HomeMy WebLinkAboutContract 40539CITY SECRETARY fORTWORTH
D.0.E. FILE
CONTRACTOR 1S o
SPECI C
CONSTRUCT!ON'S COPY
SAND CONTRACT DOCUMENTS
FOR CLIENT DEPARTMENT
HARLEY AVENUE ·i
PAVING, DRAINAGE, WATER, AND SANITARY SEWER LINE
IMPROVEMENTS UNITS I & II
UNITI
CITY PROJECT No. 01468
INTERNAL No. 5380
Water Project No. P265-607170146883
Sewer Project No. P275-707170146883
UNIT II
CITY PROJECT No. 00143
INTERNAL No. 5380
TPW Project No. C200-207230014383 ~I
APRIL 2010 )
Michael J . Moncrief Dale A. Fisseler, P .E.
Mayor City Manager
· William A . Verkest, P .E .
Director, Transportation and Public Works Department
S. Frank Crumb , P .E.
Director, Water Department
Richard Zavala
Director, Parks and Community Services Department
Freese and Nichols
TBPE REG #F -2144
PREPARED FOR:
The City of Fort Worth
~--~ Kimley-Horn lllli...J [__J and Associates, Inc.
TBPE REG # F-928
r.
M&C Review • Page 1 of~
Officia l site of t he City of Fort Wo rth, Tex as
CITY COUNCIL AGENDA
FORT WORTH
~
COUNCIL ACTION: Approved on 6/22/2010 -Ord. No.19201-06-2010 & 19202-06-2010
DATE:
CODE:
6/22/2010
C
REFERENCE
NO.:
TYPE:
C-24298
NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
02HARLEY CRESTLINE
CONTRACT
NO
SUBJECT: Authorize a Contract in the Amount of $4,695,805 .66 with S .J. Louis Construction of
Texas, Ltd. for Water, Sewer, Drainage and Associated Pavement Repair on Harley
Avenue and Crestline Drive, Authorize Interest Bearing lnterfund Loan and Adopt
Appropriation Ordinances (COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Culture
and Tourism Fund by $540,231.74 and decreasing the unreserved, undesignated fund balance by
the same amount;
2. Authorize the transfer of $540,231.74 from the Culture and Tourism Fund to the Street
Improvements Fund;
3. Authorize an interest bearing Interfund loan from the Aviation Asset Depletion Fund to the Street
Improvements Fund in the amount of $1,750,000.00 from revenue derived from gas well drilling at
City owned airports for interim financing;
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Street Improvements Fund by $2,290,231.74 from available funds; and
5. Authorize the City Manager to execute a contract with S.J. Louis Construction of Texas, Ltd. in the
amount of $4,695,805.66 for water, sewer, drainage and associated pavement repair on Harley
Avenue and Crestline Drive.
DISCUSSION:
On May 18, 2010 (M&C G-16929 }, the City Council adopted an ordinance to publish the notice of intent to
issue certificates of obligation for the development, design, construction and equipping of a multi-purpose
facility located in the Will Rogers Memorial Center of the City of Fort Worth. Construction is expected to
begin on the facility in February of 2011. As part of that project, certain infrastructure improvements are
necessary to allow the project to begin on time. Staff has solicited bids for the necessary infrastructure
improvements in four separate units. A summary table detailing the funding allocations is shown below and
an overall project map is attached .
Unit
1
1
2
3
4
Funding Construction
Source Amount
Water $1 ,375,302 .70
Sewer $1,255,431.50
Aviation $1,550,539 .72
Public Events $160,135 .26
Public Events $354,396.48
$4,695 ,805.66
Construction
Management/Contigency
$126,500.00
$111,500.00
$199,460.00
$8,000.00
$17,700.00
$463 ,160.00
Unit 1 consists of water and sewer improvements and associated pavement repairs and will be funded by
the Water Department. The construction cost of Unit 1 is $2,630 ,734.20 (water $1,375,302.70; sewer
$1,255,431 .50.) In addition, water and sewer funding the amount of $158,000 .00 (water $84,500 .00; sewer
$73,500.00) is required for construction survey, project management, material testing, inspection , mapping
httn://anns _cfwnet.orn/cmmcil nacketimc review_a.:;n?TD=137'.B&councildate=6/22/2010 6/30/2011
M&C Review
r .. •
and as-built plans and $80,000.00 (water $42,000 .00; sewer $38,000 .00) in contingency funds to cover
change orders. The total cost of Unit 1 is $2,868,734 .20 .
Unit 2 consists of two large storm drain lines and associated pavement repair was planned to be funded
from the 2004 CIP -Harley Realignment Project. The construction cost is $1,550,539 .72 . In addition,
pavement and drainage funding in the amount of $152,960 .00 is required for associated construction
survey, project management, material testing, inspection, and as-built plans and $46,500 .00 in contingency
funds to cover change orders . The total cost of Unit 2 is $1,749,999.72.
Bond sale funding for the Harley Street Realignment is not scheduled until Fiscal Year 2013. In order to
move the project forward in support of the proposed multi-purpose facility and to take advantage of current
construction pricing, staff is proposing an interim funding plan . Staff proposes that Unit 2 be funded from the
Aviation Department's Asset Depletion Fund. When the 2004 CIP funding for Harley is available in 2013,
the Aviation Department will be reimbursed the $1 ,750,000 .00 plus associated interest at 4 .2 percent (10-yr
Treasury +1 percent). The interest component will allow the City to remain in compliance with the
requirements of the Federal Aviation Administration. The estimated cost of interest over the three year
period of the loan is $230,000.00 which will require a total reimbursement $1,980,000.
Unit 3 and Unit 4 are proposed to be funded from the unreserved , undesignated fund balance of the Culture
and Tourism Fund.
Unit 3 consists of local drainage improvements in Burnett Tandy Drive and associated pavement repairs.
The construction cost of Unit 3 is $160,135 .26 plus $8,000 .00 in contingency to cover change orders. The
total cost of Unit 3 is $168 ,135 .26.
Unit 4 consists of the relocation of ONCOR primary electrical service and associated pavement repairs . The
service located on the proposed pad site for the multi-purpose facility . The construction cost of Unit 4 is
$354,396.48 plus $17 ,700.00 in contingency to cover change orders. The total cost of Unit 4 is
$372,096.48.
The project was advertised for bid on April 1, 2010 and April 8, 2010 in the Fort Worth Star-Telegram. On
May 13 , 2010, the following bids were received :
Bidders Bid Amount
S.J. Louis Construction of $4,695,805.66
Time of Completion
340 Calendar Days
Texas, Ltd.
Conatser Construcion TX, LP $4,924,639.00
Jackson Construction, Ltd $6,045,841.00
S .J . Louis Construction of Texas , Ltd . is in compliance with the City's M/WBE Ordinance by committing to 8
percent M/WBE participation. S.J. Louis Construction of Texas, Ltd. identified several subcontracting
opportunities. However, a large portion of the contract identified precast concrete and bar wrap pipe which
presented no opportunity for M/WBE participation. The City's goal on this project is 22 percent.
This project is located in COUNCIL DISTRICT 7 , Mapsco 76E and benefits the Will Rogers Memorial
Center which serves the entire City .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above recommendations
and adoption of the attached appropriation ordinance, funds will be available in the current capital budget,
as appropriated, of the Water Capital Project Fund, Sewer Capital Project Fund and Street
Improvements.Fund. Upon approval, the unreserved, undesignated fund balance of the Culture and
Tourism Fund will exceed the minimum reserve as outlined in the Financial Management Policy
Statements. Upon the sale of Certificates of Obligation in Fiscal Year 2013, the lnterfund loan plus interest
will be repaid to the Aviation Asset Depletion Fund.
TO Fund/Account/Centers
1) GG04 538070 0246000 $540,231 .74
2) C200 472004 201239990100 $540 ,231.74
3) C200 222126 000009990100 $1 .750 .000.00
FROM Fund/Account/Centers
2) GG04 538070 0246000 $540.231 .74
3) T126 137200 000126099901 $1.750.000 .00
5) C200 541200 207230014383 $2.065.071.46
http://apps.cfwnet.org/council_packet/mc review.aso?ID=11711~rmm";u.,to=~r,,, '"{\ 1 {\
Page 2 of
M&C Review
4)C200 472004 207230014383 $540 ,231 .74
C200 472126 207230014383 $1,750,000 .00
4)C200 541200 207230014383 $2,137 ,271.46
C200 531350 207230014352 $30 ,000 .00
C200 531350 207230014380 $25,000 .00
C200 533010 207230014381 $500 .00
C200 531350 207230014384 $5 ,000.00
C200 531200 207230014384 $20,000.00
C200 531350 207230014385 $71,460 .00
C200 531350 207230014391 $1,000 .00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
02HARLEY CRESTLINE CONTRACT Rec 1.doc
02HARLEY CRESTLINE CONTRACT Rec 4 .doc
02Harley Crestline Phase 1 Location Map .pdf
5) P265 541200 607170146883 $1 ,375,302 .70
5) P275 541200 707170146883 $1,255,431.50
Fernando Costa (6122)
Bryan Beck (7909)
Leon Wilson (8883)
http://apps .cfwnet.org/council packet/me review.asn ?Tn= 11711.Rr{'/'"\11n,.;l~n+n-£ /"''1"'1 /"'IA 1 A
Page 3 of
ADDENDUM NO. 1
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT AND
WATER DEPARTMENT
HARLEY AVENUE
WATER, SANITARY SEWER, PAVING, AND DRAINAGE
IMPROVEMENTS FROM UNIVERSITY DRIVE TO RIP JOHNSON
Unit I: City Project No. 01468,
Unit Il: City Project No. 00143
DOE No. 6338
Addendum No. I. Issue Date: April 12, 2010
Revised Bid Receipt Date: May 6, 2010
This addendum forms part of the contract documents referenced above and modifies the original Contract
Documents . Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents
(inside). Note receipt of the Addendwn in the Bid Proposal and on the outer envelope of your bid .
CLARIFICATIONS
• The project name has been revised to "Harley Avenue Paving, Drainage, Water, and Sanitary Sewer
Line Improvements Units I & II"
• The pre-bid meeting has been rescheduled for April 23, 2010 at 9:00 AM in the PMO Conference
Room
• Plans will be available on Tuesday, April 13, 2010
All other provisions of the contract docwnents, plans and specifications shall remain unchanged.
Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid
non-responsive . A signed copy of this addendum shall be placed into ihe Proposai at the time of bid
submittal.
RECEIPT ACKNOWLEDGED: William A. Verkest , P.E.
DIRECTOR
By:
Company:
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT~
By: ':l-~ '5:f ~~,':::> U-~$8~-U.:~~-, ~ -Le-o_n_W_i-ls-on,_J....,~,-P-.E-.---
~ \X L~~ Transportation and Public Works Department
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ADDENDUM NO. 1
ADDENDUM NO. 2
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT AND
WATER DEPARTMENT
HARLEY AVE PAVING, DRAINAGE, WATER, AND SANITARY SEWER LINE
IMPROVEMENTS UNITS I & II
Unit I: City Project No . 01468,
Unit II: City Project No. 00143
DOE No. 6338
Addendum No. 2. Issue Date: May 4, 20IO
Revised Bid Receipt Date: May 13, 2010
This addendum forms part of the contract documents referenced above and modifies the original Contract
Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents
(inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid.
All other provisions of the contract documents, plans and specifications shall remain unchanged.
Failure to return a signed copy of the addendum with the Proposal s hall be grounds for rendering the bid
non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid
submittal.
RECEIPT ACKNOWLEDGED:
By~
William A. Verkest , P. E.
DIRECTOR
TRANSPORTATION F PUBLIC WORKS
Company:
DEPAR:r _)\
By: \ .
'S T Lov.:,":;, CO("\~~ ·-c0.. Leon Wilson, Jr.~P.E .
o [: TY L~6 Transportation and Public Works Department
ADDENDUM NO. 2
ADDENDUM NO. 3
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT AND
WATER DEPARTMENT
HARLEY AVE PAVING, DRAINAGE, WATER, AND SANITARY SEWER LINE
IMPROVEMENTS UNITS I & II
Unit I: City Project No. 01468,
Unit II: City Project No. 00143
DOE No. 6338
Addendum No. 3. Issue Date: May 7, 2010
Revised Bid Receipt Date: May 13, 2010
This addendum fonns part of the contract documents referenced above and modifies the original Contract
Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents
(inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid .
PART 1.1
• ADD Specification Signature sheet for "Stonn Drain and Electrical Conduit Improvements to Serve
Will Rogers Memorial Center Units II and IV " as attached. This sheet was not included in the
original set of documents.
PART3.1
• REVISE M/WBE Project Goal that begins "The City 's M/WBE goal on this project is XX% for ... "
to read as follows :
"The City's M/WBE goal on this project is 22% for combined Unit I (Water & Sewer), Unit II
(Paving and Drainage), Unit Ill (Paving and Drainage), and Unit IV (Electrical Conduit) of the total
bid ."
PART 4.1 -4.2
• DELETE the Proposal , B-1 to B-31, in its entirety and REPLACE with "Proposal -Addendum No .
3, B-1 R to B-40R" as attached.
PART 5.4
• Part DA-6 Pipe Installed by Other Than Open Cut
REVISE sec tion C.3.a that begins "The boring shall proceed from a pit provided for the boring
equipment ... "to read as follows:
"The boring shall proceed from a pit provided for the boring equipment and wo
are to be bored mechanically. The boring s hall be done using a pil o t hole .
approximate 2-inch hole shall be bored the entire length of the crossing and sh
line and grade on the opposite end of the bore from the work pit. Allowable varia io
and grade shall be 6-inches horizontal and 3-inches vertical for the pilot hole . Tl is !r ~j ~ I
serve as the centerline of the larger diameter hole to be bored . Other methods o mai Jug ·,A __ ....
and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be
placed nea r the top of the working pit a nd di s posed of as re quired . The use o f water or other fluids
ADDENDUM NO. 3
ADDENDUM NO. 3
in connection with the boring operation will be permitted only to the extent required to lubricate
cuttings . Jetting or sluicing will not be permitted."
• Part DA-141, Time of Completion
ADD paragraph DA-14 I as follows:
"DA-141 TIME OF COMPLETION
The Owner desires that all work under this contract be completed, in total , within 340 Calendar
Days.
Substantial Completion of the project shall be defined as completion of all structures, pipelines, and
equipment having been installed , tested , and commissioned with approval by the Owner and
Engineer, allowing operation of the utilities and roads. Even though the project completion date is
established at 340 Calendar Days, Substantial Completion (as defined above) must be accomplished
by December I 5, 20 IO for the Water, Sanitary Sewer, and associated Paving improvements; and
June I 5, 2011 for the Storm Drain and associated Paving Improvements. Liquidated Damages, at
the rate per day identified in Section C7-7. IO of the General Conditions, shall be assessed in the
event that the subsequent Units of the project are not substantially complete by December 15 , 2010
and June 15,2011.
PARTS.11
• ADD the Specification "02221 -Trenching, Backfilling and Compaction " as attached. This
technical specification was not included in the original set of documents.
• ADD the Specification "02643 -Air ReleaseNacuum Valves " as attached. This technical
s pecification wa s not included in the original set of documents.
• ADD the Specification "15640 -Joint Bonding and Electrical Isolation " as attached . This technical
s pecification was not included in the original set of documents .
• ADD the Specification "15641 -Corrosion Control Test Stations" as attached . This technical
s pecification was not included in the original set of documents .
• ADD the Specification "15642 -Magnesium Anode Cathodic Protection Systems" as attached.
This technical specification was not included in the original set of documents.
• ADD the Specification "15643 -Polyethylene Encasement" as attached . Thi s technical
s pecification was not included in the original set of documents.
PART9.1
• ADD the geotechnical report for Water and Sanitary Sewer Improvements prepa red by Addula
Consulting Engineers a s attached. This technical specification was not included in the original set
o f documents .
PART 9.2
• ADD the Corros ivity Study and Corrosion Protection De s ign prepared by C orrpro Co
as attached . This technical specification was not included in the original set of docume
_..,i,\,,,...f l;.A". RECORD
ITY SECRETARY
FT. WORTH, TX
ADDENDUM NO. 3
ADDENDUM NO. 3
CONSTRUCTION PLANS
• Units I & JI
o Cover Sheet
ADD the Harley Ave Paving, Drainage , Water, and Sanitary Sewer Line Improvements
Units I & II cover sheet as attached.
• Unit I
o Sheet 4 -Shutdown Sequencing and General Sewer Notes
REPLACE Plan Sheet 4 in its entirety with Sheet 4A as attached.
o Sheet 13 -Water Line A
REVISE the blow off valve callout for Line A Sta. 8+93.22 to read as follows:
"(1) 8" BLOW OFF VALVE RE: WTR-015M/27"
o Sheet 14 -Proposed Water Line B
REPLACE Plan Sheet 14 in its entirety with Sheet 14A as attached.
o Sheet I 7 -Propose d Water Line E
REPLACE Plan Sheet 17 in its entirety with Sheet 17 A as attached .
o Sheet 19 -Proposed Sanitary Sewer Line A
REPLACE Plan Sheet 19 in its entirety with Sheet 19A as attached.
o Sheet 20 -Proposed Sanitary Sewer Line A
REPLACE Plan Sheet 20 in it s entirety with Sheet 20A as attached.
o Sheet 21 -Proposed Sanitary Sewer Line A
REPLACE Plan Sheet 21 in its entirety with Sheet 21 A as attached.
o Sheet 22 -Proposed Sanitary Sewer Lines B , C, and D
REPLACE Plan Sheet 22 in its entirety with Sheet 22A as attached.
o Sheet 23 -Propose d Sewer Services
REPLACE Plan Sheet 23 in its entirety with Sheet 23A as attached.
o Sheet 3 1 -Prop ose d Sewer Details
REPLA CE Plan Sheet 3 1 in its entirety with Sheet 3 1 A as attached.
o Sheet 307010-01 -Corrosion Protection System
OFFICIAL RECORD
C\iY SECRETARY
FT. WORTH, TX
ADD Plan Sheet 307010-01 as attached. This sheet was not included in the ·g1FHt S'e-t o
document s.
ADDENDUM NO. 3
l ADDENDUM NO. 3
o Sheet 3070 I 0-02 -Corrosion Protection System
ADD Plan Sheet 3070 I 0-02 as attached. This sheet was not included in the original set of
documents .
o Sheet 3070 I 0-03 -Corrosion Protection System
• Unit II
ADD Plan Sheet 3070 I 0-03 as ~ttached. This sheet was not included in the original set of
documents.
o Sheet 4
REPLACE Plan Sheet 4 in its entirety with Sheet 4A as attached.
o Sheet 10 -Paving Details
REPLACE Plan Sheet 10 in its entirety with Sheet 1 OA as attached.
o Sheet 11 -Paving Details
REPLACE Plan Sheet 11 in its entirety with Sheet I IA as attached.
o Sheet 11 B -Signing for Uneven Lanes
ADD Plan Sheet 11 B as attached . This sheet was not included in the original set of
documents.
• Units III & IV
o ADD Plans for "Storm Drain and Electrical Conduit Improvements to Serve Will Rogers
Memorial Center Units III and IV " as attached . These plans were not included in the
original set of documents.
CLARIFICATIONS
• Construction Sequencing and Schedule
o The following improvements must be completed prior to December 15, 2010:
• Unit I
• All Water and Sanitary Sewer Improvements,
• U nit II
• 2-9 'x 6 ' Storm Drain Boxes from Sta . 0+00 to approx Sta . I +50
• Temporary Connection of2-9 'x6 ' Storm Drain Boxes to existing 72 " Storm
Drain at approx Sta . I +50
o Contractor shall submit a shop drawing per DA-56 for the
Proposed Temporary Connection of 2-9 'x6 ' Storm Drain Boxes to
ex istin g 72 " Storm Drain at approx Sta. I +50
• Unit III
• All improvements
• Unit IV
• All Improve ments (with specified items by an Onco .'l'P:ii11-e/£e.
• Paving Impro vements Associated with above improvements
transition to ex isting pavement as s hown o n Sheet 11 A and
o Con struction activities are not allowed between December 16 , 20 I 0 L------
ADDENDUM NO. 3
ADDENDUM NO. 3
• Unit IV
------------
• All Improvements (with specified items by an Oncor approved contractor)
• Paving Improvements Associated with above improvements, including temporary
transition to existing pavement as shown on Sheet I IA and l lB of Unit II plans.
• Unclassified trench excavation and backfill is subsidiary to conduit items.
o Construction activities are not allowed between December 16, 2010 and February 14, 2011
• All construction related items (Equipment, material, etc ... ) must be removed from
si te during t-his time
• No separate pay items will be allowed for mobilization, demobilization, or
remobilization
o Construction shall start for the following activities after February 15, 2010
• Unit II
• Remove Temporary Connection of 2-9'x6' Storm Drain Boxes to existing
72 " Storm Drain at approx Sta. 1 +50
• Storm Drain Boxes from Sta . 1 +50 to End
• Paving Improvements Associated with above improvements
• Construction Schedule
o Construction schedules for Units I, II, III , and IV should be submitted per the Special
Provisions for Street and Storm Drain Improvements Item 70 and C4-4 .6 to 4.7 of the
Specifications and Contract Documents. The schedules are a non-pay item.
• Concrete Pavement
o Concrete used for pavement shall be designed for a minimum compressive strength of
3,600 psi at 28 days.
• Box Culverts
o Backfill between box culverts for Unit II shall be flowable fill, rather than cement
stabili zed backfill (Unit II, Sheet 32 of 42), and shall be subsidiary to the cost of the box
culverts .
• Headwall
o Estimate the headwall quantities based on SW-0 and the following parameters: SL= 3, C =
0 .5, with 5" apron. Errors on Unit II Sheets 21 and 23 will be corrected in the field. 17 CY
is the correct quantity using SW-0 detail.
