils Engineer.
The fill material should be placed in level, uniform layers, which, when compacted, should have
moisture content and density conforming to the stipulations called for herein. Each layer should be
thoroughly mixed during spreading to provide uniformity of the layer. The fill thickness should not
exceed 8-inch loose lifts.
Prior to and in conjunction with the compacting operation, each layer should be brought to the
proper moisture content as determined by ASTM D 698. The clay soils should be moisture
Washburn at Sutter Street
October 12, 2010
Page 6of6
conditioned to a moisture content that is between two (2) percentage points below optimum and four
(4) percentage points above optimum. After each layer has been properly placed, mixed and
spread, it should be thoroughly compacted to between 95 and 100 percent of Standard Proctor
Density as determined by ASTM D 698.
Density Tests
Field Density tests should be made by the Soils Engineer or his representative. Density tests should
be taken in each layer of the compacted material below the disturbed surface. If the materials fail to
meet the density specified, the course should be reworked as necessary to obtain the specified
compaction.
Utility Backfill
Backfill for utility lines should be properly compacted to reduce the risk of pavement cracking.
Bedding around utility lines should conform to the manual and the City of Fort Worth specifications.
The upper 24 inches of backfill should consist of on -site clay soils to reduce the risk of surface water
percolating down into the granular bedding layer. Water collecting in sand backfill can cause
differential movement near utility lines. Water jetting of utility backfill is not recommended.
* * *
The following illustrations are attached to complete this letter report:
Plate A.1 Boring Location Diagram
Plate A.2 Log of Boring
Plate A.3 Unified Soil Classification Systems
Plate A.4 Key to Classification and Symbols
Plate A.5 Swell Test Results
Attachment Pavement Design & Soluble Sulfate Test Results
Thank you for theopportunity to provide services to you for this project. Please don't hesitate to call
if you have any questions or require further information.
....Sincerely, tt,. ... 'ere? io iz/�jo
.* '?,
a EUE A. GHANNOUM.:lei:.
r, Al
^f.� "••, 81400 rf� V
Elie bert Ghannoum, P.E. qqb ONALe
tittititan
Senior Engineer
Copies Submitted: 3
Registered Engineering Firm # 8133
Scott M. Pettit, P.E.
Vice President
B
STL Engineers
1420 W. Mockingbird Lane
Suite 500
Dallas, Texas 75247
ENGINEERS Telephone 214-630-3800
Facsimile 214-630-9819
Project: Washburn at Sutter
Project #: 10-1498
Location: Fort Forth, Texas
Date: 10.12.2010
Plate A.1
Project No.
10-1498
Boring No.
B-1
Project 2008 OP Project, Contract 7A - Fort Worth, Texas
( .�d
ENGINEERS
Driller
Ground Elevation
Location
Washburn at Sutter
Completion
Depth 10.0'
Completion
Date 9-10-10
Water Observations
Groundwater was not encountered during drilling or upon completion
of drilling.
Type
co
Stratum Description
Depth, ft.
a
to
o
W
RQD %
Blows/Ft. - SPT
Biowsfln. - TCP
Passing No 200
Sieve, %
Liquid
Limit, %
Plastic
Limit, %
P%
a c
Moisture
Content,
Dry Unit
Weight, pcf
Hand Pen.
Reading, tsf
Unconsolidated-
Undrained
Triaxlal Test, psf
ASPHALT, 2 inches l—
ilif
I. EXBASE, 4 inches `
63
40
17
23
18
106
2.75
2611
CLAY, silty, very stiff, brown to Tight brown, with
limestone fragments and seams (CL)
LIMESTONE, weathered, light brown, with numerous
silty clay seams and layers
-with sandy clay seams below 9'
5
ii
-10
P
3
00/0.75
90
42
13
29
12
N
It1)/0.5'
43
23
14
9
5
BOTTOM OF BORING
10
LOG OF BORING NO. B-1 Plate A.2
SOIL OR ROCK TYPES
m ®
10c�
GRAVEL
/
LEAN CLAY
I
LIMESTONE
I
L
0®
®®• *SAND
®moo
m ®o
o
SANDY
—
- —
--
SHALE
SILT
SILTY
, _
SANDSTONE
PIGHLY
PASTIC CLAY
jL
CLAYEY
Shelby
Tube
Auger
Split
Spoon
Rock
Core
Cone
Pen
No
Recovery
CONGLOMERATE
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 0.5
Firm 0.5 to 1.0
Stiff 1.0 to 2.0
Very Stiff 2.0 to 4.0
Hard 4.0+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blows/foot)
0to4 Very Loose 0to20%
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
Major Divisions
Sym.
Typical Names
Laboratory Classification Criteria
Coarse -grained soils
(more than half of the material is larger than No. 200 sieve size)
Gravels
(More than half of coarse fraction is larger
than No. 4 sieve size)
Clean gravels
(Little or no fines)
GW
Well -graded gravels, gravel -Do
sand mixtures, little or no
fines
Determine percentages of sand and gravel from grain size curve.
Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse -grained soils are
classified as follows:
Less than 5 percent GW, GP, SW, SP
More than 12 percent GM, GC, SM, SC
5 to 12 percent Borderline cases requiring dual symbols
C = ---- greater than 4: Cc
Dm
,
(D'0)
1 and 3
between
D10x Dr,
GP
Poorly graded gravels, gravel
sand mixtures, little or no
fines
Not meeting all gradation requirements for GW
Gravels with fines
(Appreciable amount
of fines)
GM
Silty gravels, gravel -sand -silt
mixtures
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
GC
Clayey gravels, gravel -sand-
clay mixtures
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Sands
(More than half of coarse fraction is smaller
than No. 4 sieve size)
m
-o c
CO o
(o c
10i m
a
U V
SW
Well -graded sands, gravelly
sands, little or no fines
D� Ica
C„= -- greater than 6: C� ----- between 1 and 3
D,° D„ x D,°
SP
Poory graded sands;
gravelly sands, little or no
fines
Not meeting all gradation requirements for SW
Sands with fines
(Appreciable amount of
fines)
SM
Silty sands, sand -silt mixtures
Liquid and Plastic limits
below "A" line or P.I. less
than 4
Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
SC
Clayey sands, sand -clay
mixtures
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Fine-grained soils
(More than half of material is smaller than No. 200 sieve)
Silts and clays
(Liquid limit less than 50)
Mt.sands,
Inorganic silts and very fine
rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
fin,,,■....,,
4
a3,,,...,...
a
vi
a"
,,,■..
.......
30 40
jr,
d OL
Pr
...■.
60
Limit
Chart
CH
off a
70
P411
d fdH
60
100
CL
Inorganic cla Y oft to
medium plasticity, gravelly
clays, sandyclays, siltyclays
and lean clays
OL
Organic silts and organic silty
clays of low plasticity
Silts and clays
(Liquid limit greater than 50)
MH
Inorganic silts, micaceous or
diatomaceous fine sandy or
soils, elastic silts
IIsilty
90
CH
Inorganic clays of high
plasticity, fat clays
„
CL
47
00
--r4
OH
Organic clays of medium to
high plasticity, organic silts
10 20
50
Liquid
Plasticity
orn
U
m o
Ow
Pt
Peat and other highly organic
soils
UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.4
SWELL TEST RESULTS
LETTER REPORT
WASHBURN STREET AT SUTTER
FORT WORTH, TEXAS