• Bid Propo sa l
o Removal of existing pavement is paid for by Unit II Pay Item 15 , as well as being
subsidiary to various water-sewer pipe prices for Unit I.
A ll other provisions of the contract documents, plans and specifications shall remain unchanged.
Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid
non-responsive. A s igned copy of this addendum shall be placed into the Proposal at the time of bid
su bmittal.
RECEIPT ACKNOWLEDGED:
By~
Company: S.'3: L~'!::)
C..O("\~~t~ 0~
William A. Verkest , P.E .
DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTf1ENT
ADUE1 UM NO. 3
r rt,\. I) 1 / J J 5 5 0 7 0 KIMLE Y-HOR N
ADDENDUM NO. 4
CITY OF FORT WORTH
TRANSPORTATION AN'D PUBLIC WORKS DEPARTMENT AND
WATER DEPARTMENT
HARLEY AVE PAVING, DRAINAG~ WATER, AND SANITARY SEWER LINE
IMPROVEMENTS UNITS I & II
Unit I: City Project No. 01468,
Unit 11: City Project No. 00143
DOE No. 5380
Addendum No. 4. Issue Date: May IO, 2010
Revised Bid Receipt Date: May 13, 2010
14) 00 2/00
This addendum forms part of the contract documents referenced above and modifies the original Contract
Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents
(inside). Note recd pt of the Addendum in the Bid Proposal and on the outer envelope of your bid.
PART 4.1-4.2
I
• DELETE Proposal Page B-24R (Addendum #3) and REPLACE with B-24R (Addendum #4) as
attached .
I
All other provisiods of the contract documents, plans and specifications shall remain unchanged.
!
Failure to return a1 signed copy of the addendum with the Proposal shall be grounds for rendering the bid
non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid
submittal.
RECEIPT ACKNOWLEDGED:
I
William A. Verkest, P.E.
DIRECTOR a~ TRANSPORTATION 4ND PUBLIC WORKS
By: DEPARTh1.Q'n /i;I!
· I i 1 1
. By: v1=-~ \ ,
Company: 5. 'S: LO,>,,t~ ~~ (\.l.'-'f·~f\ Leo~lson, J\ P.E .
ot, ~~~ 1 L~. Transportation and Public Works Department
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ADDENDTTM N"n .,
CITY OF FORT WORTH, TEXAS
HARLEY AVENUE ·
PAVING, DRAINAGE, WATER, AND SANITARY SEWER LINE IMPROVEMENTS
UNITS I & II
Mark McCoy, P.E.
Freese and Nichols
TBPE Reg# F-2144
4055 International Plaza
Suite 200
Fort Worth, TX 76109-4895
Kelly Dillard, P.E.
Freese and Nichols
TBPE Reg# F-2144
4055 International Plaza
Suite 200
Fort Worth, TX 76109-4895
Carl Delee, P.E .
Kimley-Horn and Associates , Inc.
TBPE Reg # F-298
801 Cherry Street , Unit 11
Suite 950
Fort Worth , TX 76102
APRIL 2010
For Paving
Improvements
For Drainage
Improvements
For Water and Sanitary
Sewer Improvements
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
TABLE OF CONTENTS
1 -Project Information ~ 1.1 -Title Page pdf
D 1.2 -Location Maps pdf
2 -Front End Documents ~ 2.1 -Table of Contents pdf
~ 2.2 -Notice to Bidders pdf
~ 2.3 -Comprehensive Notice pdf
to Bidders
~ 2.4 -Special Instructions to pdf
Bidders (water-sewer)
~ 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
3 -MWBE Documentation ~ 3.1 -MWBE Special pdf
Instructions
~ 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
~ 3.3 -MWBE Prime Contractor pdf
Waiver
~ 3.4 -MWBE Good Faith Effort pdf
~ 3.5 -MWBE Joint Venture pdf
4 -Bid Package ~ 4.1 -Bid Proposal Cover & pdf
Signature Sheets
~ 4.2 -Bid Proposal(s) pdf
D 4.3 -Green Cement Policy MS-Word
Compliance Statement
D 4.4 -Bid Schedule pdf
~ 4.5 -Vendor Compliance to pdf
State Law
D 4.6 -List of Fittings pdf
D 4.7 -Pre-Qualified Contractor MS-Word
List
5 -General and Special Conditions ~ 5.1 -Part C General pdf
Conditions (water -sewer)
~ 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
~ 5.3 -Part D -Special pdf
Conditions (water -sewer)
~ 5.4 -Part DA -Additional pdf
Special Condition (water -
sewer)
~ 5.5 -Part E Specifications pdf
~ 5.6 -Special Provisions pdf
(paving -drainage)
~ 5.7 -Wage Rates pdf
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Rev 2-2-10
TABLE OF CONTENTS
C8]
D
C8]
C8]
C8]
6 -Contracts, Bonds and Insurance C8]
C8]
C8]
C8]
C8]
C8]
C8]
7 -Permits D
D
D
8 -Easements D
9 -Reports C8]
C8]
C8]
10 -Addenda D
Rev 2-2-10
5.8 -Compliance with and pdf
Enforcement of Prevailing
Wage Rates
5.9 -Standard Details (water-dwf
sewer)
5.10 -Standard Details dwf
(paving-drainage)
5.11 -Unit I Technical pdf
Specifications
5.12 -Unit II Special pdf
Specifiations
6.1 -Certificate of Insurance MS-Word
6.2 -Contractor Compliance pdf
With Workers' Compensation
Law
6.3 -Conflict of Interest pdf
Questionnaire
6.4 -Performance Bond pdf
6.5 -Payment Bond pdf
6.6 -Maintenance Bond pdf
6.7 -City of Fort Worth pdf
Contract
7.1 -TxDOT Permit(s) pdf
7.2 -Railroad Permit(s) pdf
7.3 -Other Permit(s) pdf
8.1 -Easement pdf
9.1 -Geo-tech Report(s) pdf
9.2 -Cathodic Protection pdf
Study Report
9.3 -Other Project Specific pdf
Study Report(s)
10.1 Addendum MS-Word
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
NOTICE TO BIDDERS
Sealed proposals for the following :
Harley Avenue -Water, Sanitary Sewer, Paving, and Drainage Improvements from
University Drive to Rip Johnson Road
Unit I -City Project No. 01468; Unit II -City Project No. 00143
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, April 29, 2010 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 the design engineer
Kimley-Horn and Associates , Inc ., 801 Cherry Street, Suite 950, Fort Worth , Texas 76102 , at a cost
of $60 .00 per set (non-refundable).
The major work will consist of the (approximate) following :
Unit I:
Section A (Water)
1,343 L.F. 24" Water Line
806 L.F. 16" Water Line
676 L.F. 12" Water Line
Section B (Sanitary Sewer)
125 L.F. 21" Sewer Line by Other than Open Cut with 42" Steel Casing Pipe
1,147 L.F. 21"SewerLine
60 L.F. 12" Sewer Line
326 L.F. 8" Sewer Line
Unit 11:·
8,970 S.Y. 10" Concrete Pavement
2,214 L.F. 9'x6' Storm Drain Boxes
108 L.F. 11'x6' Storm Drain Boxes
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 rece ive notifications regarding the issuance f-a ctdenda . ts a the
bidding contractor's sole responsibility to verify they have rec i I L<ffl WA all
addenda, prior to submitting a bid .
R e v 2-2-10_ TPW
NB-1 FT. WORTH, TX
NOTICE TO BIDDERS
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 Mark McCoy , P.E. with Freese and Nichols at
Telephone Number: (817) 735-7300 or by email : mam@freese .com, or Carl T. Delee , P.E.,
with Kimley-Horn and Associates , Inc. at Telephone Number: (817) 335-6511 or by email :
carl.dezee@kimley-horn.com, and/or Leon Wilson , Project Manager, TPW Department at (817)
392-8883 or by email : leon.wilson@fotworthgov .org .
A ~re-bid conference will be held on April 15 , 2010 at 9:00 a.m ., in the PMO Conference Room
(2 ct Floor City Hall). Bidders are encouraged to review the plans and specifications prior to the
pre-bid conference .
Advertising Dates:
April 1, 2010
April 8, 2010
Rev 2-2-10_ TPW
NB-1
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
Harley Avenue -Water, Sanitary Sewer, Paving, and Drainage Improvements from University Drive
to Rip Johnson Road
Unit I -City Project No. 01468; Unit II -City Project No . 00143
Addressed to :
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH T X 76102-6311
will be received at the Purchasing Office until 1 :30 PM, Thursday, April 29, 2010 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. Please note that plans will be available on Tuesday, April 61 2010 .
Hard copies of plans and contract documents are available at the office of the design engineer Kimley-Hom and
Associates, Inc ., 801 Cherry Street, Su ite 950 , Fort Worth , Texas 76102 , at a cost of $60 .00 per set (non-refundable).
The major work will consist of the (approximate) following :
Unit I:
Section A (Water)
1,343 L.F. 24" Water Line
806 L.F. 16" Water Line
676 L.F. 12" Water Line
Section B (Sanitary Sewer)
125 L.F. 21" Sewer Line by Other than Open Cut with 42" Steel Casing Pipe
1,147 L.F. 21" Sewer Line
60 L.F. 12" Sewer Line
326 L.F. 8" Sewer Line
Unit II:
8,970 S.Y. 10" Concrete Pavement
2,214 L.F. 9'x6' Storm Drain Boxes
108 L.F . 11'x6' Storm Drain Boxes
Included in the above will be all other miscellaneous items of construction as outl ined in the Plans , General
Contract Documents and Specifications .
NOTICES
All bidders will be requ ired to comply with Provision 5159a of "Vernon 's Annotated Civil Statutes" of the State
of Texas with respect to the payment of preva iling wage rates and City of Fort Worth Ordinance no . 7 400 (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 mar be withd rawn until the exp irat ion of ninety (90) days from the date bids are opened . The award of
contract , i made, will be with in 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 responsibilit '-f>f-t he iddert om it is
Rev 2/2110_ TPW
CNB-1
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
COMPREHENSIVE NOTICE TO BIDDERS
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 Buzz.saw 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-qual ified . 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 -Water and Sanitary Sewer and Unit II -Paving and Drainage 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 -Water and Sanitary Sewer and Unit II -Paving and Drainage . 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 Mark McCoy, P.E. with Freese and Nichols at (817) 735-7300 or by
email : mam@freese.com, or Carl T . DeZee, P .E., with Kimley-Horn and Associates, Inc. at (817) 335-6511 or
by email : carl.dezee@kimley-horn.com, and/or Leon Wilson, Project Manager, TPW Department at (817) 392-
8883 or by email: leon.wilson@fotworthgov.org.
A pre-bid conference will be held on April 15, 2010 at 9 :00 a .m., in the PMO Conference Room (2nd Floor City
Hall). Bidders are encouraged to review the plans and specifications prior to the pre-bid conference.
DALE A . FISSELER, P .E.
CITY MANAGER
Advertising Dates:
April 1 , 2010
April 8, 2010
Rev 2/2/10_ TPW
ublic Works Department
CNB-2
MARTY HENDRIX
CITY SECRETARY
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION 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 .
2 .
3.
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 a nd 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.
BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount ofnot 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 proofrequired herein.
BONDS: A performance bond, a payment bond, and a maintenance bond ea .uu,. -w oLC.-UUJL,W,l-1<1.l---,
(100%) percent of the contract price will be required , Reference C 3-3 .7.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
09/10/04 1
4 . WAGERATES:
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 C 1: 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, i e t
the employment, advancement or discharge of employees or in connection with t e terms conditions
OFFICIAL RECORD
CITY SECRETARY
09110104 2 FT. WORTH, TX
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.
I 0 . 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 AD A'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 ofFort 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 eac ffp i ~~ RECORD
CITY SECRETARY
FT. WORTH, TX
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
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 (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$I00,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder ofa 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 proofrequired 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 Government Code.
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 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 .
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.
Rev 3-13-09
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
3 . LIQUIDATED DAMAGES: The Contractor's attention is called to Part I, Item 8, paragraph 8.6, of
the "General Provisions" of the Standard Specifications for Stre et and Storm Drain Construction of the
City of Fort Worth, Texas, concerning 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 l 3-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 (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
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 .
Section 8 .9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted .
7 . FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of
Transportation and Public Works ifrequired 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.
8. INSURANCE: Within ten (I 0) 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 coverages as may be required by each individual
project.
Rev 3-13-09
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 sha ll 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
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 authori;zed 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 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.
Contractor's liability shall not be limited 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.
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.
Rev 3-13-09
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
"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 non resident bidders in order for its
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
11. MIN ORITY AND W OMEN BUSINESS E N T ERPRISE S : 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.
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 W AIYER 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.
Rev 3-13-09
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
14. ADDENDA: Bidders are responsible for obtaining all a ddenda 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 so not acknowledge a ll applicable addenda may be rejected as non-responsive.
15 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A .
Workers Compensation Insurance Coverage
a. Definitions:
Rev 3-13-09
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.
b . 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.
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 to the governmental entity:
(I) 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
OFFICIAL RECORD
CiTY SECRETARY
FT. WORTH, TX
(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 :
(I) 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 wiring by certified mail or personal delivery, within
ten ( I 0) 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
r-I \AL RECORD
(7) contractually require each person with whom it contracts, p.per orm as re · e
paragraphs (I) -(7), with the certificates of coverage to b p o 8e iti e on or
whom they are providing services . fl. woRTH , TX
Rev 3-13-09
J 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 .
k. 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".
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 l 3A-2 l
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 a
harmless against any and all claims or allegations asserted by third parties against Ci
Rev 3-13-09
a s1 ~1·M t"l"\t' ECORD
CITY SECRETARY
FT. WORTH, TX
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 AD A'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 .
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.
Rev 3-13-09
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
fORTWORTH
~ City of Fort Worth
Subcontractors/Suppliers Utilization Form
Page 1 of 4
PRIME COMPANY NAME: Check applicable block to describe prime
S.J. Louis Construction of Texas, LTD.
PROJECT NAME: Harley Ave -Paving, Drainage, Water, and Sewer line improvements, UNITS I M/\N/DBE I X I NON-M/\N/DBE
I and II -City Project #0146B <Water/Sewer> and #00143 BID DATE
5113/2010
City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER
P265-607170146883 and P275-607170146883
22% 22% C200-207230014383
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 2"d 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 Cert ification
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 aqreement.
Rev . 5/30/03
Page 2 of 4
Primes are requi red t o identify ALL subcont ractors/s uppl iers, regard less of status ; i.e ., Mino ri ty , Women and non-M/WBEs .
Please li st M/WBE firms fi rst , use add iti onal sheet s if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name I N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
LKT and Associa tes I X See attached --------
"''-'v"-1 .JU I .r.:R:T
P.O . Box 668 worksheet i 11 ~, ~ 3/.; 0 Melissa , TX 75454-0668
2 14-544-0440 -Phone
214-544-3684 -Fax
J .E. Guzman Const, Inc. I X See attached list $87 ,310 .00
2911 Peachtree Dr.
Balch Springs , TX 75180
2 14-309-3955 - Phone
682-5 18-02 19 -Fax
J M Materials Inc. I X Embedment and $95 ,500 .00
P.O . Box 496 Rip Rap
Alvord , TX 76225
940-427-2033 -Phone
940-427-2789 -Fax
SJ Lou is w ill self perform X Traffi c Cont rol , Backfi ll
these items Material , Hydro Mulch ,
Manhole installati on ,
Vacuum testi ng ,
topsoil , sodding , street
sig ns, Rip Rap , inlet s
Unidentifi ed supplier or Portable toilet,
subcontracto r Pavemen t
markings , TV
inspections
SYB Construction Co . I * Concrete Pav ing , $800 ,000.00
421 Compton Ave . Sidewalk, curb and
gu tter, lime treated
Irv ing , TX 75061 subgrade
972-399-1066 -Phone **not currently
recogn ized by City of
972-399-1586 -Fax Fort Worth
Rev . 5/30/03
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs.
Please list M/WBE firms first , use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name I N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
)( Oncor Duct Bank
SJ Louis intends to self
perform this item
(Pending Approval)
Rev . 5/30/03
Page 4 of 4
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 1,035,111.09
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 800,000.00
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1,835,111.09
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 Offerer 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 Offerer 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 Offerer and barred from participating in
City work for a period of time not less than one (1) year .
~'11~
Authorized Signature
SR. Project Manager
Title
S.J. Louis Construction of Texas , LTD
Company Name
PO Box834
Address
Mansfield, TX 760603
City/State/Zip
Mark D. Medlin
Printed Signature
Contact NamefTitle (if different)
817-477-0320 / 817-477-0552
Telephone and/or Fax
markm@SJLouis.com
E-mail Address
6/16/2010
Date
Rev . 5/30/03
----6Vo~U rAA 5173355070 KBfLEY-HORN [4J 003 /003
'• .
UNIT II
PAVING AND nJAL"l'AGE
City Project No. 00143; TPW Project No. C200-207230014383
I
Pay I Your CPMS I Estimated Your Item No. Quantity Unit Description Unit Bid Price
l. BID-195 Cubic 6" Topsoil -Install @
00147 I Yard
I
Dol!i!rli
And Cents
Per Unit $17.00 $3.315 ,00
2. BID-5 Each Vault-Vault Adjustment to Final Grade -
00752 Rehab@
Dgllan
And Cents
Per Unit $350.00 SI .750 .00
3. BID-12 Each Valve Box. -Adjustment to Final Grade @
00847
Dollars
And Cen~
PerUoit U50.00 $4 20000
5. BID-9 E:ich Manhole -Adjustment to Final Grade @
00849
Dol!ars
I And Cents
' ' Per Unit $350.00 S3 150 .00
6. BID-! 1 Lump Marking-Striping & Raised Pavement Markers
00177 Sum (as shown on page 39-42 of Unit II drawings)
I lost.all@ ' I
I Dollars. I
i
I And Cents I
I Per Unit s $
7. BID-' I Lump Traffic Control -Install @
00181 I Sum
; Dollars
i
And Cents
I Per Unit $ .,
8. BID-' 785 Square Driveway-Remove@
00402 I Foot
i DQllan
' AJld Cenn; i
Per Unit $ ~
B-24R (Addendum #4)
.,
,,
UNIT I
SECTION A (WATER)
City Project No. 01468; Water Project No. P265-607170146883
Pay
Item
la.
lb .
le .
2a.
CPMS
No.
BID-
00595
BID-
00596
BID-
00597
Estimated Unit
Quanti
1,060 L.F.
..
1,060 L.F.
1,060 L.F.
Name of Pay Item with
Unit Price in Words
*Pipe -Pressure -24 -lnch (Pressure Class
200 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Backfill Per
Detail WTR-029M) -Install @
"1o 13.w Dollars
And rJo &J Cents
Per Unit
*Pipe -Pressure -24-lnch (Bar-Wrapped
Concrete Steel Cylinder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Backfill Per Detail WTR-
029M) -Install @
'TH~ Hvt,)~ T>i1~ry ~ Dollars
And iJo Cents
Per Unit
*Pipe -Pressure -24-Inch (Mortar Lined,
Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) with
Backfill Per Detail WTR-029M) -Install @
iJo 3,.1 Dollars
And ,-1 B,J Cents
Per Unit
Unit Bid
Price
$ ~ Btd
$33-/.c,£
$ !'Jo [3, J
*Note: Bids should be submitted for only one of the pipe material alternates a, b, or c.
BID-300 L.F. *Pipe -Pressure -24-Inch (Pressure Class
00595 200 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Flowable Fill
Backfill Per Detail WTR-029M)-Install @
Ne> g,J Dollars
And rJo 13.,J Cents $ !'Jc) g,J
Per Unit
B -2R (Addendum #3)
Amount
Bid
$ Jo B,J
d> $ :s£"a.Jpi-4o. -
$ t-Jo 13,J
$ Jo E.,A
•
Pay
Item
2b .
2c.
3a.
3b.
CPMS
No.
BID-
00596
BID-
00597
Estimated Unit
Quanti
300 L.F.
300 L.F .
Name of Pay Item with
Uni t Price in Words
*Pipe -Pressure -24-Inch (Bar-Wrapped
Concrete Steel Cy li nder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Flowable Fill Backfill Per
Detai l WTR-029M) -Install @
-mm HvN~ ~lll..1'E~ Dollars
And ,Jo Cents
Per Unit
*Pipe -Pressure -24-lnch (Mortar Lined ,
Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) wit h
Flowable Fill Backfill Per Detail WTR-
029M) -Install @
tJo g,J Dollars
And iJo Cs,d Cents
Per Unit
U nit Bid
Price
$313.~
$ ~o 13.,J
*Note : Bids s hould be s ubmitted for only one of the pipe material alternates a, b, or c.
BrD-90 L.F. *Pipe -Casing -36-lnch (Steel Casing Pipe
00121 with 24-Inch Pressure Class 200 DI Water
Pipe by Other Than Open Cut (All Depths)
(Restrained) with Stainless Steel Spacers
Per Technical Specifications) -Install @
rJo ts,J Dollars
$ r-.lo 13,J
And ~ B,J Cents
Per Unit
BID-90 L.F. *Pipe -Casing -361nch (Steel Casing Pipe
00121 with 24-Inch Bar-Wrapped Concrete Steel
Cylinder Water Pipe A WWA C303 by
Other Than Open Cut (All Depths)
(Restra in ed) with Stainless Steel Spacers
Per Technical Specifications) -Install @
Sill ~VNl:>Ret> HPTY OiJE Dollars $ iPSl.ie,.
And t-Jo Cents
Per Unit
B -3 R (Addendum #T\
A mount
Bid
$Cf3,9ClD.~
$ I-Jo &,d
$ ND ls,J
c$)
$ ~8~«io.-
Pay
Item
Jc.
4 .
5 .
6 .
7.
I ,
CPMS
No.