STL PROJECT No. 10-1498
Boring
Sample
Depth
(ft)
Liquid
Limit
Plastic
Limit
Plasticity
Index
Initial
MC (%)
Final
MC (%)
Load
(psf)
Swell
(%)
Swell
Ratio
B-1
S-1
0-2
40
17
23
18.1
21.5
187.5
0.6
0.4
Plate A.5
ATTACHMENT
PAVEMENT DESIGN
SOLUBLE SULFATES TEST RESULTS
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
STL Engineers
1420 W. Mockingbird Lane, Suite 550
Dallas, Texas 75247
USA
Rigid Structural Design Module
Paving improvements Washburn at Sutter, Fort Worth, Texas
Rigid Structural Design
Pavement Type JRCP
18-kip ESALs Over Initial Performance Period 625,000
Initial Serviceability 4.5
Terminal Serviceability 2
28-day Mean PCC Modulus of Rupture 650 psi
28-day Mean Elastic Modulus of Slab 4,000,000 psi
Mean Effective k-value 32 psi/in
Reliability Level 80 %
Overall Standard Deviation 0.35
Load Transfer Coefficient, J 3
Overall Drainage Coefficient, Cd 0.7
Calculated Design Thickness 7.50 in
Page 1
cage®
THE COMPLETE SERVICE LAB
Elie Ghannoum
STL Engineers
8908 Ambassador Row
Dallas, TX 75247
Parameter
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
Phone 903/984-0551 FAX 903/984-5914 e-Mail corpmna-lah.com
Euplorec Owned Integrity Caring Cominual Improvement
esults
Results
Results Units
Printed:
09/22/2010 Page 1 of 2
Account
STL,3-N
230609 10-1498 B-1 8-1 0-2
Solid
YellowishBrown Silt Clay w/WLS
Collected by: Client Aflialioir STL Engineers
Project
500797
RL Flags CAS Bottle
Received: 09/14/2010
Prepared:
Tex-145-E
Sulfate by Turbidity
230609 10-1498 13-1 S-1 0-2
391512 09/14/2010 1200
Analyzed: RED 09/14/2010 1200 QCgroup 391512
<100 mg/kg 100
Sample Preparation
YellowishBrown Silt Clay w/WLS
01
Received: 09/14/2010
Prepared:
09/14/2010
Analyed: CCP 09/14/2010
Bottle Temperature on Receipt 25 degrees
n... SSW-- .AT .'? .cs;_..., U `%r .5scr .vx*.;�^m..,
01
(orporale Shipping: 2600 Dudley Rd. Kilgore."' \ 75662 Korth Texas Region: 11105 Shady Trl Ste. 102 Dallas TX 75229-7633
CONO
AC DITED �6v d3lte.
TESTING 40637-01 NELAP--accredited MT104704201
'Whew vl.0.2241 www.ana-lab.curn
MEMBER
2009 Seal of Excellence
Form rptPROJRES Created 10/13/2004 v1.2
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
0 a -
Sy
ljl
F� ®
Cogg
THE COMPLETE SERVICE LAB
Elie Ghannoum
STL Engineers
8908 Ambassador Row
Dallas, TX 75247
Qualifiers:
Phone 903/984-0551 FAX 903/984-5914 e-Mail corpat ana-lab.com
Employee Owned Intcerily Caring Conlinunl improvement
esults
Printed:
09/22/2010 Page 2 of 2
Account
STL3-N
Project
500797
We report results on an 'As Received' or wet basis unless marked 'Dry Weight'. Unless otherwise noted, testing was performed at Ana -lab's
:orporate laboratory that holds the following Federal and State certificates: Texas Department of Health Lead Firm Certificate 2110076,
:PA National Lead Laboratory Accreditation Program #637.01, US Department of Agriculture Soil Import Permit S-37592, Texas
Commisson on Environmental Quality Drinking Water Laboratory Certificate TX219, Texas Commission on Environmental Quality
NELAP T104704201, Oklahoma Department of Environmental Quality Drinking Water Certification Lab ID# D9913, EPA Lab Number
fX00063, USEPA Approved Perchlorate Testing Lab, Oklahoma Department of Environmental Quality Laboratory Certificate 8125,
Arkansas Department of Environmental Quality Certification #03-070-0, Louisiana Department of Environmental Quality Laboratory
Certification (NELAP, LELAP)1102008, Louisiana Department of Health and Hospitals Drinking Water (NELAP) # LA030020, US
)epartment of Energy Approved, State of Kansas Department of Health and Environment Waste Water and Solid/Hazardous Waste Cert.