BID-
001 2 1
Estimated Unit
Quanti
90 L.F .
Name of Pay Item wit h
Unit P rice in Words
*Pipe -Casing -36-lnch (Steel Casing Pipe
with 24-lnch Mortar Lined, Polyurethane
Coated Steel Water Pipe by Other Than
Open Cut (All Depths) (Restrained) with
Stain less Steel Spacers Per Technical
Specifications) -Insta ll @
t-Jo tsJ Dollars
And No ~.J Cents
Per Unit
Unit Bid
Price
$ No g,J
*Note: B ids should be submitted fo r on ly o n e of the pipe materia l alternates a, b, or c .
BID -20 L.F. Pipe -Pressure -20-lnch (Pressure Class
01172 250 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Flowable Fill
Backfill Per Detai l WTR-029M) -Install @
Two ~VNt.2Et> £tc,Hr Dollars d)
t,.)o $ 208.-
And Cents
Per Unit
BID -75 L.F. Pipe -Pressure -16-lnch (Pressure Class
00592 250 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Backfill Per
Detail WTR-029M) -Install @
~E HvN!:>~EI> ,-;i,RTy' Dollars
And No Cents $13o~
Per Unit
BID -640 L.F. Pipe -Pressure -16-Inch (Pressure Class
00592 250 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Flowable Fill
Backfill Per Detail WTR-029M) -Install @
ONE ~v1'1t>~ $'e..J6,1.ny ~Ii-)£ Dollars
And 100 Cents $17°1~
Per Unit
BID-100 LF Pipe -Pressure -12-Inch (PVC C-900 DR-
00591 14 Water Pipe by Open Cut (All Depths)
with Flowable Fill Backfill Per Detai l
WTR-029M) -In stall @
ONE: Hv1'1t:>REt:. Tw,,.i,y l'JINE. Doll ars
And t,Jo Cents $ IZ<t .~
Per Unit
B-4R (Addendum #3)
A m ount
Bid
$ ~ S,,J
$ Y,ti.o.~
oO
$ q1s-o. -
co
$ II~ 5'v0:-
c:O
$ \2900 .-
I
-
-
Pay
Item
8 .
9.
10.
11.
12.
CPMS
No.
BID-
00590
BID-
00590
BID-
00581
BID-
00618
BID-
00618
Estimated Unit
Quanti
215 LF
160 LF
75 LF
2 00 LF
370 LF
Name o f Pay Item with
Unit Price in Words
Pipe -Pressure -12 -lnch (Pressure Class
350 DI Water Pipe by Open Cut (All
D e pths) with Bac kfill Pe r Detail WTR-
029M) -In s tall @
CNE. HvNb~ ~£.JW Dollars
And !'Jo Cents
Per Unit
Pipe -Pressure -12 -Inch (Pressure Class
350 DI Water Pipe by Open Cut (All
Depths) with Flowable Fill Backfill Per
Detail WTR-029M) -Install @
Or-.lE H\JNb~EI:> F1P1y F,"E Dollars
And I-Jo Cents
Per Unit
Pipe -Casing -24 -lnch -(Steel Casing Pipe
with 12-Inch Pressure Class 350 DI Water
Pipe by Other Than Open Cut (All Depths)
(Restrained) with Stainless Steel Spacers
per Technical Specifications)-In s tall @
lrl~E. HvNt>£Et> 1i.J£~1Y E1e:,1-rr Dollars
And No Cents
Per Unit
Pipe -Pressure -8-Inch (PVC C-900 DR-
14 W ater Pipe by Open Cut (Al l Depths)
with Backfill P er Detail WTR-029M) -
In stall @
E:1<:MTy' ~li-lE Do llars
And No Cents
Per Unit
Pipe -Press ure -8-Jnch (PVC C-900 DR-
14 Water Pipe by Open Cut (All Depths)
with Backfill P er D e tail WTR-029M) -
In s ta ll@
ON& ~VNl>Ra. ~1R,y Dollars
And ~o Cents
Per Unit
Unit Bid
Price
$107.~
co $1ss.-
i:O $ 322>.-
$61,~
$ lsl>.'B
8 -SR (Addendum #3)
Amou n t
Bid
oO $23,CO~.-
j
cC $ i.4,eoo.-
00
$ 2.~ I £-cO;"
co
$ 17 e,oo.-
co
$ 481100.-
-
Pay
Item
13 .
14 .
I 5 .
16.
17.
18.
CPMS
No.
BID-
00616
BID-
00605
BID-
00726
BJD-
00719
BID-
00717
BID-
00749
Estimated Unit
Quanti
Name of Pay Item with
Unit Price in Words
Unit Bid
Price
120
60
4
6
6
11
LF Pipe -Pressure -6-lnch (PVC C-900 DR-
14 Water Pipe by Open Cut (All Depths)
with Backfill Per Detail WTR-029M)-
Install @
Dollars
And Cents
Per Unit
LF Pipe -Pressure -4-Inch (PVC C-900 DR-
14 Water Pipe by Open Cut (All Depths)
with Backfill Per Detail WTR-029M) -
Install @
Dollars
And )-Jo
cD
$ 78.-Cents
Per Unit
EA Valve -24-Inch -(Resilient Seated) Gate
Valve with Vault (Per Detail WTR-OOSM)-
Install @
And No Cents
Per Unit
EA Valve -16-lnch -(Resilient Seated) Gate
Valve with Vault (Per Detail WTR-OOSM) -
Install @
T~ TuovsA!-lt. OrJe:. HvNt>~ Dollars
d)
$ \0.~oo.-•
d>
And No Cents $ IO,loo .-~~----~------=-==
Per Unit
EA Valve -12-lnch -(Resilient Seated) Gate
Valve with Box (Per Detail WTR-002M) -
Install @
(A.jE 1t-l011Si:>tlb S£,1{.>,) ~u~t.RE:b Dollars
And ...lo Cents
Per Unit
EA Valve -8-Inch -(Resilient Seated) Gate
Valve with Box (Per Detail WTR-002M) -
Install @
Dollars
00 $1,700, -
co
And $Qro.-Cents 1
Per Unit
B -6R (Addendum #3)
Amount
Bid
co
$ 10 '3.20.-
ct:> $ t./,t,e,o.-
cD
$ 74 I.Joo.-
cO $ l,o, c.oo.-
•
cl:)
$ lD1.d>.-
Pay
Item
19 .
20.
21.
22.
2 3.
2 4 .
2 5 .
CPMS
No.
BID-
00745
BID-
00735
BID-
00748
BID-
0 0734
BID-
00722
BID-
00 54 6
BID-
00548
Estimated Unit
Quanti
6 EA
3 EA
2 EA
I EA
I EA
5 EA
25 VF
Name of Pay Item with
Unit Price in Words
Valve -6-Inch -(Res ilient Seated) Gate
Valve with Box (Pe r Deta il WTR-002M) -
In stall @
SeJE,J H"N~Ret> Dollars
And iJo Cents
Per Unit
Valve -4-Inch -(Resilient Seated) Gate
Valve with Box (Per Detail WTR-002M) -
Install @
hvE ~v,,11::>tEb Dollars
And t0o Cents
Per Unit
Valve -8-Inch -Blow Off -with Sump
Manhole (Per Detail WTR-015) -In stall @
E.l~T ,t-lou~AIVI:> Dollars
And No Cents
Per Unit
V a lve -4-Inch -Blow Off -with Sump
Manhole (Per Detail WTR-015)-In stall @
~I l( THOl)~At-lb £.lbijT H\JN~EI:> Dollars
And rJo C ents
Per Unit
Valve -2-Jnch Combination Air R e lease
a nd Vacuum Valve with V ault (Per Detail
WTR-014)-In s tall @
~IX °Tuovg.~t. fui1t. ~vNb~€b Dollars
And No Cents
P e r Unit
Fire H y drant (Per Detail WTR-006) -
In s tall @
-rwo ·n,-1oo~t. Sf;.-iS:N Hv"1~Eb Dollars
And No Cents
Per Unit
Fire H y drant-Barrel & Stem Extension -
Install @
,~ Hv1-1be.€t> N1l'l~TY Dollars
And No C ents
Per Unit
Unit Bid
Price
d)
$ ?t>D. -
$ £""00'?
co
$ e,a:o.-
cO
$ ~ .. eioo.-
$ &'100~
a>
$21700.-
$ Z.<fO~
B -7 R (Addendum #3 )
Amount
Bid
$ tJ.i.oo.~
d>
$ I Seo.-
cO $1&,COQ.-
oO $~,<ow .-
$ f.ttfoo~ I
co
$13,Sco.-
~ $ 712.5'0.
-
-
-
Pay
Item
26a.
26b.
26c.
27 .
28.
29.
30.
CPMS
No.
BID-
00569
BID-
00570
BID-
00571
Estimated Unit
Quanti
19 Ton
I L.S.
I L.S.
Name of Pay Item with
Unit Price in Words
Pipe Fittings -Ductile Iron -24-lnch and
Greater Ductile Iron Pipe -Install @
rJo 5,J Dollars
And .Jo B1c:I Cents
Per Unit
Pipe Fittings -Steel Pipe -In stall @
Jo B.J Dollars
And r-Jo 3,J Cents
Per Unit
Pipe Fittings-Bar-Wrapped Concrete Steel
Cylinder Type Fittings -Install @
0Nf. Dollars
And No Cents
Per Unit
Unit Bid
Price
$ No 8,J
$ No B,.J
$ l.,e
*Note: Bids should be submitted for only one of the pipe material alternates a, b, or c.
BID-7 Ton Pipe Fittings -Ductile Iron -20-Inch to 16-
00569 Inch Ductile Iron Pipe -In sta ll @
ONE. Dollars
And No Cents oO $ 1.-
Per Unit
BID-6.5 Ton Pipe Fittings -Ductile Iron -Less Than 16-
00568 Inch Ductile lron Pipe -Install @
ONE Dollars
CD
And No Cents $ 1.-
Per Unit
BlD-I LS Structure -(Raise 2" Air Release Outlet in
00711 Meter Box and Install Above Ground in
Lock Box Per Detail WTR-014)---Insta ll @
0-lE. Ti-toVSAt-lC> Dollars
And No co
Cents $1 <XX).-
Per Unit
BID-30 LF Water Service -2 Inch (Type K Copper
00763 Water Service Line to Meter Per Item D-
52.7)-In s tall @
Fi FTE&,j Dollars
And ..Jo Cents $ IS-:~
Per Unit
B-8R (Addendum #3)
Amount
Bid
$~ 13,J
$ rJo ts,cl
$1.~
oO $ 7.-
$ [;.':if!
$ I a:o~
a;>
$ ys-o.-
--
--
-
Pay
Item
31.
32.
33 .
34.
35.
36.
37.
.. l •
CPMS
No.
BID-
00553
BID-
00549
BID-
00767
BID-
00443
BID-
00458
BID -
01061
BID-
00404
Estimated Unit
Quantity
1 EA
2 EA
2 EA
50 LF
2 ,7 00 SY
10 Each
40 SF
Name of Pay Item with
Unit Price in Words
Meter Box -Class B (Per Item D-52 .7) -
In s tall @
IWO H IJ rJ C> It~!:> Dollars
And t-Jo Cents
Per Unit
Meter Box -(Remove and Salvage Existing
Water Meter and Meter Box Per Item D-28)
-Remove @
~~E€. HutJD~t> Dollars
And No Cents
Per Unit
Water Service -2 Inch -Tap to Main (Per
Item D-52 .7) -Install @
h"E. Hvt.1£:,f2f(:) Dollars
And tslo Cents
Per Unit
Pavement -Permanent HMAC Pavement
and Reinforced Concrete Base Repair (Per
Detail STR-029M) -Install @
~IXTY ().,)E, Dollars
And No Cents
Per Unit
Pavement-Concrete on 2/27 Concrete Base
(Per Detail STR-031 M) -In s tall @
Fo12..T)"' Five. Dollars
And No Cents
Per Unit
Signal-Loop Detector Saw Cut -Remove
and Replace @
Two ~OOSA,-)t> Dollars
And ,-jo Cents
Per Unit
Driveway (or Parking Lot) -Concrete
Repair (Per Item D-20) -Install @
Te....\ Dollars
And ~o Cents
Per Unit
,.
Unit Bid
Price
cD
$ 200.-
oO $ 3tx). -
oO $ Seo.-
$ {pl.'!:
$ ~~.re
cD i zpro.-
t:D $ 10.-
B -9R (Adde ndum #3)
Amount
Bid
ilCl $ zoo .
co $ l,cO. -
$1,0X>~
d)
$ :S,oso.-
ce.. $ \-z.\ s-ro.
<£ $Zo,cco.
$ yc,o.~
Pay
Item
38.
39 .
4 0 .
41.
42.
43.
44.
CPMS
No.
BID-
00134
BID-
00528
BID-
00423
BID -
00372
BID-
00542
BID-
00367
BID-
00547
Estimated Unit
Quanti
60 SY
1,800 SF
180 LF
3,320 LF
5 EA
3 EA
5 EA
Name of Pay Item with
Unit Price in Words
Grass -Hydromulch Seeding (Per Item D-
45) -Install @
rJo Dollars
And Twfa.>TY F,"E Cents
Per Unit
Walk (Concrete Sidewalk Repair Per D-20)
-Install @
TH~E. Dollars
And ~IF,Y Cents
Per Unit
Curb and Gutter (Per Item DA-24) -
Replacement @
FtFTE£.J Dollars
And tJo Cents
Per Un it
Trench Safety System for Depths Exceeding
5-foot (Per Item D-2 6)~ -Install @
i-Jo Dollars
And Ot-lE. Cents
Per Unit
Dehole Exploratory Excavation (Per Item
D-51)-Study@
ONe. 11-H>vSA~I::> Dollars
And rJo Cents
Per Unit
Water -Cut and Plug Existing Water Line
(At Different Locations Other Than
Proposed Water Improve ments) -Abandon
@
Two Tt-loo~t::. Dollars
And I-Jo Cents
Per Unit
Fire Hydrant (Remove and Salvage Existing
Fire Hydrant Per Item D-29) -Remove @
Rv~ Hvt.:1 bl2 Et::. Dollars
And t-Jo Cents
Per Unit
Unit Bid
Price
$ o~E
$3-~
d)
$IS.-
ol $0,-
00
$ l 1cco .-
$ Ztx:D~
I
d)
$ 5co ,-
B -!OR (Addendum #3)
Amount
Bid
rD $IS.-
c:JO $ ~.?:,co.-
$ 21700. c:!J
$ 33.78
cO $5,co:::>.-
co $~cco.-
co
$ z,sco.-
Pay
Item
45.
4 6 .
4 7 .
4 8 .
4 9 .
50 .
CPMS
No.
BID-
007 5 1
BID-
0075 2
BID-
0062 0
BID-
00181
BID-
00619
BID-
00 7 11
Estimated Unit
Quanti
9 E A
I EA
500 LF
I LS
I LS
I LS
Name of Pay Item with
Unit Price in Words
Valve -Gate (Remove and Salvage Existin g
G ate Valve I 2-ln c h a nd Sm a ll e r per Item D-
2 9) -Remove @
h>oR. ~ONC>~er> Dollars
And No Cents
Per Unit
Valve -Gate (Remove and Salvage Existing
G ate Valve 16-Inch and Larger per Item D-
29)-Remove @
Six HvNt>.:?~t> Dollars
And iJo Cents
Per Unit
Pipe -Press ure -Extra Depth Greater Than
I -foot (Depth Gre ater Than That Shown in
the C o nstruction Pl ans)-Install @
Fi 11E Dollars
And No Cents
Per Unit
Traffic Control (Per Item DA-117)-Install
@
S E,IIEN THOUS/\,.}~ Dollars
And No C e nts
Per Unit
Pipe -Pres sure -Cath odic Protection
System (Per DA-12 2 a nd Appendix B) -
In s tall @
~ Dollars
And ~o Cents
Per Unit
Structure (Connecti o n to E x isting 24 " Water
Line at Line A St a. 12+ I 0 . 7 1) -In stall @
C)I.JE. Dollars
And ,-.)0 C e nts
Per Unit
Unit Bid
Price
$ YOO .~
oO $ li,DO . -
~ $ s.-
a> $7exx>.-
$ \ '.£
cO $1.-
8-1 IR (A ddendum #3)
Amount
Bid
$ ':?., (s,(X). ce
$ fs,OO~
cO $'-~co. -
cl)
$7 cco .-
$ I.(£
$ 1.'£
/
-·
-
Pay
Item
51.
52.
53 .
54 .
55.
56 .
"'-·.
CPMS
No.
BID-
00711
BID-
00711
BID-
00711
BID-
00100
BID-
00433
BID-
00434
Estimated Unit
Quanti
I LS
I LS
1 LS
1 L.S .
280 EA
80 EA
Name of Pay Item with
Unit Price in Words
Structure (Connection to Existing 20" Water
Line at Line B Sta. 0+00) -Install @
O,)e. Dollars
And No Cents
Per Unit
Structure (Connection to Existing 24" Water
Line at Line F Sta. I +00) -Install @
ONE Dollars
And !Jo Cents
Per Unit
Structure (Connection to Existing 24" Water
Line at Line F Sta. 3+ 3 1.4 7) -Install @
CAJE. Dollars
And No Cents
Per Unit
Storm Water Pollution Prevention Plan
Greater than I Acre SWPPP Per Item D-67
-In stall @
Five. Tt-tovSA,-)C:. Dollars
And No Cents
Per Unit
Pavement Marking-Lane Markers Type II-
AA -4 (Per DA-69) -Install@
Tl.t1tEE Dollars
And ~o Cents
Per Unit
Pavement Ma rkin g-Lane Markers Type II-
C R-4 (Per DA-69) -In sta ll @
T~~ Dollars
And ~o Cents
Per Unit
Unit Bid
Price
c,O $ I.-
$ 1.l£.
$1~
cD
$ s,cco. -
oO $ 3.-
cD $ 3,.-
8 -12R (Addendum #3)
Amount
Bid
$1~
$ \~
$ I.~
r;f;)
$ S', cco. -
cD $ e:,..io .-
$ ZL.lo.ce
Pay
Item
57. -
58.
~
59. -
60. -
61.
....__
62.
'-
CPMS
No.
BID-
00435
BID-
00436
BID-
00438
BID -
00429
BID-
00472
BID -
00486
Est im ated U ni t
Quanti
300 EA
480 EA
280 LF
2,655 SY
2 60 CY
2,830 SY
.....
Name of Pay It e m wit h
Uni t Price i n Words
Pavement Marking-Lane Markers Type W-4
(Per DA-69) -Install @
Two Dollars
And Tw0.St-f F,v~ Cents
Per Unit
Pavement Marking-Lane Markers Type Y-4
(Per DA-69) -Install @
Two Dollars
And Tw(;"-'1Y ~I\)€ Cents
Per Unit
Pavement Marking-Stop Bar-White-18" -
Insta ll @
"'QeJ\/E Dol lars
And ,-.)0 Cents
Per Unit
Concrete Pavement ( 10 inch) -Install @
~IFTY Dollars
And Jo Cents
Per Unit
Pavement-Unclassified Street Excavation -
Remove (Removal Outside of Trench
Width)@
T \,\)f.,.)-ty l'J It,) e.. Dollars
And ~ F,F-!i'. Cents .,.,, ...... 4,, ..... Per Unit
Subgrade-8 inch-Lime Stabilized -Insta ll
(43 lbs/sy)@
TH3:E Dollars
And I-Jo Cents
Per Unit
Unit B id
Price
$ 2:Zf
2-z~ $ .-
$ lz .te
00 $SO.-
$ 2'f .~
$3~
B-IJR (Addendum #3)
A m o unt
B id
$ 1.11,; '!-
$ l,OBD~
cD $ 3,3t-o.-
cc $ l?,z:-,so. -
r
ao $7£,70.-
(D
$€,Y<fD.-
Pay
Item
63 . _..
64.
CPMS
No.
BID-
00496
BID-
00442
Estimated Unit
Q ua n ti
65 Ton
100 L.F .
Name of Pay Item with
Unit Price i n Words
Subgrade-Lime for Stabilization -Install @
OslE. H\)t..)(>~e.t> --ru,~,y F,ve. Dollars
And .Jo Cents
Per Unit
Pavement -2-inch HMAC -Temporary
(Pavement Repair Per Figure STR-030M) -
Install @
01'lE. H \) Nb IZ et> Dollars
And t--k Cents
Per Unit
Unit Bid
Price
$ i.~s .ce
cD $ 1ro .-
Amou nt
Bid
c,O $ e,,7,t;;,-
d) i \o,a;o.-
*Note: Shop Drawings for the 24-inc h wa te r pipe sha ll be submitted to the City wit h the Contracto r 's p roposal
pe r DA-56.
TOT AL: SECTION A (WATER)
(Transfer Tota l to Page B-23R)
B -14R (Addendum #3)
L" fD fl I 1st o U C I e
Q u antity o f
Fitti ngs
I
5
8
I
6
2
I
2
I
2
I
6
I
I
2
2
I
2
I
I
I
2
2
10
I
I
I
2
2
2
I
3
3
4
2
2
I
2
4
4
I
I
I
I
I
I
Tota l Weig h t
. ,
ron F " f ~ SECTION A WATER MAIN RELOCATIONS 1t rn2s o r -:
Size of Fitting Type of Fitting Weight pe r
Fitti n g (lbs.)
24-inch 90 DEGREE BEND \ozs
24 -inch 45 DEGREE BEND 7~~
24-in c h 11.25 DEGREE BEND -,-,o
24-inch x 6-inch TEE t..,14'
24-inch x 8-inch TEE (,Z.1
24-inch x 16-inch TEE L,C.,;,
24-inch x 24 inch TEE 0YI
24-inch PLUG Z,r:rz...
24-inch x 12 inch REDUCER s~o
24-inch WYE -i.:; 16'"'
20-inch 45 DEGREE BEND ~:So
20-inch PLUG ,~,
20-inch x 16 inch REDUCER 470
16-inch 90 DEGREE BEND 430
16-inch 45 DEGREE BEND :,40
16-inch 22.5 DEGREE BEND 3'i!>'
16-inch 11.25 DEGREE BEND '31-1 £""
16 -inch x 6-inch TEE -z:z."1
16-inch x 12 -inch TEE 'Z e,1
16-inch x 16-inch TEE 32;.
16-inch PLUG "13
16-inch x 12-inch REDUCER }O~
16-inch WYE (ooo
12-inch 45 DEGREE BEND -z.1~
12 -inch 11 .2 5 DEGREE BEND z.:z.o
12 -inch x 4-inch TEE e,o
12-inch x 6-inch TEE 9'>
12-inc h x 8-inch TEE \0-Z..
12-inch x 12-inch TEE IS1.g
12 -in c h PLUG 1.,7
12-inch SOLID SLEEVE ,c..
12-inch x 8-inch REDUCER I 11$"
12-inch WYE 5"~~
8-inch 90 DEGREE BEND IZ.~
8-inch 45 DEGREE BEND 110
8-inch x 4 -inch TEE t,I
8-inch x 6-inch TEE 7S
8-inch x 8-inch TEE 'o7
8-inch PLUG ~
8-inch SOLID SLEEVE Lj<,
8-inch x 6-inch REDUCER <'IS"
8-inch WYE 2-Z.$
6-inch 9 0 DEGREE BEND ~
6-inch SOLID SLEEVE ;,;
4-inch PLUG 11.
4 -inch SOLID SLEEVE 'Z-0
---'->.,..S+-/'-'6_:r ____ lbs. ( ___ 19_,_o_J ___ Tons)
8 -J SR
Total Weigh t
(lbs.)
\O'Z.5
~77,;-
l.,lvO
C,(C,
>' "Z..C.,
I '3-Z.C,
~I
'-I~
~S"O
4~~0
~~o
Cfl'o
4,o
~-r,o
(J,f>O
(,"I 0
"3,~t;"
45""'o
UI
~2~
9-z,
urlO
Z..000
Z..lS"o
1.2-0
~
9>
2-0<-t
~l'Z..
1:.'-l
"116
4q~
\uo ,;-
>00
z:2..0
1-Z--i..
-,,;-
\7'-i
1'-J'I
l 'o'1
95
z_-z_~
0$"'
?"
1-z..
2.o
(A ddendum #3 )
SECTION B (SEWER)
City Project No. 01468; Sewer Project No. P275-707170146883
Pay
Jtem
I.
2.
3.
4.
5.
CPMS Estimated Unit
Number Quan ti
BID-20 LF
00121 -
BID-10 LF
00121 -
BID-870 LF
00286
BID-570 LF
00286
BID-490 LF
00121
Name of Pay Item with
Unit Price in Words
Pipe -Sewer -20-lnch (Pressure Class 250
DI Sewer Pipe with Protecto 401 Internal
Lining by Open Cut with Backfill Per Detail
WTR-029M) -Install @
Two l-111...)C>~e.b ~E.1-)"?y' f.11:,1,4, Dollars
And ,Jo Cents
Per Unit
Pipe -Sewer -20-Tnch (Pressure Class 250
DI Sewer Pipe with Protecto 401 Internal
Lining by Open Cut with Flowable Fill
Backfill Per WTR-029M) -Install @
Tit~ H\JNC>~ 5JX'fy' ,J,i.le: Dollars
And No Cents
Per Unit
Pipe -Sewer-21-Inch (PVC PS 46 ASTM
F-679 Backfill Per WTR-029M) -Install @
Two ~\)tJC)£6.b Fo~T)'.'.'. ONE. Dollars
And No Cents
Per Unit
Pipe -Sewer-21-lnch (PVC PS 46 ASTM
F-679 Flowable Fill Backfill Per WTR-
029M) -Install @
FooR Hl.:l/'lC>2Gt::> E.te:n.r Dollars
And iJo Cents
Per Unit
Pipe -Casing -36-lnch (Steel Casing Pipe
with 20-lnch Pressure Class 250 DI Sewer
Pipe with Protecto 40 I Internal Lining by
Other than Open Cut with Stainless Steel
Spacers Per Technical Specifications) -
Install @
51 x Hor-Jt:.tz&b tll:,ttT-y' Ei<M, Dollars
And tJo Cents
Per Unit
Unit Bid
Price
<P $ 2-,e,. -
$ 3lll ~
$ ~l.<e
$YOB~
$ l900~
B -16R (Addendum #3)
Amount
Bid
$ 5,5t-o.ce
d> $ ?:.,L,'fO .-
rs:>
$ Zo'1 t,7o:-
llD
$ l->Z,S"LPD.-
j
cl)
$~~7,IW.-
Pay
Item
6 .
7 .
CPMS Estimated Unit
Number Quanti
BID-90 LF
00121
BID-250 LF
00350
Name of Pay Item with
Unit Price in Words
Pipe -Sewer -12-lnch SDR-26 PVC (by
Open Cut with Flowable Fill Backfill per
WTR-029M)-Install @
Two ~\)Nl>IZ.Eb T~,~TY El(,liT' Dollars
And No Cents
Per Unit
Pipe -Sewer -8-Inch SDR-26 PVC (by
Open Cut with Backfill Per WTR-029M) -
Install@
F1Fry' Tt-li.tEE Dollars
And No Cents
Per Unit
Unit Bid
Price
$ 2'38~
$ ~:!,.~
*Cont ractor must complete the City approved product form at the end of this section on page B-16.
8. BID-90 LF Pipe -Sewer -8-Inch SDR-26 PVC (by
00350 Open Cut with Flowable Fill Backfill Per
WTR-029M) -Install @
O~e: H\)Nt>~ tHIJ:!.,Y FOQ/<t Dollars
And iJo Cents
Per Unit $13~.'£.
9. BID-190 LF Pipe -Sewer - 6-lnch SDR-26 PVC (by
00330 Open Cut with Backfill Per WTR-029M)-
Install @
F,p.;y Dollar s
And No Cents d)
Per Unit $ so.-
10 . BID-160 LF Pipe -Sewer -6-Inch SDR-35 PVC (by
00331 Open Cut with Backfill Per WTR-029M) -
In s tall @
~~'T"t 511:,HT Dollars
And No Cents $ YB.(£_
Per Unit
B-17R (Addendum #3)
A mount
Bid
$ Zl/ho'.'2-
cC $ 1312.Q>.-
a) $1'2 oo0.-
$9 Qi)~ '
a,
$ 7,£!.'cl:>.-
Pay
Item
I l.
12.
13 .
14.
15.
16.
CPMS Estimated U nit
N umber Quan ti
BID-I EA
00203
BID-4 EA
00213
BID-2 0 VF
00214
BID-6 EA
00952
BID-80 VF
00953
BlD-4 EA
00944
Name of Pay Item with
Unit Price in Words
Manhole -Junction Sanitary Sewer
Structure on Sanitary Sewer Line A at Sta.
I +00 Per Item D-26 -Install @
s,~&J T!MA!lb ~lt.J!:c HurJt>CU:t:. Dollars
And No Cents
Per Unit
Manhole -Std. 4-Foot Diameter (to 6-Foot
Depth) Per Item D-26 and Dtl. SAN-003/30
-Install @
THl!€E 1Ho~JJ1> T~eEF: ~l)tJ~ Dollars
And No Cents
Per Unit
Manhole -Std. 4-Foot Diameter-Added
Depth (over 6-Foot Depth) Per Item D-26
and Dtl. SAN-003/30 -In sta ll @
Et&H'tY' fuoR Dollars
And No Cents
Per Unit
Manhole -Mod. Type "A" 5-Foot D iameter
(to 6-Foot Depth) Per Item D-26 a nd Dtl.
SAN-002M/30 -Install @
FivE T\fous~~ ~,~ ~1.>N b.1<.'.E.t> Dollars
And l'-Jo Cents
Per Unit
Manhole -Mod. Type "A" 5-Foot
Diameter-Added Depth (over 6-Foot Depth)
Per Item D-26 and Dtl. SAN-002M/30 -
Inst a ll @
ONE. HUN~ ~l~Ty' ~~ Dollars
And !\lo Cents
Per Unit
Manho le -Drop Mod . 5-Foot Diameter (to
6-Foot Depth) Per Item D-26 and Dtl. SAN -
005M/30 -In s tall @
$e..JE,..) Ti-10\l.SAi.Jb. NINE ~\)Nb,Reb Dollars
And No Cents
Per Unit
Unit Bid
Price
cD $ \i,,/fct>. -
00 $3,3oo.-
$~-ce
$ S.(.1CO .C£..
•
$ 13{'!:?
tO
$ ],'jco .-.
B -18R (Addendum #3)
Am ount
Bid
cD $ Ho,'1Q'.>. -
$ t~,U>C>-~
$ I l>OO.~
ce
$ '33,ls,co. •
00
$ lo,?zo.-•
c:O
$ s1 1 Loco.-
Pay
Item
17.
18.
19.
20 .
21.
22 .
.
23.
CPMS Estimated Unit
Number Quan ti
BID-60 VF
00945
BID-14 EA
00198
BID-I EA
00200
BID-2,390 LF
00201
BID-2,400 LF
00202
BID-JO EA
00205
BID-220 VF
00211
Name of Pay Item wit h
Unit Price in Words
Manhole -Drop Mod . 5-Foot Diameter-
Added Depth (over 6-Foot Depth) Per Item
D-26 and Dtl. SAN-005M/30 -Install @
0Nt \-\vt.:1~ T1-ll~"1'/' Foo~ Dollars
And rJo Cents
Per Unit
Collar -Manhole (Per Item 0-26 and Dtl.
SAN-009/30) -Install@
Tl-liz.a; Hw.it.eeb F, FTY Dollars
And No Cents
Per Unit
Filter -Medic Odor Control (Per Dtl.
142/31) -Install@
T~l?EE. 1\.(0V.SA~C> 8 l:oHT" HON~ Dollars
And 1'lo Cents
Per Unit
Inspection -Post Construction Cleaning &
TV (Per Item D-37) -Study@
No Dollars
And ~,-y Cents
Per Unit
Inspection -Pre-Construction Cleaning &
TV (Per Item D-34) -Study @
ONE Dollars
And F1F-1Y Cents
Per Unit
Abandon Existing Sanitary Sewer Manhole
Per Item DA -133 @
ON~ "°THoU.SANb f;~~ H~N~2E.b Dollars
And No Cents
Per Unit
Manhole -Paint & Coating -Interior
Protective Coating (Per Item DA-15) -
Install@
~E. HuNt::.li?-Eb ~ Fi\lE. Dollars
And r-Jo Cents
Per Unit
Unit Bid
Price
$ )3{~
"° $ 3So.-
DO $ s,w.-
$ o:7£-
$I~
$(,Sto~
$IYS~
B -19R (Addendum #3)
Amount
Bid
$ Bp./o. cg_
$Y 19CO~
$~ ea,~
co $ 1,£,,3.-
«:> $3~-I •
Cl:> $ l<;'ctO.-
d> $ 31 joo.-
I
Pay
Item
24 .
25.
26.
27 .
28 .
29.
CPMS Estimated Unit
Number Quan ti
BID-15 EA
00217
BID-7 EA
00362
BID-I EA
00367
B[D-2,250 LF
00372
BID-I LS
00100
BID-I LS
00181
Name of Pay Ite m with
Unit Price in Words
Manhole -Vacuum Test (Per Item 0-35) -
Services @
~E ~Oi.)l>~Et:. F1\lE Dollars
And tJo Cents
Per Unit
Sewer Service -6-lnch 2-way Cleanouts
(Per Item 0-60 and Dtl. SAN-011/30) -
Install @
TH~ ~\IN~Et> F1F,y Dollars
And No Cents
Per Unit
Sewer -Cut and Plug Existing Sanitary
Sewer Line (At Different Locations Other
Than Proposed Sanitary Sewer
lmprovements) -Abandon@
t.lb-~T' HvNC>~e,t. Dollars
And No Cents
Per Unit
Trench Safety System for Depths Exceeding
5-foot (Per Item 0-26) -Install@
No Dollars
And ONe. Cents
Per Unit
Storm Water Pollution Prevention Plan
Greater than I Acre S WPPP Per Item 0-67
-Install @
ON1; Dollars
And rJo Cents
Per Unit
TrafTic Control (Per Item DA-117)-Install
@
Five. Tuav~t:> Dollars
And ~C> Cents
Per Unit
Unit Bid
Price
$ \OS.~
$ 3f;o.ca
co $ £:,a:>.-
$ 0.01
$1~
$5,ro::>.~
I
B -2 0R (Addendum #3)
Amount
Bid
$ \/;;7s.<!!
$ Z,'-lso .ce
$eco~
$ iz .S"2
$ 1.ce.
c,;:, $ s;a:o.-
Pay
Item
30.
3 I.
32 .
33 .
34 .
35.
36 .
... . ..... ' J
CPMS Estimated Unit
Number Quan ti
BID-550 SY
00134
BID-520 SY
00458
BID-610 LF
00443
BID-90 LF
00423
BID-750 SF
00528
BID-1,270 SF
00404
BID-30 EA
00433
Name of Pay Item with
Unit Price in Words
Grass -Hydromulch Seeding (Per Item D-
45) -Install @
No Dollars
And Tw6.J"ty F1v~ Cents
Per Unit
Pavement-Concrete on 2/27 Concrete Base
(Per Detail STR-031) -Install @
FIFTY ~E~E--J Dollars
And !'lo Cents
Per Unit
Pavement -Permanent HMAC Pavement
and Re inforced Concrete Base Repair (Per
Detail STR-029M) -Install @
>1x,y 01\JE Dollars
And No Cents
Per Unit
Curb and Gutter (Per Item DA-24) -Install
@
hFnE...) Dollars
And No Cents
Per Unit
Walk (Concrete Sidewalk Repair Per Item
D-20) -Install @
Tl-1tEE Dollars
And F•FTY Cents
Per Unit
Driveway (or Parking Lot) -Concrete
Repair (Per Item D-20) -Install @
F1'1E Dollars
And !Jo Cents
Per Unit
Pavement Marking-Lane Markers Type II-
AA-4 (Per DA-69) -Install @
Tf.te-EE D o llars
And No Cents
Per Unit
Unit Bid
Price
$ o .'§.
i 51 _ce
$ t-1.~
i:D $ IS-.-
$ 3.~
$S.~
$'s.~
B-21R (Addendum #3)
Amount
Bid
$ l'!.7 .~
i Z.9,t,'-lo~
oO i 3.71 Zlo. -
CIO $ l,3S'o.-
$ZC.Z5.~
co
$ ~,:so. -
r:J)
$ 'lo .-
Pay
Item
37.
38.
39.
40.
4 I.
42.
43.
CPMS Es timated Unit
Number Quanti
BID-10 EA
00434
BID-20 EA
00435
BID-80 EA
00436
BID -2,175 SY
00429
BID-215 CY
00472
BID-2,320 SY
00486
BID-50 Ton
00496
Name of Pay Item with
Unit Price in Words
Pavement Marking-Lane Markers Type II-
CR-4 (Per DA-69) -In s tall @
TI-IIZEE Dollars
And No Cents
Per Unit
Pavement Marking-Lane Markers Type W-
4 (Per DA-69) -Install @
Two Dollars
And T~Tt f\\lE Cents
Per Unit
Pavement Marking-Lane Markers Type Y-4
(Per DA-69) -Install @
Two Dollars
And TwEN,-y F,"e. Cents
Per Unit
Concrete Pavement ( 10 inch) -Install @
F1r-ry Dollars
And No Cents
Per Unit
Pavement-Unc lassified Street Excavation -
Remove (Removal Outside of Trench
Width)@
Tw&.>l"Y tJ t~E: Dollars
And F1~"tY' Cents
Per Unit
Subgrade-8 inch-Lime Stabilized -Install
@ (43 lbs/sy)@
°TitEEE-Dollars
And No Cents
Per Unit
Subgrade-Lime for Stabilization -Install @
OJc HONt>Rt:t> Tu12w Fi11E Dollars
And >-)O Cents
Per Unit
Unit Bid
Price
ex, $~.-
$ 2.~
~ $ z. -
cl> $ S-o.-
$?..Cf.~
$ s .1£
$ 135:ce
B -22R (Addendum #3)
...
Amount
Bid
"° $30.-
$ i.J~.e
$100~
$ \OBJSD~ .
9)
$ (, '3.'42. -
co $ l.,,CJ.1.,0 , -
cQ $ (.,,~o.-
Pay
Item
44 .
CPMS Estimated Unit
Number Quan ti
BID-100 L.F.
00442
TOT AL: SECTION B (SEWER)
Na me of Pay Item with
Unit Price in Words
Pavement -2-inch HMAC -Temporary
(Pavement Repair Per Figure STR-030M) -
Install @
~E ~1),-)C>RE.b Dollars
And i,jo Cents
Per Unit
Un it Bid
Price
$ lcO.ce.
Amount
Bid
$ \OCCO.~
(Tra nsfer Total to Page B-23R)
SUMMARY OF UNIT I BID
SECTION A (WATER)
SE CTION B (SEWER)
UNIT I -WATER AND SANITARY SEWER
zo $ 2,f.p~o,,3'-/. -
(Transfe r Total to Page B-35R)
Name o f pre-qu a lifi ed subcontractor for water and s anitary s ewer installation (if applic a ble):
B -23R (Addendum #3 )
05 1 10 1 2010 18:18 FAX 8173355070
~.,
UNIT II
PAVING AND D~L~AGE
City Project No. o,143; TPW Project No. Cl00-207230014383
Pay CPMS i Estimated Your Your
Item No. Quantity Unit Description Unit Bid Price
l. BID-195 Cubic 6" Topsoil -Install @
00147 Yard
-6€." 61'JTE~ Dol)~r~
And No Cents
Per Unit $17.00 ~11 l'i.OO
2 . BID-5 Each Vault-Vault Adjustmait to Final Grade -
00752 Rehab@
""Tll~ Hoivt>~b F1FTy' D2llan
And NO Cents
Per Unit $350.00 $1.750 .00
3. BID-12 Each Valve BClx. -Adjustment to Final Grade @
00847
Tl-I~ ~\),.l~ hFTY Dollars
And /'Jo Cen~
PerUoit US0.00 $4 200J)()
5. BID-9 Each Manhole -Adjustment to Final Grade @
00849
Tl-l2EE. Hl)J.> t>t:ie.c. F1F1Y Dollars
I And No Cs;nts
' ' Per Unit $350.00 q;11so .oo
6. BID-! l Lump Marking-Striping & Raised Pavement Markers
00177 Sum (as shown on page 39-42 of Unit II drawings)
! Install@
I
I t=i"c Ti.tol)SA,,.)t::,. Dollars I
i
N o I And Cenl:l! I aO a:,
I Per Unit s scxo:-s S,exx>.-
7. BID-' I Lump Traffic Control -Install @
00181 I Sum
i S11c 'rt-40\J.s.AN ~ Dollars
i
And No Ceots (P ao i Per Unit s ~,tx:o .-~ u,coo .-
8. BID-785 Square Driveway-Remove @
00402 I Foot
i ~ D2llan
Apd NO Cent8
t. 7e,5'~ i
$ 1.<£ Per Unit
B -24R ~dum#4)
Pay CPMS Esti m ated Yo ur You r Ite m No. Q ua n t ity Unit Descriptio n U nit Bid Pric e
9. BID-785 Square Concrete Driveway-6 inch -Install@
00404 Foot
'51 l( Dollars
And No Cents d) $ y7 10 .C£. Per Unit $ ~.-
10. BID-35 Linear Curb & Gutter-Remove (at Un iversity Drive)
00424 Foot @
Two Dollars
And !=1 FTy' Cents
Per Unit $2·~ $ 67.~
11. BID-4,170 Square Concrete Pavement (IO inch) -Install (For
00429 Yard quantity on storm drain side)@
f:i Fi-y' Dollars
And .J o Cents ~ di
Per Unit $ So .-$2o85a:>,-
12. BID-3,985 Square Pavement Repai r-Concrete with Flowable Fill
00458 Feet (per STR-031 M) (at University Drive)-Install
@
TvJE.IJe. Do ll ars
And N o Cents
$12.~ cl)
Per Unit $4 7ezo.-
.... 13 . BID-1,680 Square Pavement -HMAC Level Up (for Temporary
00463 Feet Transition pe r Sheet 11 A) -Install @
T Wo Dollars
And HF,Y Cents cD
Per Unit $2.~ $ y"ZCO , -
14 . BID-4,095 Square Brick Paver (at Rip Johnson intersection) -
00466 Foot Remove @
!'J o Dollars
And f'1FTY Cents
Per Unit $0 .~ $ 20'l7.~
15. 131D -1,9 00 Cubic Pavement-Unclassified Street Excavation -
00472 Yard Remove (For quan tity on storm drain side)@
TWbt.)'fY' ,J,,.,,E Dollars
And /(,II,, +:+ff F,F!t Cents c:O <p
,tt1 .... Per Unit $Z 1--$ ':, I, OSt>.-
B -25R (Addendum #3)
> .........
f • • ,.