3-10365, Alabama Department of Environmental Management Drinking Water #41540. Ana -Lab is also accredited to the international
IS0-17025 standard by the American Association for Laboratory Accreditation (A2LA Certificate 11 0637-01). The Accredited column
designates accreditation by A -- A2LA, N -- NELAC, or z -- not covered under A2LA or NELAC scope of accreditation.
These analytical results relate to the sample tested. This report may NOT be reproduced EXCEPT in FULL without written approval of
Ana -Lab Corp. Unless otherwise specified, these test results meet the requirements of NELAC.
II U. is the Reporting Limit (sample specific quantitation limit) and is at or above the Method Detection Limit (MDL). CAS is Chemical
thstract Service number.
C. H. Whiteside, Ph.D., President
['orporatr Shipping: 2600 Dudley ttd. Kilgore. TX 75662 \orth'recas Region: 11105 Shady Trl Ste. 102 Dallas TX 75229-7633
oie
accnetaree
"SSTING #0637-01
7SClient v1.0.2.242
a
ec
NELAP-accredited #T104704201
MEMBER
risCIL
www.ana-Iab.com
2009 Seal of Excellence
Form rptPROJRES Created 10/13/2004 v1.2
THE COMPLETE SERVICE LAB
Elie Ghannoum
STL Engineers
8908 Ambassador Row
Dallas, TX 75247
Ana -Lab Corp. P.O. Box 9000 Kilgore, TX 75663
Phone 903/984-0551 FAX 903/934-5914 e-Mail corp@ana-lab.com LELAI'-accredited #02003
Employee Owned Integrity Caring Continual Improvement
uality Control
Printed 09/22/2010 Page I of 1
Project
i 11512 W Solid Tex-145-E
Blank
rameter PrepSet Reading MDL MQL Units Out File
rate by Turbidity 391512 ND 100 100 mg/kg 0012365366
Duplicate
. ameter Sample Type Result Unknown Unit RPD Out Limil%
fate by Turbidity 230540 Duplicate ND ND mg/kg 20.0
Standard
.ameter Sample Reading Known Units Recover% Limits% Out File
fate by Turbidity 391512 22.0 20.0 mg/kg 110 90.0 - 110 0012365367
RPD is Relative Percent Difference: abs(rl-r2) / mean(rl,r2) * 100% Recover% is Recovery Percent: result / known * 100%
::orparate Slipping: 2600 Dudley lid, Kilgore, TX 75662
?STING 110637-01
`SClient vl.0.2.242
North Telns tiegion: 11105 Shady Trt Ste. 102 Dallas Tx 75229-7633
e1S
NELAP-accredited 1T10470420I
www.ana-lab.com
MEMBER
AIi
2009 Seal of Excellence
Form rp/PROJQCGrpt Created 0//27/2005 v1.0
� \¥�
B
(O
gre., THE _a
500797CoG Print Group 001 of 001
w,
$)
Er
!(
2
rcg-
o
�}
Received by:
I pw,.e.wme_ DDdoIURg Water DSweab.`_
!
�
\
}
i]
#
,m asp
{
_
}ƒE#.
%\f!\
N
s
°
a
tAl�®
A
!
r
f
,_./
:]
x
!(
!x
.
\
\
if
°
1
(
.
....�
9
w1$\
jG)
®wA'¥!:2�
tPi?\
t,�0�..4>a.««:»!
§
\
%)
'
±
,ai�
&e4
I.E.
k,
)\
|{
e/
.Ea}
X.
_|t9
\
|{
Pn
.
\.
,:{\722
Lao n,moer
Do Not Usei
l� i
$\
\.
,
/
}
§
.
!
\
»