Pay CPMS Es tim ated Your Your Item No. Quantity Unit Description Unit Bid Price
16 . BID-4,640 Square Subgrade-8 inch-Lime Stabilized -Install (43
00486 Yard lbs/sy) (For quantity on storm drain side)@
~~ Dollars
And tJo Cents
Per Unit c:IJ $ s..-rs, s 1:sqzo.-
17. BID-100 Ton Subgrade-Lime for Stabi lization -Install (For
00496 quantity on storm drain side)@
e»:IE ~UNt>li?a> ~12-l>' F.11£ Dollars
And t-lo Cents
Per Unit
cs,
$13S.-Cl> $13,Qx:>.-
18. BID-7 Each Sign-Street signs -Remove and Replace @
00506
Tuizee H"Nbl2Eb 'fweN'TY hV£ Dollars
And t-lo Cents co $ 2 Z..7~.re Per Unit s si~. -
19. BID -7,285 Square 4" Concrete Sidewalk -Install @
00528 Foot
THRE.E Dollars
And SE\1&,-),y F,ve Cents ~
Per Unit ss:i $ 2.-7. 3.1 e,, -
20. BID -7 ,2 85 Square Concrete Sidewalk -Remove @
00529 Foot
OrJe. Dollars
And lJo Cents rP
Per Unit $ l ,0£. s 7 z~s-:-
21. BID-7 Each Sidewalk-ADA Wheelchair Ramp -Remove
00533 @
T~ I ~TY F1 \IE Dollars
And 1,)0 Cents
Per Uni"t $ 35'.9-$ z.~~. '£
22. BID -2 ,22 0 Linear Curb-6 inch -In s tall @
00842 Foot
H;)\/~ Dollars
And No Cents (:IJ
Per Unit sf~ se.eeo.-
23. BID-,., Eac h Light-Concrete Foundation Type I , 2 & 4 -.)
00967 Remove and Replac e @
ON£ T~OIISA!-)1:> ~\\If: ~\JtJb~€b Doll a rs
And No Cents
CD s LJ,£<::o~ Per Unit $ l,Sro,-
B -26 R (Addendum #3)
Pay CPMS Estimated Your Your Item No. Quantity Unit Description Unit Bid Price
24. BID-7 Each Walk-ADA Wheelchair Ramp -Install @
01227
~,x Hl.l,U>~I> Dollars
And No Cents c,O $ y-zoo~ Per Unit $ /.,o().-
25. BID-520 Square Bermuda Grass-Sod -Install @
00137 Yard
Two Dollars
And SIXTy' Cents
Per Unit sz.".£.. $ I 35z.'8
26. BID-5 Each Electrica l Ground Box -Remove and Replace
00391 @
~e-Tl-lo.i.s.A.:>b ~'"~ Hvr-Jt:.~Eb Dollars
And tJo Cents d> co Per Unit $ l,si:o.-$7,t;;co.-
27. BID-6 Each Signa l-Loop Detector Saw Cut-Remove and
01061 Replace @
Two T~t>l>SANb Dollars
And ~o Cents co cO
Per Unit $2 ccc.-$ IZ cc:o .-
28. BID-17 Cubic Headwall -Install @
00069 Yard
Fo.>~ H\)l,\~b 80-Hl'Y' Dollars
And rJo Cents ,:J) cO Per Unit $ '100.-$SJ~.-
2 9. BID-I Lump Headwall -Remove @
00070 Sum
~ TI-Joog,.l-lb F,vE;. HvNt>l:!E~ Dollars
And iJo Cents
Per Unit $\500.~ $ I 9:£,,ce.
30. BID-1,422 Linear Concrete Pipe and Box-Remove (A ll s izes per
00080 Foot plans)@
Jl.w-)ly Dollars
And ~o Cents
$ 20.1:£
cP
Per Unit $ Z..S.'-f4D,-
31. BID-217 Linear Pipe -21 inch-CL JI] -Install @
00081 Foot
ON~~ ~IR.iY Ft"e: Dollars
And tJo Cents <e. d,;)
Per Unit $ \3S. $ -z., Z-'tS.-
B -2 7R (Addendum #3)
' • f' .,
•
Pay CPMS Es tim a te d Yo ur Yo ur It e m No. Q u a nt ity U nit Desc rip tio n U nit B id Price
32. BID -ISO Cubic 18 " Rock RipRap -Instal l @
00092 Yard
s, lC1Y Fi \IE. Do ll ars
And i-.lo Cents
Per Unit $ /,S .1>£ $ 't,'750~
33. BID-I Lump Storm Water Po llution Preven tion Plan > Than
00100 Sum I Ac SWPPP -Insta ll @
ONE Do llars
And No Cents
Per Unit $ l.ie r::f()
$ 1.-
34. BID -10,300 Cubic Unclassified Trench Excavation & Backfi ll -
0010 1 Yard l nstall @
Jo Dollars
And 0Nc.. Cents ol
Per Unit $D.-$1os.~
35. BlD -10 Each Inlet -Remove @
00102
H\JE H\JtJl)~e.t:. Dollars
And No Cents
Pe r Unit
a:)
$ Seo.-co $ S-:o::o.-
36. BlD -I Each In let-Recessed -IO ft -In s ta ll @
0011 I
T ~ Tl4 oll.SAt,)~ 1="1vE \.I VN D~t.t. Dollars
And No Cents tO cO
Per Unit $ 2,£;cc,.-$2,Q:o.-
37. 810 -9 Each ln let-Recessed-20 ft -Insta ll @
00113
~ T~PINt> fuv1t Hv..it.~ Dollars
And No Cents
Per Unit $'4Hro~ $ 3.Cf I.Ji;O'!-
38. BID -3 Each Manho le -Insta ll @
00 1 15
Oi-J ~ -rnoo.sAA t. !=01:>~ 1-loN b.RE I:> Dollars
And No Cents
Per Unit $ I 4a,~ $ t.J,2':0.ce
39. 810 -., Each Manho le -Remove @ .)
00116
~lcEE. HVNC>~ Do ll ars
And No Cents
Per Unit $ 7>(0.~ $ 9 00.i!>
B -28R (Addendum #3)
..... ~.
P ay CPMS Es tim a te d Yo ur Y our It e m No. Qu a ntity U nit D esc ripti o n U nit B id P ric e
40 . BID-I Each C u stom J unction Box -Install @
00121
IW&.lTt ~E;.,Je.,.l Tt-\o\l~t\NC> Dollars
And .J o Cents $)
Per Uni t $ 27,a::o .-$ ?-7 ca>.ce.
41. BID-640 Square Turf Reinforcement Mat -Install @
00121 Yard
OrJe. Dollars
And No Cents
Per Unit $ 1.c£ $ (s.Y O ~
42 . BID-1,100 Square Grass-Berm uda Hydromu lch -In sta ll @
00131 Yard
J o Do ll ars
And T"-l~/ t:"1.ie. Cents
Per Unit $0.1'~ $ 27>.";
43. BID-1 Eac h Tree -Remove @
00183
ON E Hv.i b ~Eb. Dollars
And No Cents
cO (I)
Per Unit $ loo.-$ 100.-
44. BID -1,397 Linear Trench Safety System 5 foot Depth -Install @
00372 Foot
No Dollars
And ONE Cents ol Per Un it $0.-$1 3:?
45. BID -108 Linear Box Cu lvert -11 ' x 6' -Insta ll @
00863 Foo t
M>VR. \.\\JNb~t. F, l=Ty' ~E\/Ea.) Doll ars
And No Cents
$'1~7.1£.
~
Per Unit $ Lf'f 3~-:
46. BID -2,214 Linear Box Cu lvert -9 ' x 6' -In s ta ll @
00894 Foot
T~~ ~VN~ SE."ENTY ~t~r Dollars
And ,-.Jo Cen ts ~ ~
Per Uni t $378. $ 'o?I~ '2ff2.
47 . BID-19 Linear Pipe-18 inch -C lass III -Replace @
00908 Foot
0Nt H~I)~ ~VEN~e:,.) Dollars
And No Cents
Per Unit $\17.~ $ Z"Z.'Z3~
B -29R (Addendum #3)
. ,
,. r , .
Pay CPMS Est im ated Your Your Item No. Quantity Unit Description Unit Bid Price
48. BID-1,800 Square Temporary Shoring of Retaining Wa ll -Install
01208 Foot @
(wE,,l"t£'.'. F,-,E. Dollars
And No Cents
(P Lf ce Per Unit $2S. -$ ;;,cro .
49 . BID-I Lump Structure -(Temporary Connection of 2-9'x6'
00051 Sum Box Culverts to Existing 72" Storm Drain
(Approx. Sta . 1 +50)) Install @
f\l1,-lc:: '!MOl)~b, Dollars
And No Cents
Per Unit $9 cro'! d>
$ 9 cro.-
TOTAL FOR UNIT II (PAVING & DRAINAGE):
(Transfer Total to Page B-35R)
B -30R (Addendum #3)
U NIT 111 '
P A VING & DRAINA G E
C i ty Project N o . 00 143 ; TPW P r oj ec t No. C200-2 072 3 00 14383
Pay CPMS Est i ma ted Yo ur You r Ite m No . Q uantity Un it Desc riptio n U nit B id Price
l. BID-I Lump Traffic Contro l -Install @
00181 Sum
0-JE. Dollars
And No Cents
Per Unit $ 1.ae $1.~
2. BID -3,700 Square Pavement Repai r-Concrete with Flowable Fill
00458 Foot (per STR-03 1 M) (at Rip Johnson Road) -
Install@
"11-l 1 £.~EN Dollars
And ~1/:-Ty' Cents so
Per Unit $13.. -$ ycy 95'0~
3. B ID-1,45 0 Square Brick Paver (inside wa lk of Burnett-Tandy
00466 Foot ROW) -Remove and Replace
~L--t-Jo
II\' .....
F111c Dollars
And Y'-F "10 Cents
1\t< ..... Per Unit $S".~ $ 7 zr;o':2-
4 . BID-9 ,200 Square 4" Concrete Sidewa lk -Install @
00528 Foot
TM~ Dollars
And F1Fty Cents re
Per Unit $ s . .,~ $ 3."2, zco. -
5. BID-9,200 Square Concrete S idewalk -Remove @
00529 Foot
0~£ Dollars
And No Cents
Per Unit $ I-~ CJ)
$ 'l ,-z«>. -
6. BID -I Each Manhole -Ins tall @
00115
OivE T~oo~c:. ~It. HvNC>R.€b Dollars
And No Cents
Per Unit $ 1,<Jc:o .ce $ I ~o o ~
7. BID-726 Linear Pipe -24 inch-CL Ill -Install @
00082 Foot
!:,eJe:,.hy T ..JO Dollars
And No Cents cD
Per Unit $ -rz .ce $~2Z72.-
B -31R (Addendum #3)
~ .J
Pay CPMS Estimated Your Your Item No. Quantity Unit Description Unit Bid Price
8. BID-210 Linear 8" PVC Sch. 40 Storm Drain Lateral -In stall
00121 Foot @
11-\ 112:r,; Dollars
And No Cents cO oO
Per Unit $ 3.o.-$~.sco.-
9. BID-30 Linear IO" PVC Sch. 40 Storm Drain Lateral -In stall
00121 Foot @
T~iet):'.'. FivE Dollars
And ~o Cents d)
$ l,OQ?.~ Per Unit $>~--
10 BID-726 Linear Trench Safety System 5 foot Depth -Install @
00372 Foot
No Dollars
And ()NE Cents
$ o.o! Per Unit $ 7.'!!
I I BID-I Lump Storm Water Pollution Prevention Plan Less
00099 Sum Than ( <) I Ac SWPPP -In stall @
~IV~ HVNb~E~ Dollars
And No Cents fl> dJ Per Unit $ Seo.-$ Seo.-
12 BID-500 Cubic Unclassified Trench Excavation & Backfill -
00101 Yard In stall @
~o Dollars
And ONE Cents ol dJ
Per Unit $ o.-$5", -
TOT AL FOR UNIT III (PA YING & DRAINAGE): $ ll,o I !>S-. z~
(Transfer Total to Page B-35R)
B -32 R (Addendum #3)
UN I T IV
. ' ELECTRICAL CONDUIT
City Proj ect No . 00143; TPW Project No. C200-207230014383
Pay CPMS Es ti ma ted You r Yo u r It e m No. Q u a n tity U n it Desc ri pti o n Unit Bi d Price
I. BID-I Lump Traffic Control -Install @
00181 Sum
0-.,E. Do ll ars
And r--lo Cents
Per Unit $ \.~ $ 1.c:£
2. BID-2,450 Square Pavement Repair-Concrete with Flowable Fi ll
00458 Foot (per STR-031 M) (at Rip Johnson Road) -
Install@
1"we111E. Dollars
And J:1 Fly Cents ~ cP
Per Unit $ lz.-$ 3o.1,z;.-
3. BID-4,800 Square Pavement -Permanent HMAC Pavement and
00443 Foot Reinforced Concrete Base (Per Detail STR-
029M) -Install @
S6JEN Dollars
And F•F!;t Cents "° Per Unit $7.~ $ 31,1cco.-
4 . BID -12,250 Square 4" Concrete Sidewalk -lnstall @
00528 Foot
T~~ Dollars
And FtF-ty Cents ~
Per Unit $3--$YZS7S.~
5 . BID-12 ,25 0 Square Concrete Sidewalk -Remove @
00529 Foot
0~€. Do llars
And rJo Cents <:P
Per Unit $I-~ $ IZ.,Z.SO.-
6. BID-I Lump Storm Water Po ll ution Prevention Plan Less
00099 Sum Than ( <) I Ac SWPPP -Install @
F,ve:-H0t-1 t>t2Et> Dollars
And No Cents ct:>
Per Unit $ s-ro .-$Seo~
7. BID -1,74 8 Linear Trench Safety System 5 Foot Depth -Install @
00372 Foot
No Dollars
And ONe Cents ool $ \7.-4~ Per Unit $ .-
B -33 R (Addendum #3)
Pay CPMS Estimated Your Your Item No.
..
Quantity Unit Description Unit
r
P~ice
. Bid
8 . BID-6,640 Linear * 6" Sch . 40 PVC Conduit in Group of 4 w/
00382 Foot Red Concrete Slurry Cap -Install @
.f\' L.-/lf'L--
Foo~ ~ F=;lii.io~ 1wE.iJ,t Dollars l(t>'-l!w ......
And ,Jo Cents 2.~.0£. I ;-'l -;LtO:
$~,,,. ....
I CU
Per Unit $~
9 . BID-176 Linear * 6" Sch . 40 PVC Conduit in Group of 2 w/
00382 Foot Red Concrete S lu rry Cap -Install @
!fr''-mfa...
+=. P'fE~,o ~€.vENTEEr-l Dollars ,,,...-h'-
,-.\o ,,.~ d)
And Cents -Z,°t'f2 .-
Per Unit $~--~-
10 BID-10 Each * 4' x 8 ' x 4' -ONCOR Approved Heavy
00395 Duty Traffic Rated Pull Boxes (H-20 Loading)
fl'1I'---Install @ f(t"-,,_
:: ~ Six. ~Ov~AJJI>
P\\40.-X'f'.,_ +&d ~e~1,$c:;. NINE: Hv,J~r::,. Dollars ~ ...... lrt'-
,,r-
l,,'foO.~ "" wcm-And ,0o Cents ' .
Per Unit $~ $~
11 BID-420 Square Bermuda Grass Sod (Per Item D-45) -Install
00173 Foot @
No Dollars
And 11-!12:r1 Cents :,0 cl> Per Unit $0,-$12£,. -
12 BID -2 Each Street Sign -Install @
00506
T~m H\ltJb£E~ T~1'L Fi11E Do ll ars
And I.JO Cents d, co
Per Unit $ sZ..S . -$ l,t;;o_ -
TOT AL FOR UNIT IV (ELECTRICAL CONDUIT):
(* = To be installed by ONCOR approved contractor.) (Transfer Total to Page B-35R)
N a me o f Oncor a pproved s ubcontractor for e lectrical conduit installati o n ( if applicable):
B -34R (Addendum #3)
SUMMARY OF BID
UNIT I -WATER AND SANITARY SEWER
UNIT II -PAVING AND DRAINAGE
UNIT III -PAYING AND DRAINAGE
UNIT IV -ELECTRICAL CONDUIT
TOTAL
B -35R
$ \l,O 136'. "2!!
$ 35'1 3'J l,_~
(Addendum #3)
PROPOSAL '
Within ten ( I 0) days of notification by City, 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 this 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 assures that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing of referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as
amended by the City Ordinance No. 7400.
The bidder agrees to begin construction within IO calendar days after issue of the work order, and to
complete the contract within 340 calendar days, and to meet the substantial completion requirements
(December 15, 2010 for Water and Sewer; June 15, 2011 for Storm Drain) specified in DA-141 Time of
Completion of the Additional Special Conditions, as set forth in the written work order to be furnished
by the Owner. The work order will be issued no later than 90 days after the award of the contract and
shall be in accordance with DA-46 Recommended Sequence of Construction.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of ____________ _
&
a. Non-resident 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.
b. Non-resident 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 . I (initials) L-"""
Addendum No . 2 (initials) 1,vt,J
Addendum No. 3 (initials) L-"w
Addendum No. 4 (initials) L-vw
Addendum No . 5 (initials) ___ _
Addendum No . 6 (initials) ___ _
(SEAL) if Bidder is Corporation
Date: f)1A1 It., 2.oto
B -36R
Respectfully submitted,
By: {Ii,~
Title : ~EAAI /Vl4,.,A-t.eR.
Company: ~.::r-.1..oJ,s CO!Js-+. oJ: 1~1t.s L...\J.
Address: Sz.o ~-t,-N t,,Je..
rftA-.)SF1e~t:., 1)( 71.10l.3
Telephone: e>t,·'-1"'1"7-o'3.-z.o
(Addendum #3)
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 (give State), 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 vendors in (give State), our principal
place of business , are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas. ~
BIDDER:
$Sb~&r6-\ru.d j&fi"T%C6 /v:hl. By:_L_e:s_.J_. _Nh_J _MA_,.J ____ _
Company (Please print)
Address
Signature: ~ // /t.fd,a, ....
Title : ~~1d tvJAriA~
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
•,. CITY APPROVED PRODUCT FORM FOR UNIT I
CITY APPROVED,-PRODUCT FORM
For
Harley Avenue Water, Sanitary Sewer, Paving, and Drainage Improvements from University Drive
to Rip Johnson Road
City Project No. 01468
SECTION A ATER
*CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED:
ST ANDA RD SPECIFICATION NO.
___ X~--02612 -Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
-------02615 -Ductile Iron Water Pipe
-------02617 -Steel Water Pipe
PIPE SIZE
24 "
24 "
24 "
Consult the "City of Fort Worth , Texas standard Product List" to obtain the Generic /Trade Name
and the Manufacture for the pipes listed above.
Failure to provide the information required above may result in rejection of bid as non-responsive .
Only products or methods listed above will be allowed for use in this project. Any substitution shall
result in rejection of bid as non-responsive.
B -37R (Addendum #3 )
CITY APPROVED PRODUCT FORM FOR UNIT I
MATERIAL SUPPLIER INFORMATION FORM -24-inch Water Pipe
CONCRETE PRESSURE PlPE BAR-WRAPPED STEEL CYLINDER TYPE
The STEEL pipe supplier information form bound with this project manual s hall be provided by the
Contractor at the time that bid s were submitted.
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
DUCTILE IRON PIPE
The STEEL pipe supplier information form bound with this project manual shall be provided by the
Contractor at the time that bids were s ubmitted .
~-Lt'.
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
STEEL PIPE
The STEEL pipe supplier information form bound with this project manual shall be provided by the
Contractor at the time that bids were s ubmitted .
N A-
Name of Manufacturer Type of Pipe
,.J A-
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
B -3 8R (Addendum #3)
CITY APPROVED PRODUCT FORM FOR UNIT I
~ ..
MATERIAL SUPPLIER INFORMATION FORM -12-inch and 16-inch Water Pipe
DUCTILE IRON PIPE
The PVC pipe and valve supplier information form bound with this project manual shall be provided by
the Contractor at the time that bids were submitted.
4c1Pco
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
MATERIAL SUPPLIER INFORMATION FORM -12-inch and Smaller Water Pipe
PVC PIPE
The PVC pipe and valve supplier information form bound with this project manual shall be provided by
the Contractor at the time that bids were submitted.
Name of Manufacturer
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
MATERIAL SUPPLIER INFORMATION FORM -20-inch Sewer Pipe
DUCTILE IRON PIPE
Type of Pipe
The ductile iron pipe and valve supplier information form bound with this project manual shall be
provided by the Contractor at the time that bids were submitted.
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
B -39R (Addendum #3)
MATERIAL SUPPLIER INFORMATION FORM -21-inch Sewer Pipe . •·
PVC Pipe
The ductile iron pipe and valve supplier information form bound with this project manual s hall be
provided by the Contractor at the time that bids were submitted.
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which pipe and fittings a re to be manufactured
B -40R (Addendum #3)
PART D -SPECIAL CONDITIONS
GENERAL ......................................................................................................................... 3
COORDINATION MEETING ............................................................................................. 5 ,
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .................... 5
COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................... 7
CROSSING OF EXISTING UTILITIES .............................................................................. 7
EXISTING UTILITIES AND IMPROVEMENTS ................................................................. 8
CONSTRUCTION TRAFFIC OVER PIPELINES ............................................................... 9
TRAFFIC CONTROL ........................................................................................................ 9
DETOURS ...................................................................................................................... 10
EXAMINATION OF SITE ................................................................................................ 10
ZONING COMPLIANCE .................................................................................................. 10
WATER FOR CONSTRUCTION ..................................................................................... 10
WASTE MATERIAL ........................................................................................................ 10
PROJECT CLEANUP AND FINAL ACCEPTANCE ......................................................... 10
SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............................... 11
BID QUANTITIES ........................................................................................ · ................... 11
CUTIING OF CONCRETE ............................................................................................. 11
D-1
D-2
D-3
D-4
D-5
D-6
D-7
D-8
D-9
D-10
D-11
D-12
D-13
D-14
D-15
D-16
D-17
D-18
D-19
D-20
D-21
D-22
D-23
D-24
D-25
D-26
D-27
D-28
D-29
D-30
D-31
D-32
D-33
D-34
D-35
D-36
D-37
D-38
D-39
. PROJEeT :DESfGf'.JAlTON'SIGN\ ..... :'.ft:.:t:.~·._.:::.,::;;:,(:'..:.:.r .~,L :".'X.-:i?:-/.~tFf::::?.i :::·::::~tifr .~.· .. 12
D-40
D-41
D-42
D-43
D-44
D-45
D-46
D-47
D-48
D-49
0210912010
CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ......................................... 12
MISCELLANEOUS PLACEMENT OF MATERIAL. .......................................................... 12
CRUSHED LIMESTONE BACKFILL ............................................................................... 12
2 :27 CONCRETE ............................................................................................................ 13
TRENCH EXCAVATION, BACKFILL, AND COMPACTION ............................................ 13
TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............... 14
SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................... 15
SANITARY SEWER MANHOLES ................................................................................... 16
SANITARY SEWER SERVICES ..................................................................................... 19
REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................... 20
DETECTABLE WARNING TAPES .................................................................................. 22
PIPE CLEANING ............................................................................................................ 23
DISPOSAL OF SPOIUFILL MATERIAL .......................................................................... 23
MECHANICS AND MATERIALMEN'S LIEN .................................................................... 23
SUBSTITUTIONS ........................................................................................................... 23
PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............... 24
VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................. 27
BYPASS PUMPING ........................................................................................................ 28
POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 28
SAMPLES AND QUALITY CONTROL TESTING ............................................................ 30
TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................... 30
INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................... 32
PROTECTION OF TREES , PLANTS AND SOIL ............................................................ 32
SITE RESTORATION ..................................................................................................... 32
CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................. 32
TOPSOIL, SODDING, SEEDING & HYDROMULCHING ................................................ 33
CONFINED SPACE ENTRY PROGRAM ........................................................................ 38
SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................... 38
EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ......................... 39
CONCRETE ENCASEMENT OF SEWER PIPE ............................................................. 39
CLAY DAM ...................................................................................................................... 39
SC-1
PART D -SPECIAL CONDITIONS
D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40
D-51 INSTALLATION OF WATER FACILITIES ...................................................................... .40
51 .1 Polyvinyl Chloride (PVC) Water Pipe ...................................................................... .40
51 .2 Blocking ................................................................................................................... 40
51 .3 Type of Casing Pipe ............................................................................................... .40
51 .4 Tie-Ins ..................................................................................................................... 41
51 .5 Connection of Existing Mains .................................................................................. .41
51 .6 Valve Cut-Ins ........................................................................................................... 41
51 .7 Water Services ........................................................................................................ 42
51 .8 2-lnch Temporary Service Line ............................................................................... .44
51 .9 Purging and Sterilization of Water Lines ................................................................. .45
51 .10 Work Near Pressure Plane Boundaries .................................................................. .45
51 .11 Water Sample Station ............................................................................................. .45
51.12 Ductile Iron and Gray Iron Fittings .......................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL. ........................................................................... .46
D-53 DEWATER ING ............................................................................................................... 46
D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... .46
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
D-59
D-60
D-61
D-62
D-63
D-64
D-65
D-66
D-67
CONSTRUCTION ........................................................................................................... 48
TRAFFIC BUTIONS ....................................................................................................... 49
SANITARY SEWER SERVICE CLEANOUTS ................................................................. 49
TEMPORARY PAVEMENT REPAIR ............................................................................... 49
CONSTRUCTION STAKES ............................................................................................ 50
EASEMENTS AND PERMITS ......................................................................................... 50
PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................... 51
WAGE RATES ............................................................................................................... 51
REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....................................... 52
STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................... 53
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
D-69
D-70
D-71
D-72
02/0 9/2 010
EXISTING WATER SYSTEMS ....................................................................................... 55
ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................ 55
EARLY WARNING SYSTEM FOR CONSTRUCTION .................................................... 55
AIR POLLUTION WATCH DAYS .................................................................................... 56
FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ......................................... 57
SC -2
PART D -SPECIAL CONDITIONS ·
This Part D -Special Conditions is complimentary to Part C -General Conditions and
Part C 1 -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 C1 -
Supplementary Cond itions 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: Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line Improvements
Units I & II
Unit I: City Project No. 01468
DOE No. 5380
Water Project No. P265-607170146883
Sewer Project No. P275.;.707170146883
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 requ ired to replace at his expense any part or all of this project
wh ich 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 cooperat ive; 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
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 Provis.ions :
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
02/09/2010 SC-3
PART D -SPECIAL CONDITIONS
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-considera.tion 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
within forty-eight (48) hours after the proposal opening time, no further consideration will be
given to the proposal.
02/09/2 010 SC-4
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
02109/2010 SC-5
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 certifica tes of coverage for the duration of the project
and for one year thereafter.
G . The contractor shall notify the governmental ent ity 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, wh ich 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 shou ld have known , of any change that materially
affects the provision of coverage of any person providing services on the project ; and
02/09/2 010 SC -6
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
Th.e 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 less than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
02/09/2010 SC-7
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 .
02109/2 010 SC-8
PART D -SPECIAL CONDITIONS
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
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 permiss ible 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 ex isting 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 Eng ineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."
02/0912 010 SC-9
PART D -SPECIAL CONDITIONS
The lump sum pay item for traffic control shall cover design and / or installation, and maintenance
of the traffic control plan .
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 th'e 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%.
02/0912010 SC-10
PART D -SPECIAL CONDITIONS
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-
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 .
0 2109/2010 SC-11
PART D -SPECIAL CONDITIONS
D-18 PROJECT DESIGNATION SIGN
Project signs are required at all locations . It shall be in accordance with the \J\l,i;B,i Q3~.,~:fota,i
(dated Feb . '20'09). 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
(8 '17}:j92-4477 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 subsid iary 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.
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
02109/20 10 SC-12
-
PART D -SPECIAL CONDITIONS
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
mult iplied 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-031 refer 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 excavat ion 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 F igure 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 :
• Less than 10% passing the #200 sieve
• P .I. = 10 or less
0210912 010 SC-13
PART D -SPECIAL CONDITIONS
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
1"
1/2"
3/8 "
#4
#8
% Retained
0-10
40-75
55-90
90-100
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 repa ir 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 , F igures 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 .
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
02/09/201 0 SC-14
-
-
-
-
PART D -SPECIAL CONDITIONS
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 repa ir 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 be ing 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 .
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
0 2!09i2010 SC-15
PART D -SPECIAL CONDITIONS
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-bui lt 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 addit ional 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 .
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.
02/09/2010 SC-16
-
PART D -SPECIAL CONDITIONS
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 less . 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 th ickness .
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 su itable 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.
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.
02/0912 010 SC-17
PART D -SPECIAL CONDITIONS
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 .
W ire 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 coat ing . Payment shall not include
pavement replacement , which if required , shall be paid separately .
The price bid for reconstruction of exist ing manholes shall include all labor equipment and
materials necessary for construct ion of new manhole , including , but not limited to , excavation ,
02/09/2 010 SC-18
PART D -SPECIAL CONDITIONS
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 utiliz ing 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 .
A. 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 .
B . 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
minimum slope (or as specified by the Engineer) requ irement is satisfied . Elevations shall also
be verified at all bend locations on the service re-route . All applicable sewer mains , laterals
02109/2010 SC-19
PART D -SPECIAL CONDITIONS
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 serv ice 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 .
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 .
0 210 9/2010 SC-20
PART D -SPECIAL CONDITIONS
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 ex isting 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 compat ible 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 .
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
02/09/2 010 SC-21
PART D -SPECIAL CONDITIONS
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 , abandon ing 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 2~ pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows :
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer Line Below
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
02/09/2010 SC-22
PART D -SPECIAL CONDITIONS
tapes, and all other associated appurtenances required shall be included in the un it 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 SPOIUFILL 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-sect ion as related to
"substitutions " shall be applicable to all sections of these specifications .
0 2109/2010 SC-23
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 .
0210912 010 SC-24
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 sign ificance
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 .
02/09/2 010 SC -25
PART D -SPECIAL CONDITIONS
3. PHOTOGRAPHS : Instant developing , 35 mm , or other standard-size photographs of the
television pictu re 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 SUBMITIED 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 w ith 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 .
02/0 9/2 01 0 SC-26
PART D -SPECIAL CONDITIONS
The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during
inspection , shall be incidental to TV Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable , regular sewer serv ice 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 be ing 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 (1 O"Hg -9"Hg) (SEC)
Depth of MH. 48-lnch Dia. 60-lnch Dia .
(FT.) Manhole Manhole
Oto 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 repa ired by either pressure grouting through the
0 2/09/2 010 SC-27
PART D -SPECIAL CONDITIONS
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.
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 .
0-36 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 .
0-37 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 televis ion camera used for the inspection shall
be one spec ifically 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 , equ ipment shall be removed and no
payment w ill be made for an unsat isfactory 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 .
0 2/09/2 0 10 SC -28
PART D -SPECIAL CONDITIONS
When manually operated winches are used to pull the telev ision 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 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 logs 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 Eng ineer.
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.
02/09/2010 SC-29
PART D -SPECIAL CONDITIONS
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.
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 requ ired
to provide reliable , regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
0-38 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
determ ined 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 POLLUT ION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollut ion
control measures deemed necessary by the Eng ineer 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
02/09/201 0 SC-30
PART D -SPECIAL CONDITIONS
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-
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 perm itted; 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 .
02109/2010 SC-31
PART D -SPECIAL CONDITIONS
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 m inimize 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.
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 Arbor iculture. 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 .
02/09/20 10 SC-32
PART D-SPECIALCONDITIONS
0-44 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 med ians to the lines and
grades as established by the Engineer.
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 so il 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 ex isting 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 .
02/09/2010 SC-33
PART D -SPECIAL CONDITIONS
a . Spot Sodd ing
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
fin ished 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
rolled w ith 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 Specificat ions .
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 conta iners . A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
0 2/09/2 010 SC-34
PART D :-SPECIAL CONDITIONS
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name
Common Bermuda Grass
Annual Rye Grass
Tall Fescue
Western Wheatgrass
Buffalo Grass Varieties
Top Gun
Cody
Purity
95%
95%
95%
95%
95%
95%
Table 120.2.(2)a.
Germination
90%
95%
90%
90%
90%
90%
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total: 100 Total : 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) 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 . Finish ing . 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 0-
44 , Construction Methods , is not applicable since no seed bed preparation is required .
02/09/2 010 SC -35
PART D -SPECIAL CONDITIONS
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
fin ished to line and grade as specified under "Finishing" in Section D-44, 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.
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 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-44 ,
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 un iform 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.
0 2109/2 010 SC-36
PART D -SPECIAL CONDITIONS
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.
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 1t 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 .
02/09/2010 SC-37
PART D -SPECIAL CONDITIONS
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
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 invo lving work in confined spaces .
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
1. 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 .
2. 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 .
3. 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 .
4 . 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 .
5. Final inspection shall be in conformance with general condit ion item "C5-5 .18 Final
Inspection " of PART C -GENERAL CONDITIONS .
02/09/2010 SC-38
PART D -SPECIAL CONDITIONS
0-47 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.
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 .
0-48 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.
0-49 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.
0210912 010 SC-39
PART D -SPECIAL CONDITIONS
0-50 EXPLORATORY EXCAVATION (0-HOLE)
The Contractor shall be responsible for verifying the locations of all existing utilities prior to
construction , in accordance with item D-6 . At locat ions 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 surf ace 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).
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 .
0-51 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 incur red 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:
02/09/2010
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 E 1-15 , E 1-5 and E 1-9 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
SC-40
PART D -SPECIAL CONDITIONS
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 E 1-15 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.
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 mak ing 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 CS-5 .15 INTERRUPTION
OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . Ttie 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
02/09/2010 SC-41
PART D -SPECIAL CONDITIONS
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
w ith lock wings, meter boxes , and if required approved manufactured
service branches . All materials used shall be as specified in the Material Standards (E1-17
& E 1-18) contained in the General Contract Documents .
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 .
02/0912 010 SC-42
PART D -SPECIAL CONDITIONS
Payment for all work and materials such as tap saddle (if requ ired), 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
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 requ ired , 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 E 1-18A -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 Serv ice 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 furnish ing 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 install ing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
02109/2010 SC-43
PART D -SPECIAL CONDITIONS
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 s ize 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-lnch 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 .
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point of
connection to the City water supply . The 2-inch temporary service main and 3/4-inch
service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2"
temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated
lime (HTH) prior to installation .
The out-of-service meters shall be removed , tagged and collected by the Contractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service , the Contractor shall re-install the meters at the correct
location . The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
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 fo r more than one location the 2-inch temporary
service pipes , 3/4-inch service lines and t he 2-inch meter shall be moved to the next
successive project location .
Payment for work such as fittings , 3/4-inch service lines , aspha lt , barricades , all service
connections , removal of temporary serv ices 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 fu ll responsibility for the meters until such time as
0 2/09/2010 SC-44
PART D -SPECIAL CONDITIONS
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 repa irs . 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 prox imity 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
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 Ma in .
Payment for all work and materials necessary for the installation of the sampling stat ion,
concrete support block, curb stop , fittings, and an incidental 5-feet of type K copper service
02/09/2 010 SC-45
PART D -SPECIAL CONDITIONS
line which are requi red to prov ide 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 E 1-13 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 .
0-52 SPRINKLING FOR DUST CONTROL
All appl icable provisions of Standard Specifications Item 200 , "Sprinkl ing for Dust Control" shall
apply . However, no direct payment will be made for this item and it shall be considered to this
contract.
0-53 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the exist ing ma ins 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 .
0-54 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 .
0 2/09120 10 SC-46
PART D -SPECIAL CONDITIONS
D-55 TREE PRUNING
A. REFERENCES : National Arborist Association 's "Pr uning 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.
9. Backfill and compact the trench immediately after trenching .
10. Place a 3-foot wide by 4 -in.ch 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 .
02/0912 010 SC-47
PART D -SPECIAL CONDITIONS
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 ,
jncluding 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 t he nature of the soils , i ncluding 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.
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 w ithin 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 .
02/09/20 10 SC-48
PART D -SPECIAL CONDITIONS
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 nurT'!ber . 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.
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 .
0 2/09/2 010 SC-49
PART D -SPECIAL CONDITIONS
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mob ilized . The paving contractor shall assume maintenance responsibility upon
such mobilizat ion . No additional compensat ion 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 construct ion (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 C ity 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 Reg istered 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 lines or
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 .1 O 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 perm its 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 prov ide payment to the
0 2/09/2 010 SC-50
PART D -SPECIAL CONDITIONS
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 w ith 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 .
0-64 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.
0-65 WAGE RATES
Compliance with and Enforcement of Prevail ing 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 init ial 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 determ ination 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 determ ination pursuant to paragraph (c) above .
0 2/0 9/2010 SC-51
PART D -SPECIAL CONDITIONS
If the persons required to arbitrate under this sect ion 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 decis ion and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdi ~tion .
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 sect ion 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 .)
(Attached)
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, ord inance , 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 .
02109/2010 SC-52
PART D -SPECIAL CONDITIONS
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 responsibil ity
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
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 g reater
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
02109/2010 SC-53
I
PART D -SPECIAL CONDITIONS
A copy of the NOi shall be sent to :
C ity 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 .
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 activ ities . 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
0 2/09/2010 SC-54
-
PART D -SPECIAL CONDITIONS
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 .
0-68 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 .
0-69 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 . Bas·ed 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.
0-70 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 :
0210912 010 SC-55
PART D -SPECIAL CONDITIONS
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 .
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 ho.ur, 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 .
02109/2 010 SC-56
PART D -SPECIAL CONDITIONS
0-72 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
(To be printed on Contracto r's Letterhead)
Date :
CPN No .:
Project Name :
Mapsco Location :
Limits of Construction :
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON 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 FL YER HANDY WHEN YOU CALL
02/09/20 10 SC-58
02/09/2 010
PART D -SPECIAL CONDITIONS
Date: ____ _
DOENO.XXXX
Project Name:
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 HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS SUPERINTENDEN1) (TELEPHONE NUMBER)
OR
MR. ____________ AT __________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
------------' CONTRACTOR
----------------
SC-59
F
0
r
0
ff
i
C
e
u
s
e
n
I
,y
0
T
A
H
p
A
D
N
'E
s
H
A
p
0
T
0
H
D
L
PART D -SPECIAL CONDITIONS
TEXAS DEPARTMENT OF HEALlH
..,,,.
DEMOLITION/ RENOVATION
NOTIFICATION FORM I*~ T D H NOTE: CIRCLE ITEMS THAT ARE AMENDED
NOTIFICATION# _________ _
1) Abatement Contractor. ________ ~~~--------TDH License Number: ________ _
Address : City: State : Zip:
Office Phone Number: Job Site Phone Number: ----
Site Supervis-Or : _____________ TDH license Number:---------------
Site supervisor: TOH License Number:
Trained On-Site NESHAP !ndividual : ______ ~~---------:c=-e-rti~-fi=-ca~ti-on"""'=D_a.,...te-:::::=====:::-:_-:_-:
Demolition Contractor: ______________ omce Phone Numb.£1 . .._"'--~----------
Address: Cily: State: ___ ~Z-tp; ___ _
2) Project Consultant or 0pera1or~· ________________ TDH LiC'3nse Number: _____ _
Mailing Address : _______________________________________ _
City: State: ____ .Zip~ ____ Office Phone Number:..__..._ _____ _
3) FacllityO ... ·ner. ___________________________________ _
Attention : _____________________________________ _
Mailing Address : ___________________________________ _
City: · State : Zip : Owner Phone Number{ )
.. No-to: Tho lnvoico for tho notification feo wlll bo sent to the owner ot the hulldJn.g and the billing 1:1 .. Cld_l'C-$$._· -fo-r t=h-e-inv-oice will be
obtained from tho lnfotm:ition thl:lt ls prnvidod In thl$ section.
4) Descrtptioo or Facility Name:. ______________________________ _
Physical Address:_--,--,-__________ County:. City: _______ .Zip: ___ _
Fac ili1)' Phone Number Facility Contact Person : _____________ ~
Description of Area/Room Number:·-----------------------------Prior Use: _______ ~ _______ .FulutB Use: __________________ _
Age of 9\Jilding}Facllity: Si2e: Number of Roors·,_ ____ School {K -12): o YES a NO
5) Type of Work: Cl Demolition
Work will be during: 0 D.ay
;J RenovaUon {Abatc-mcnt) O Annua1 Cons_olidated
o Evening o Nighl o Phawd Project ·
Description of work schedUlc : ______________________________ ~
6) is this a Public Building? o YES
NESHAP-Only Facility? D YES
O NO Federal Facility? '.J YES ,: NO Industrial Site? D YES O NO
D NO Is Building/Facllify Occupied'? o YES Cl NO
7) N-o-tific~tion Type CHECK ONLY ONE
V O Original (10 Working Days) tJ Cancellation c Amendment D Emergency/Ordered
I
0
I
a
ti
0
Ii
?
If this is an aml'.lndrnent, which amendrnen1 number Is this?_ (Enclose copy of original and/or last amendment)
If an emergenC'/, who did you talk witn at TDH? Emergency#: ______ _
Date and Hour of EmBtGMCy (HHlMMI DDfYY):. _______ _
Description of the sudden, unexpected even1 and expl3l1ation or how the event caused unsafe conditions or Wovld cause
equ i pment damage (computers. machinery. etc. ________________________ _
D 8) Descriplion of proceduies to be followed in the ev ent that unexpected asbestos is found or previously non-friable
Y asbestos malerial becomes etumb1Bd, pulverized. or reduced lo powder:-----------------
E
s
9) Was an Asbestos survey performed? Cl YES t:! NO Dale : I TOH Inspector License No: _____ _
G Analylical Method: D PLM D TEM O Assumed TDH Laboratory license No : ------
N (for TAHPA (public building) projeds: an assumption must be made by a TDH Uc&11sed i nspoctor)
tO) Descripteo n or planned dem-Olition or renovation work, fype of material, and method{s) to be used,.:---~~--
11} Descriplion oi work prac~ices and engineering controls 10 be used to prevent emissions of asbes1os at the
demoliiion/renov11t ion : _______________________________ _
---------· . ··--·--·. ---·--·----· ·---·---
02/09/2010 SC-60
PART D -SPECIAL CONDITIONS
12} All appll~ble items in th& following table must be completed: IF NO ASBESTOS PRESENT CHECK HERE 0
Approximate itmount of Check unit of measurement
Asbestos-Containing Building Materia1 t---_;,.As;;;;;;bF-est=os~---+--r---.--"'t"'"-...,....-...----1
Type
Pipes Surface Area
RACM to be removed
RACM NOT remoyed
Interior Cate I non-rriabl.e removed
Extat'iot Cate o I non-friab!a removed
Cate I non-friable NOT removed
Interior cat o II non-friable removed
Exterior Cate II non-friable removed
Cat II non-Mable NOT removBd
RACM Off-Facili ty Component
13) Waste Transporter Nams : -----------------TOH License Number.------Adcfrcss : ___________ City: __________ State: ___ Zip:. ___ _
Contact Person : PhonG Number: ...__._ ________ _
14) Waste Disposal Site Name=------------------------------
Address ·,_ -----------~~-City: __________ state: ___ Zip: ___ _
T el ephone : TNRCC Permit Number:--------
15) For structurally unsound facllltles, attach a copy of demolilion orde.r and identify Governmental Official below:
Name: · Registration No :--------------Title :. _____________ ~--
Date of order {MMfODJYY) . I I Date order to begin {MM/OD/YY) _ _,_T __. __
16) Scheduled Dates of Asbestos Abatement (MMIDDIYY} Start: __ __:_ _ ___,_, __ Complete: _ _,/ _ __,_
17) Scheduled Dates Demolition/Renovation {MM/ODNY) Sta.rt: Complete : _ __,__-"------
.. Note: If the start date on this noliflcatlon can not bo mot, thg TOH Regi<inal or Local Program office MU'5tbe con!ectsd by
phone prior to the 15tart date. FaJluro to do so la a violation In accorcbnco to TA.HP.A. SC!alon 295.61.
I hereby certify ttiat all information I have provided Is correct, complete. and In.le to the best of my knowledge . I ackmYNledge
that I am respons ible for all aspects or the notifx:a1ion form, includi ng, but not limitin~. content and submiss ion dates. Tho
maxirnurn penalty is $10,000 per day per oolaUoo .
(Signalure of Bu ilding Owner/ Operator
or Delegated Consuttan11Contracior}
MAIL TO:
.. Faxos aro not accepted"
(P.rlnled Name) (Date}
ASBESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DNISION
TEXAS DEPARTMENT OF HEAL Tli
PO BOX 143538
AUSTIN, TX 78714-3538
Pli: 512-834-6800. 1-800-572-55<18
(Telephone)
{Fax Number)
·Faxes arc not :,cccptc<J•
Form APB#.5, dated 07/29/02. Replaces TOH form dated 07/13/01. For assistance in c;ompfeting form, call 1-800-572-5548
02/09/2010 SC-61
PART D -SPECIAL CONDITIONS
As halt Pavin Machine O erator
erator
Concrete Fini'She-r -Structures
Concrete Pavin Curt>in Mach. el.
er.
Crane, Clamshell, Backhoe, Der ric'k,
Dragline, Shovel
Electrician
Flagge,,
Fonn B.uilder-Structures
Form Sett-er-Paving & Curbs
Foundation Dnll O eratoc. Crawler 11,lounted
Foundation Drill O rat0<. Truck Mounted
Front End Loader
Laborer-Common
La,bor.,r-Utilify
Mechanic
Mil6ng Macti;ne Operator. Fin,e -Gra,c!,.
Roller. S teel Wheel Pl ant-Mix Pav,ements
Roll er. Steel Wheel Other Flatwh>eel «
Tampin
RoUer, Pneumatic, Self-Pro ell~ Sera er
Rernfor cin Stesel Setter Pavin }
Rei.nforcir, Stesel Seher I Structure)
Source is AGC o f Texas
(Hwy. Hvy. lJtilities tndustrial Branch)
w.,.w.acc-ess .gp ogov/davi:sbaco.-.1
02/09/2010
$13.IXI
$12.78
$14.15
Sll.88
$13.22
$12.80
$12.S5
$13.27
$12.00
$13.63
s12.e-0
S13.e'8
$14.50
$10.61
$14.12
$18.12
$8.43
$11 .63
$11 .83
$13.67
$16.30
$12.62
$9.18
$10.65
$16.1?7
$11 .83
$11 .&8
$15.20
$14.e-O
$1.3 .17
$10.04
$11 .04
$11 .28
$10.1?2
$11 .07
$14.86
$16.2{)
SC-62
Wagon Drill, Boring Machin-e, Post Hole
Driller
Welder
Wort< Zone Barricade Se,vicer
$12.33
S10.Q2
$12.60
$12.03
$10.Q1
$11.47
$11.75
$14.93
$12.08
S14.00
$13.57
$10.09
DA-1
DA-2
DA-3
DA-4
DA-5
DA-6
DA-7
DA-8
DA-9
DA-10
DA-11
DA-12
DA-13
DA-14
DA-15
DA-16
DA-17
DA-18
DA-19
DA-20
DA-21
DA-22
DA-23
DA-24
DA-25
DA-26
DA-27
DA-28
DA-29
DA-30
DA-31
DA-32
DA-33
DA-34
DA-35
DA-36
DA-37
DA-38
DA-39
DA-40
DA-41
DA-42
DA-43
DA-44
DA-45
DA-46
DA-47
DA-48
11 /02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMIT) ............... 4
PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMIT) ..................................... 4
PIPE ENLARGEMENT SYSTEM (OMIT) ........................................................................ 4
FOLD AND FORM PIPE (OMIT) ..................................................................................... 4
SLIPLINING (OMIT) ........................................................................................................ 4
PIPE INSTALLED BY OTHER THAN OPEN CUT .......................................................... 4
TYPE OF CASING PIPE (OMIT) ..................................................................................... 6
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMIT) .................................... 6
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ...................... 6
MANHOLE REHABILITATION (OMIT) ........................................................................... 8
SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT) ...................... 8
INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMIT) ........ 9
INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMIT) ..................................... 9
INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMIT} ............................. 9
INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ....•.................................. 9
INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMIT) .......................................................................................................................... 11
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT) .......................... 11
RIGID FIBERGLASS MANHOLE LINERS (OMIT) ....................................................... 11
PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT) ..................................... 12
PRESSURE GROUTING (OMIT)·····················-··························································· 12
VACUUM TESTING OF REHABILITATED MANHOLES (OMIT) .................................. 12
FIBERGLASS MANHOLES (OMIT) .............................................................................. 12
LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ...................... 12
REPLACEMENT OF CONCRETE CURB AND GUTIER ............................................. 13
REPLACEMENT OF 6" CONCRETE DRIVEWAYS ..................................................... 13
REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .............................................. 13
GRADED CRUSHED STONES (OMIT) ........................................................................ 14
WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE (OMIT) ............................................... 14
BUTT JOINTS -MILLED (OMIT) .................................................................................. 14
2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (OMIT) .......................................... 14
REPLACEMENT OF 7" CONCRETE VALLEY GUTIER ............................................. 14
NEW 7" CONCRETE VALLEY GUTTER ...................................................................... 15 .
NEW 4" STANDARD WHEELCHAIR RAMP (OMIT) .................................................... 15
8" PAVEMENT PULVERIZATION (OMIT) .................................................................... 15
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMIT) ............... 15
RAISED PAVEMENT MARKERS ................................................................................. 15
POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .................. 16
LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. ......... 20
ROCK RIP RAP -GROUT -FILTER FABRIC (OMIT) ................................................... 21
CONCRETE RIPRAP (OMIT) ....................................................................................... 21
CONCRETE CYLINDER PIPE AND FITTINGS (OMIT) ................................................ 21
CONCRETE PIPE FITIINGS AND SPECIALS (OMIT) ................................................. 21
UNCLASSIFIED STREET EXCAVATION (OMIT) ......................................................... 21
6" PERFORATED PIPE SUBDRAIN (OMIT) ................................................................ 21
REPLACEMENT OF 4" CONCRETE SIDEWALKS ...................................................... 21
RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................. 21
PAVEMENT REPAIR IN PARKING AREA (OMIT) ....................................................... 21
EASEMENTS AND PERMITS ....................................................................................... 21
ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-49 HIGHWAY REQUIREMENTS (OMIT) ........................................................................... 22
DA-50 CONCRETE ENCASEMENT (OMIT) ............................................................................ 22
DA-51 CONNECTION TO EXISTING STRUCTURES .............................................................. 22
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ................................... 22
DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT) ................................................................ 22
DA-54 WATER SAMPLE STATION (OMIT) ............................................................................• 22
DA-55 CURB ON CONCRETE PAVEMENT (OMIT) ...............................................................• 22
DA-56 SHOP DRAWINGS ....................................................................................................... 23
DA-57 COST BREAKDOWN (OMIT) ....................................................................•.................. 23
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMIT) ..........•.........•.. 23
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMIT) ......................................................... 23
DA-60 ASPHALT DRIVEWAY REPAIR ..................................................................................• 23
DA-61 TOP SOIL ....................................................................................................................• 24
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................... 24
DA-63 BID QUANTITIES ......................................................................................................... 24
DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMIT) ................................................. ; ........... 24
DA-65 CRUSHED LIMESTONE (FLEX-BASE) (OMIT) ........................................................... 24
DA-66 OPTION TO RENEW (OMIT) ...................................................•...............................•..... 24
DA-67 NON-EXCLUSIVE CONTRACT (OMIT) ........................................................................ 24
DA-68 CONCRETE VALLEY GUTTER ...............................................•.................................... 24
DA-69 TRAFFIC BUTTONS ............................................................•................•.................•..... 25
DA-70 PAVEMENT STRIPING ................................................................................................. 25
DA-71 H.M.A.C. TESTING PROCEDURES (OMIT) ...................................................•............. 25
DA-72 SPECIFICATION REFERENCES .........................................•...•....•.............................. 25
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX ......................................................................................................... 25
DA-74 RESILIENT-SEATED GATE VALVES (OMIT) .............................................................. 25
DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMIT) ..................................................... 25
DA-76 1 Y2" & 2" COPPER SERVICES ................................................................................... 26
DA-77 SCOPE OF WORK (UTIL. CUT) (OMIT) ....................................................................... 26
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMIT) ........................................... 26
DA-79 CONTRACT TIME (UTIL. CUT) (OMIT) ........................................................................ 26
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMIT) ...................... 26
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMIT) ........................... ; ............. 26
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMIT) ............................................................. 26
DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMIT) ............................................................ 26
DA-84 TRENCH BACKFILL (UTIL. CUT) (OMIT) .................................................................... 26
DA-85 CLEAN-UP (UTIL. CUT) (OMIT) ................................................................................... 26
DA-86 PROPERTY ACCESS (UTIL. CUT) (OMIT) .................................................................. 26
DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMIT) ............................................................... 26
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMIT) ..................................... 26
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT 111 (UTIL. CUT) (OMIT) ................... 26
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMIT) ................................................... 26
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMIT) .26
DA-92 MAINTENANCE BOND (UTIL. CUT) (OMIT) ................................................................ 27
DA-93 BRICK PAVEMENT (UTIL. CUT) (OMIT) ..................................................................... 27
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMIT) .................................................. 27
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMIT) ............................................ 27
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMIT) .............................. 27
11102104 ASC -2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMIT) .......................................................... 27
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMIT) ............................................................... 27
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMIT) ...................................................................................•.......••............................. 27
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIT) ............................ 27
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMIT) ................•........•..................•. 27
DA-102 PAYMENT (UTIL. CUT) (OMIT) .................................................................................... 27
DA-103 DEHOLES (MISC. EXT.) (OMIT) .................................................................................. 27
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT) ................................................ 27
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) .......................•.........•..........•.•• 27
DA-106 BID QUANTITIES (MISC. EXT.) (OMIT) ....................................................................... 27
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT) ................................................................. 27
DA-108 FLOWABLE Fill (MISC. EXT.) .......................•..................................•........................ 28
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMIT) ................••................................• 28
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT) ..•..••.......•..••.• 28
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT) .............•.....•..•...•........... 28
DA-112 MOVE IN CHARGES (MISC. REPL.) (OMIT) ...............•..........•....................•..•...•........ 28
DA-113 PROJECT SIGNS (MISC. REPL.) (OMIT) .................................................................... 28
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) ......................................................... 28
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT) ........................•............ 29
DA-116 FIELD OFFICE (OMIT) ................................................................................................. 29
DA-117 TRAFFIC CONTROL PLAN .......................................................................................... 29
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMIT) ....... 29
DA-119 DUCTILE IRON PIPE (OMIT) ....................................................................................... 29
DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE (OMIT) •. 29
DA-121 BURIED STEEL PIPE AND FITTINGS (OMIT) ............................................................. 29
DA-122 CATHODIC PROTECTION ...........................................•..•.......................•.................•.. 29
DA-123 GRAVEL DRIVEWAY REPAIR (OMIT) ......................................................................... 29
DA-124 REPLACEMENT OF TREES (OMIT) .......................................•.................................... 29
DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT (OMIT) ........................................................................... 29
DA-126 BUTTERFLY VALVES (OMIT) ...................................................................................... 29
DA-127 GATE VALVES (OMIT) ................................................................................................. 29
DA-128 AIR RELEASE VALVES (OMIT) ................................................................................... 29
DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT
AREA (OMIT) ................................................................................................................ 29
DA-130 FIBERGLASS SEWER PIPE-GRAVITY SERVICE (OMIT) ........................................ 29
DA-132 SUBSURFACE EXPLORATION ................................................................................... 30
DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES ................... 30
DA-134 ABANDON EXISTING PIPE LINE ................................................................................ 30
DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMIT) ................... 30
DA-136 SANITARY SEWER AND WATER LINE MARKERS .................................................... 30
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS (OMIT) ............................................................................................ 32
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY (OMIT) ... 32
DA-139 GROUTING PROCEDURE (OMIT) ............................................................................... 32
DA-140 TUNNELING (OMIT) .................................................................................................... 32
11/02104 ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMIT)
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMIT)
DA-3 PIPE ENLARGEMENT SYSTEM (OMIT)
DA-4 FOLD AND FORM PIPE (OMIT)
DA-5 SLIPLINING (OMIT)
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT
A. GENERAL:
1. Furnish materials and necessary accessories, with strengths, thickness, coatings,
and fittings indicated, specified and/or necessary to complete the work.
2 . All excavation shall provide an open area conforming to the outside diameter of
the casing and/or carrier conduit. The excavation shall be to an alignment and
grade which will allow the carrier conduit to be installed to proper line and grade as
shown on the Plans and as established in the Specifications.
3. Work shall be performed in accordance with the requirements of the City of Fort
Worth Water Department, the Texas Department of Transportation, or railroad
company, as applicable .
B. MATERIALS:
1. Casing Pipe: Refer to Technical Specification 02610
2 . Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents.
3. Sewer Pipe without Casing Pipe : Shall be minimum Class 51 ductile iron pipe, or
as designated on the plans .
4. Grout: Refer to Technical Specification 03360 .
C. EXECUTION
1.
11102/04
Where sewer pipe is required to be installed under railroad embankments or under
highways, streets or other facilities in other than open cut, construction shall be
performed in such a manner so as to not interfere with the operation of the
railroad, street, highway, or other facility, and so as not to weaken or damage any
embankment or structure. During construction operations, barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained , until such
time as the backfill has been completed and then shall be removed from the site .
ASC-4
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Pits and Trenches :
a. If the grade of the pipe at the end is below the ground surface, suitable pits
or trenches shall be excavated for the purpose of conducting the jacking or
tunneling operations and for placing end joints of the pipe . Wherever end
trenches are cut in the sides of the embankment or beyond it, such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in .
b. The location of the pit shall meet the approval of the Engineer.
c. The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed .
3 . Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place .
a . The boring shall proceed from a pit provided for the boring equipment and
workmen . The holes are to be bored mechanically. The boring shall be
done using a pilot hole . By this method an approximate 2-inch hole shall
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored. Other
methods of maintaining line and grade on the casing may be approved if
acceptable to the Engineer. Excavated material shall be placed near the
top of the work ing pit and disposed of as required . The use of water or
other fluids in connection with the boring operation will be permitted only to
the extent required to lubricate cuttings . Jetting or sluicing will not be
permitted .
b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid
consisting of at least 10 percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit , seal the walls of
the hole , and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
c. Allowable variation from the line and grade shall be as specified under
paragraph A.2 . All voids between bore and outside of casing shall be
pressure grouted .
4. Installation of Carrier Pipe in Casing : Refer to Technical Specification 02349
5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe:
a.
b .
As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe .
When a casing pipe is not designated on the drawings, the contractor shall
provide a casing pipe if necessary to achieve line and grade . Casing pipe
ASC-5
/
PART DA -ADDITIONAL SPECIAL CONDITIONS
shall be provided at no additional cost and shall be subsidiary to the cost
bid for installation By Other than Open Cut.
c . Bore and jack in accordance with paragraph C.3. above .
d . Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in soft soil
layer. All voids outside of installed pipe shall be pressure grouted.
6. Tunneling : NOT USED
D . MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be
measured by the linear foot of pipe, complete in place. Such measurement will be made
between the ends of the pipe along the central axis as installed. The work performed and
materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid
per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of
pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials
required for installation, for all preparation, hauling and installing of same, and for all
labor, tools, equipment and incidentals necessary to complete the work, including
excavation, backfilling and disposal of surplus material shall be included in the Contract
Unit Price as shown in the Bid Proposal. Payment shall not include pavement
replacement, which if required, shall be paid separately.
DA-7 TYPE OF CASING PIPE (OMIT)
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMIT)
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1.
2 .
3 .
4.
11 /02104
Scope : This section governs all work, materials and testing required for the
application of interior protective coating . Structures designated to received interior
coating are listed on the construction drawings . The structures are to be coated,
including interior wall, top and bench surfaces. Protective coating for corrosion
protection shall meet the requirements of this Specification (DA-15) and the
Manufacturers recommendations and specifications .
Description : The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
protective coating of structures in accordance with manufacturer's
recommendations.
Manufacturer's Recommendations: Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations .
Corrosion Protection : Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected .
ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. MATERIALS :
1. Scope : This section governs the materials required for completion of protective
coating of designated structures.
2 . Protective Coating: The protective coating shall be a proprietary two component ,
100 percent solids, rigid polyurethane system designated as Spray Wall as
manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers , is manufactured by Raven Lining
systems and designated as Raven 405.
3 . Specialty Cement (If requ ired for leveling or filling): The specialty cement-based
coating material shall be either Quadex QM-1s as manufactured by Quadex , Inc. or
Reliner MSP as manufactured by Standard Cement Materials .
4 . Material Identification: The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10 ,000 psi
550,000 psi
5 . Mixing and Handling: Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C . EXECUTION :
11 /02104
1. General: Protective coating shall not be installed until the structure is complete
and in place .
2 . Preliminary Repairs :
a .
b .
All foreign materials shall be removed from the interior of the structure
using high pressure water spray (3500 psi to 4000 psi at spray tip).
All unsealed lifting holes, unsealed step holes, and voids larger than
approximately one-half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application .
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. After all repairs have been completed , remove all loose material.
3. Protective Coating :
a. The protective coating shall be applied to the structure from the bottom of
the frame to the bench, down to the top of the trough . The top of the
structure shall also be coated .
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the following procedure .
1) The surface shall be thoroughly cleaned of all foreign materials and
matter.
2) Place covers over the invert to prevent extraneous material from
entering the sewers .
3) If required for filling or leveling, apply specialty cement product to
provide a smooth surface for the coasting material.
4) Spray the urethane . or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0.125
inches). Thickness to be verifiable through the use of methods
acceptable to the Engineer. After the walls are coated, the wooden
bench covers shall be removed . ·
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur ins ide the structure within 24 hours after
application .
4 . Testing of Rehabilitated Manholes : Testing of rehabilitated manholes for
watertightness shall be performed by the Contractor after operations are
complete in accordance with the Section D-35 -VACUUM TESTING OF
SANITARY SEWER MANHOLES .
D . MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot, measured from the bottom of the frame to the top of the bench . The
Contract Unit Price shall be payment in full for perform ing the work and for furnishing all
labor, supervision , materials , equipment and material testing required to complete the
work . Pressure grouting , if necessary to stop active infiltration prior to application of the
protect ive coating, shall be included in the above unit price .
DA-10 MANHOLE REHABILITATION (OMIT)
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT}
11 /02104 ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
A. GENERAL
1. Scope
Th is section governs all work , materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule , listed in Section I. Interior manhole coating shall
meet the requirements of this Section .
2 . Description
The Contractor shall be responsible for the furn ishing of all labor, superv1s1on,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials, m ixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendat ions .
4 . Manholes
Manholes to be coated are of brick , block , or concrete construction. All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface .
B. MATERIALS
11 /02104
1. Scope
This sect ion governs the materials required for completion of interior coating of manholes.
2 . Interior Coating
Raven Ultra High-Build epoxy Coating , a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405 .
ASC -9
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1 s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials.
4 . Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting materials based on chemical and physical properties, ease of
application, and expected performance. These grouting materials shall be
compatible with Raven 405 interior coating . The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials .
5. Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certa in conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under
control at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Coating shall be
performed only by certified applicators approved by the manufacturers .
C. EXECUTION
11 /0 2104
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments , partial manhole replacement, manhole grouting or sewer
replacement/repairs are complete.
2 . Temperatures
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours .
3. Interior Manhole Coating
a .
b .
Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule . The interior coating shall be applied to the manhole
from the bottom of the manhole frame to the bench/trough, including the
bench/trough .
The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure .
ASC -10
PART DA -ADDITIONAL SPECIAL CONDITIONS
1) The surface preparation shall comply with the requirements of
Section DA-11 , SURFACE PREPARATION FOR MANHOLE
RESTORATION.
2) App ly a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1 s or Reliner MSP) smooth surface for the
urethane coating material.
3) The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0 .125 inch).
4) After the walls are coated , the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls. ·
5) The final application shall have a min imum of three (3) hours cure
time or be set hard to the touch , before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur in side the manhole within 24 hours after
application.
4 . Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all visible pinholes shall be
repaired . Repairs shall be made by lightly abrading the surface and brushing
the lining material over the area. All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations . Spot
check of coating thickness may be made by Owner's Representative , and the
contractor shall repair these areas as required , at no additional cost to the
Owner.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot , measured from the
bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials , equipment all
testing necessary to complete the work . Payment for grouting of pipe seals , bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted .
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMIT)
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT)
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMIT)
11102/04 ASC -11
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT)
DA-20 PRESSURE GROUTING (OMIT)
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMIT)
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 contractor's 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
Southwestern Bell Telephone 338-6275
Texas Utilities 336-9411
Lone Star 336-8381
City of Fort Worth, 871-8100
Street Light and Signal
Contact Person
"Hot Line"
Mr. Roy Kruger
Ext. 2121
Mr. Jim Bennett
Ext . 6982
Mr. Jim Bob Wakefield
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.
11 /02104 ASC -12
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
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 lip, 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
The contractor shall remove all existing deformed H.M.A.C . pavement and/or bad base material
that shows surface deterioration and/or complete failure . The Engineer will identify these areas
upon which time the contractor will begin work . The failed area shall be saw cut , or other similar
means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut
vertically and all failed and loose material excavated . As a part of the excavation process, all
unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable
sub-base . The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth . The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site , the same day as excavated, to a suitable dump site.
11/02104 ASC -13
\.
PART DA -ADDITIONAL SPECIAL CONDITIONS
After satisfactory completion of removal as outlined above, the contractor shall place the
permanent pavement patch , with "Type D" surface mix. This item will always be used even if no
base improvements are required . The proposed H.M .A.C . repair shall match the existing
pavement section or the depth of the failed material, whichever is greater. However, the patch
thickness shall be a minimum of 2 inches . Generally the existing H.M.A.C . pavement th ickness
will not exceed 6". Before the patch layers are applied, any loose material , mud and/or water shall
be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth , made in
preparation to accept the recycling process.
All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils , and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work .
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-27 GRADED CRUSHED STONES (OMIT)
DA-28 WEDGE MILLING 2" TO O" 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
This item shall include the removal and reconstruction of existing concrete valley gutters at
locations to be determined in field:
Removal of existing concrete valley , asphalt pavement , concrete base , curb and gutter, and
necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item .
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by
the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details ,
shall be subsidiary to this Pay Item .
See standard specification Item No . 314 , "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No. 104, "Removing Old Concrete", Item No . 106, "Unclassified Street
Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included .
Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
Asphalt base material may be required at times as directed by the Engineer to expedite the work
at locations identified in the field .
11/02104 ASC -14
PART DA -ADDITIONAL SPECIAL CONDITIONS
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch . Contractor shall work on one-half of Valley Gutter at a time, and the other half shall
be open to traffic . Work shall be completed on each half within seven (7) calendar days.
If the contractor fails to complete the work on each half within seven (7) calendar days , a $100
dollars liquidated damage will be assessed per each half of valley gutter per day .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
DA-32 NEW 7" CONCRETE VALLEY GUTTER
This item shall include the construction of concrete valley gutters at various locations to be
determined in field .
Removal of existing , asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing
and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer
and necessary asphalt transitions as shown in the concrete valley gutter details shall be
subsidiary to this Pay Item .
See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No . 104, "Removing Old Concrete", Item No . 106, "Unclassified Street
Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included .
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch . Contractor shall work on one-half of Valley gutter at a time , and the other half shall
be open to traffic . Work shall be completed on each half within seven (7) calendar days .
If the Contractor fails to complete the work on each half within seven (7) calendar days , a $100
dollars liquidated damage will be assessed per each half of valley gutter per day .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMIT)
DA-34 8" PAVEMENT PULVERIZATION (OMIT)
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMIT)
DA-36 RAISED PAVEMENT MARKERS
11102104 ASC -15
PART DA -ADDITIONAL SPECIAL CONDITIONS
All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply.
The Contractor shall install standard roadway markers according to city specifications as shown
on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications".
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
11102/04
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.
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 less than 30 days prior to
commencing excavation .
ASC -16
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
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 carrier 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:
11102/04
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.
ASC -17
11102/04
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
e. 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 lined 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.
ASC -18
11102104
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 . ·
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
LEU02 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.
ASC -19
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 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 MANIF.ESTS :
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 :
11/02104
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
ASC -20
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 (OMIT)
DA-41 CONCRETE CYLINDER PIPE AND FITIINGS (OMIT)
DA-42 CONCRETE PIPE FITIINGS AND SPECIALS (OMIT)
DA-43 UNCLASSIFIED STREET EXCAVATION (OMIT)
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
In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to
water/sewer installation) under the City's roadway maintenance program , it is recommended that
the proposed water and/or sanitary sewer improvements be conducted according to the
sequence detailed in the Shutdown and Sequencing notes in the Construction Plans .
After the work start date has been established , the selected contractor shall be required to submit
the beg inn ing and ending dates for all work (including pavement repair) on each of the project
streets . Please be advised that the contractor has the option of submitting a different sequence
of construction than stated above . The contractor shall not be allowed to begin work (but time
charges will begin on the project) until the preferred sequence of construction and the start and
end work dates for each street have been submitted to the City.
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
11 /0 2104 ASC -21
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
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
All combination turbo meter installations will be per attached WTR-024 unless otherwise directed
by the Engineer.
The contractor shall use Bilco Type J-3 Model 30" x 36" Steel Single Leaf Doors or approved
equal unless the vault door is subject to vehicular traffic i.e .: in a street, parking lot, or driveway.
The appropriate size turbo meter with strainer and check valve if required will be furnished to the
Contractor free of charge ; however, the Contractor will be required to pick up these item(s) at the
Field Operations Warehouse.
Payment for all work , materials, and all necessary appurtenances from bypass tee to bypass tee
which are required to provide a complete and functional Combination Turbo Meter Installation
complete with Bypass and Concrete Vault shall be included in the price bid for each .
DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT)
DA-54 WATER SAMPLE STATION (OMIT)
DA-55 CURB ON CONCRETE PAVEMENT (OMIT)
11/02/04 ASC -22
PART DA -ADDITIONAL SPECIAL CONDITIONS
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:
Leon Wilson Jr., P.E.
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN (OMIT)
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMIT)
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMIT)
DA-60 ASPHALT DRIVEWAY REPAIR
At locations where H.M.A.C. driveways are encountered, such driveways shall be completely
replaced for the full extent of utility cut with H.M.A.C . equal to or better than the existing driveway.
11/02/04 ASC -23
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
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 .
Total quantities given in the bid proposal may not reflect actual quantities ; however, they are
given for the purpose of bidding and awarding the contract. Moreover, there is to be not limit on
the variation between the estimated quantities shown and actual quantities performed .
DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMIT)
DA-65 CRUSHED LIMESTONE (FLEX-BASE) (OMIT)
DA-66 OPTION TO RENEW (OMIT)
DA-67 NON-EXCLUSIVE CONTRACT (OMIT)
DA-68 CONCRETE VALLEY GUTTER
This item shall include the repair/replacement of existing concrete valley gutters as directed by
the Engineer. The proposed valley gutters will be constructed according to the detail included in
these documents as well as conforming to Specification Item No. 314 of the Standard
Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation
and Public Works Department.
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor , equipment and incidentals necessary to complete the work .
11 /02104 ASC -24
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Ill 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.
This item shall be considered subsidiary to the various other bid items and shall include all
materials , labor, equipment and incidentals necessary to complete the work . No additional
compensation will be made for this item .
DA-71 H.M.A.C. TESTING PROCEDURES (OMIT)
DA-72 SPECIFICATION REFERENCES
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 (OMIT)
DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMIT)
11 /0 2104 ASC-25
liiiiiil
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-76 1 %" & 2" COPPER SERVICES
The following is an addendum to E 1-17 , Copper Water Service Lines and Copper Alloy
Couplings :
All fittings used for 1 Yi" and 2" water serv ices 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 Yi " and 2" copper services shall be included
in the price of the appropriate bid item .
DA-77 SCOPE OF WORK (UTIL. CUT) (OMIT)
DA-78 CONTRACTOR'S RESPONSIBIL TY (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 11 & UNIT Ill (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)
11102104 ASC -26
PART DA -ADDITIONAL SPECIAL CONDITIONS
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)
DA-103 DEHOLES (MISC. EXT.) (OMIT)
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT)
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)
Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated
lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe
laying, water shall be introduced slowly for sterilization , after which the extension shall be
thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for
flushing and for providing sample points for bacteria tests.
The water main extensions of the project shall be tested under normal line pressure and any
leaks observed shall be immediately repaired .
DA-106 BID QUANTITIES (MISC . EXT.) (OMIT)
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT)
11102104 ASC -27
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Description :
The flowable fill material shall be delivered to the site , free flowing and self-leveling and shall
have a consistency enabling it to fill all voids without tamping , vibrating or compacting .
The flowable fill material shall have an in place density of not less than 95 and not more than 115
lbs./cu. ft ., with a maximum twenty-eight (28) day compression strength of not less than 60 and
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels. The height of free fall of the flowable fill shall not exceed four (4) feet.
2. Material Specifications :
Flowable fill shall consist of:
a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as
necessary).
b. Aggregates meeting ASTM C-33
c . Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406
d. Flyash , Class C or F, meeting ASTM C-618
e. Admixtures
1. Mineral admixtures will be pozzolanic
2 . Chemical admixtures shall be in liquid or powder form used in standard ready-mix
concrete products unless specifically designed for flowable fill. Permissible types
of admixtures are :
a. High air generators , as manufactured by Grace Construction
Products or approved equal , which are specifically designed for
flowable fill to lower unit weights, reduce shrinkage and subsidence,
and control compressive strength.
b. A ir entraining admixtures conforming to ASTM C-260 .
c. High range water reducers conforming to ASTM C-494 Type For G .
d. Accelerating admixtures conforming to ASTM C-494 , Type C.
1. Non-chloride , non-corrosive accelerators used where metals
are present in concrete or embedded members.
2 . Calcium chloride
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)
1110 2104 ASC -28
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT)
DA-116 FIELD OFFICE (OMIT)
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans . The unit price bid for "Traffic control" as shown in the Proposal, will
be full payment for all materials, labor, equipment, tools, and incidentals necessary to complete
the work . All other requirements of D-8 shall apply .
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMIT)
DA-119 DUCTILE IRON PIPE (OMIT)
DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE (OMIT)
DA-121 BURIED STEEL PIPE AND FITTINGS (OMIT)
DA-122 CATHODIC PROTECTION
This item consists of Cathodic Protection for the selected bid pipe material. Plans and
specifications for the various Cathodic Protection requirements are included in the contract
documents . Payment for Cathodic Protection of the pipeline shall be a lump sum price that
includes installation of test stations, testing, start-up , and all incidental work and materials
necessary to complete the installation in accordance with the drawings and specifications.
DA-123 GRAVEL DRIVEWAY REPAIR (OMIT)
DA-124 REPLACEMENT OF TREES (OMIT)
DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT (OMIT)
DA-126 BUTTERFLY VALVES (OMIT)
DA-127 GATE VALVES (OMIT)
DA-128 AIR RELEASE VALVES (OMIT)
DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT
AREA (OMIT)
DA-130 FIBERGLASS SEWER PIPE-GRAVITY SERVICE (OMIT)
11102104 ASC -29
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-132 SUBSURFACE EXPLORATION
Any data, which has or may be provided on subsurface conditions, is not intended as a
representation or warranty of accuracy or continuity between soil strata . It is expressly
understood that neither the Owner nor the Engineer will be responsible for interpretations or
conclusions drawn therefrom by the Contractor. Data is made available for convenience of the
Contractor.
Subsurface exploration, to ascertain the nature of the soils at the project site, including the
amount of rock, if any, is to be the responsibility of any and all prospective bidders.
Whether prospective bidders perform this subsurface exploration jointly or independently , it shall
be left to the discretion of such prospective bidders . Subsurface exploration shall not be
attempted without the approval of the Owner.
The Geotechnical Boring Logs have been included in these specifications .
DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES
Structures to be abandoned in place shall have all pipes entering or exiting the structure plugged
with lean concrete . Entire structure shall be removed . The structure shall then be backfilled , per
item DA-24 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army
Corps of Engineers, Fort Worth District (CESWF). 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 bid item .
DA-134 ABANDON EXISTING PIPE LINE
This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with
flowable fill as designated in the construction plans. Flowable fill material shall be in accordance
with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U .S . Army
Corps of Engineers, Fort Worth District (CESWF).
Payment for this item shall be per linear foot of pipe filled with flowable fill. This cost shall include
all labor, material, and equipment associated with filling existing water or san itary sewer pipe with
flowable fill.
DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMIT)
DA-136 SANITARY SEWER AND WATER LINE MARKERS
A. GENERAL
These work described in this specification includes supplying and placing markers for
sanitary sewer lines and water lines .
B. MATERIALS
11102104 ASC -30
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Buried Markers -Buried markers shall be Omni Marker balls as manufactured by
Tempo or approved equal (www.tempo-textron .com). Markers for water lines shall
be blue. Markers for sanitary sewer lines shall be green .
2. Surf ace Markers -Surface markers shall be COITMark Cable and Pipe Warning
System as manufactured by COIT Manufacturing Co. or approved equal
(www.cottmfg.com). Markers for water lines shall have a blue warning sign .
Markers for sanitary sewer lines shall have a green warning sign . Marker posts shall
be 4-inch diameter PVC .
C . EXECUTION
1. GENERAL
a. Buried markers shall be placed at a depth of three-feet below natural
ground surface and d irectly above the feature they are marking .
b. Surface markers shall be a minimum of six-feet in length and shall be
buried a minimum of two-feet, with a minimum of four-feet above ground.
The warning sign for all surface markers shall be 21-inches (not including
post cap). Surface markers shall be placed as follows :
i. Buried Features : Surface markers shall be placed directly above a
buried feature .
ii. Above-Ground Features: Surface markers shall be placed a
maximum of two (2) feet away from an above-ground feature .
2. PLACEMENT
a. Water Lines 16-inches and Above
Buried markers shall be placed at all horizontal and vertical bends , all
horizontal points of curvature, tangency, and reverse curvature, horizontal
tees (excluding fire hydrant taps), cleanout wyes , blowoff valves, end-of-
line plugs , and at other locations as shown on the plans or as deemed
appropriate by the ENGINEER.
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings , railroad crossings , crossings with major
utilities such as high pressure gas lines and fiber-optic lines , and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
b. Water Lines 12-inches and Below
Buried markers shall be placed at the end-of-line cap on all dead-end
stubouts .
Surface markers shall not be utilized for water lines 12-inches and under.
c . Sanitary Sewer Lines , All Sizes
11102104 ASC -31
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
Buried markers shall be placed at all horizontal points of curvature,
tangency and reverse curvature if no manhole is present, and at all
stubouts.
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings , railroad crossings, crossings with major
utilities such as high pressure gas lines and fiber-optic lines, and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
D. MEASURMENT AND PAYMENT
The cost of buried and surface sanitary sewer and water markers is subsidiary work and
the cost of same shall be included in the unit price bid for pipe complete in place as bid in
the proposal, and no other compensation will be allowed.
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS (OMIT)
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY (OMIT)
DA-139 GROUTING PROCEDURE (OMIT)
DA-140 TUNNELING (OMIT)
11102104 ASC -32
~
....
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
OCTOBER 19, 2009
TABLE OF CONTENTS
Cl-1 DEFINITIONS
Cl-1.1 Definition of Terms
Cl-1.2 Contract Documents
Cl-1.3 Notice to Bidders
Cl-1.4 Proposal
Cl-1.5 Bidder
Cl-1.6 General Conditions
Cl-1.7 Special Conditions
Cl-1.8 Specifications
Cl-1.9 Bonds
Cl-1.10 Contract
Cl-1.11 Plans
Cl-1.12 City
Cl-1.13 City Council
Cl-1.14 Mayor
Cl-1.15 City Manager
Cl-1.16 City Attorney
Cl-1.17 Director of Public Works
Cl-1.18 Director, City Water Department
Cl-1.19 Engineer
Cl-1.20 Contractor
Cl-1.21 Sureties
Cl-1.22 The Work or Project
Cl-1.23 Working Day
Cl-1.24 Calendar Days
Cl-1.25 Legal Holidays
Cl-1.26 Abbreviations
Cl-1.27 Change Order
Cl-1.28 Paved Streets and Alleys
Cl-1.29 Unpaved Streets or Alleys
Cl-1.30 City Street
Cl-1.31 Roadway
Cl-1.32 Gravel Street
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2 .l
C2-2.2
C2-2 .3
C2-2.4
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
(1)
Cl-1 (1)
Cl-1 (1)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (4)
Cl-l (4)
Cl-1 (4)
Cl-1 (4)
Cl-1 (4)
Cl-1 (4)
Cl-1 (5)
Cl-1 (5)
Cl-1 (6)
Cl-1 (6)
Cl-1 (6)
Cl-1 (6)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
C2-2 .5
C2-2.6
C2-2 .7
C2-2 .8
C2-2.9
C2-2.10
C2-2.11
C2-2.12
C3-3
C3-3.l
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3.6
C3-3.7
C3-3.8
C3-3.9
C-3-3.10
C3-3.ll
C3-3.12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4.1
C4-4.2
C4-4.3
C4-4.4
C4-4.5
C4-4.6
C4-4 .7
CS-5
C5-5.l
C5-5.2
C5 -5.3
C5-5.4
C5-5 .5
C5-5 .6
C5-5.7
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
AW ARD AND EXECUTION OF DOCUMENTS :
Consideration of Proposals
Minority Business Enterprise/Women Business
Enterprise Compliance
Equal Employment Provisions
Withdrawal of Proposals
Award of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payrolls
Contractor's Contract Administration
Venue
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
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with f>lans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
(2)
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 (1)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3-3 (3)
C3-3 (3)
C3-3 (4)
C3-3 (4)
C3-3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
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
C5-5.9
C5-5 .10
C5-5.l 1
C5-5.12
C5-5.13
C5-5.14
C5-5.15
C5-5.16
C5-5.17
C5-5.18
C6-6
C6-6 .1
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6.6
C6-6.7
C6-6.8
C6-6.9
C6-6.10
C6.6.l 1
C6-6.12
C6-6 .13
C6-6.14
C6-6.15
C6-6.16
C6-6 .17
C6-6 .18
C6-6.19
C6-6.20
C6-6 .21
C7-7
C7-7 .1
C7-7 .2
C7-7 .3
C7-7.4
C7-7 .5
C7-7 .6
C7-7 .7
C7-7 .8
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials , and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Way
Railway Crossings
Barricades, W amings and Flagmen
Use of Explosives, Drop Weight, Etc.
Work Within Easements
Independent Contractor
Contractor's Responsibility for Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public Utilities , Etc .
Temporary Sewer and Drain Connections
Arrangement and Charges for Water Furnished by the City
Use of a Section or Portion of the Work
Contractor's Responsibility for the Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
(3)
C5-5 (3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5 -5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (10)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7-7 (3)
C7 -7.9
C7-7 .10
C7-7.11
C7-7.12
C7 -7 .13
C7-7.14
C7 -7.15
C7 -7 .16
C7 -7.17
C8-8
C8-8.l
C8-8.2
C8-8.3
C8-8.4
C8-8.5
C8-8 .6
C8-8.7
C8-8 .8
C8-8.9
C8-8.10
C8 -8.ll
C8-8.12
C8-8.13
Delays
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract due to National Emergency
Suspension or Abandonment of the Work
and Annulment of the Contract:
Fulfillment of Contract
Termination for Convenience of the Owner
Safety Methods and Practices
MEASUREMENT AND PAYMENT
Measurement Of Quantities
Unit Prices
Lump Sum
Scope of Payment
P artial Estimates and Retainage
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
(4)
C7-7 (4)
C7-7 (4)
C7-7(5)
C7-7(5)
C7-7 (6)
C7-7 (6)
C7-7 (8)
C7-7 (8)
C7-7 (11)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (2)
C8-8 (3)
C8-8 (3)
C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8 -8 (4)
....
-
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-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:
Cl-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)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) 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)
Cl-1 (1)
Cl-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 .
Cl-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.
Cl-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.
Cl-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 ..
Cl-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.
Cl-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.
Cl-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.
b .
C.
d.
C2-2.6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3.7)
Proposal or Bid Security (see Special Instructions to Bidders , Part A and
Cl -1 (2)
..
......
C 1-1.10 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.
Cl-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.
C 1-1.12 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.
Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas .
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern
of the City of Fort Worth, Texas.
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
Cl-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 .
Cl-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.
Cl-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 .
Cl-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
Cl-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.
Cl-1.21 SURETIES: 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 .
Cl-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.
C 1-1.23 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
Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
Cl-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.
2.
3.
4 .
5.
6 .
7 .
8.
9.
New Year's day
M.L. King , Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
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.
Cl-1.26 ABBREVIATIONS : Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
Cl-1 (4)
....
. ""
-
AASHTO -American Association of State MGD Million Gallons
Highway Transportation O fficials 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 Li n e 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
Cl-1.27 CHANGE O RDER: A "Change O rder" is a written supplemental agreement
between th e O wner 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 w hich bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change O rder unless the increase or decrease is
more than 25% of th e 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.
Cl -1.28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as
a street or alley h aving one of the following types of wearing surfaces applied over the
natural unimproved surface:
1.
2.
3.
4.
5.
Any type of asphaltic concrete with or without separate base material.
Any type of asphalt surface treatment, not including an .oiled surface, with
or without separate base material.
Brick, with or withou t separate base material.
Concrete, with or without separate base material.
Any combination of the above .
Cl-1 (5)
Cl-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 ."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated .
Cl-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.
Cl-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 .
Cl-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 writt~n 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 bu siness 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 tirne 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 .ll 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 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3 .l 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 AW ARD 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.
b.
C.
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.
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.
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)
......
-·
••
-
......
-
d.
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56 1
h 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.
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 d ate set forth in such written
authorization , commence the physical execution of the contract.
C3-3 . l 1 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.
C.
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.
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 act s
of sub-contractors).
C3-3 (4 )
-
-.
-·
.-.
d.
-,
e,
-
-f.
.-
g.
2.
3.
4.
5.
6.
Blasting, prior to any blasting being done.
Collapse of buildings or structures adjacent to excavation ill
excavation are performed adjacent to same).
Damage to underground utilities for $500,000.
Builder's risk (where above-ground structures are involved).
Contractual Liability (covers all indemnification requirements of
Contract).
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.
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.
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.
LOCAL AGENT FOR INSURANCE AND BONDING: The in surance
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 repre sentative 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 in surance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be m aintained
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)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
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 con sidered 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.
C.
An agreed lump sum.
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 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 .
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.
b.
C.
Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
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.
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 acttv1t1es 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 indicat~ 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 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 proce ssed 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 RECTIFICATION 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 a.ny 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.
CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as perfonried 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 EQUIPMENT: 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
CS-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 sub stitute 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
hannless 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 UTILITIES: The location and dimen sions
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 )
r.
-
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 fqr 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 exi sting 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.
CS-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.
CS-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
orderfy 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 SAFETY 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 seryed 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 permission 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 v~lves, 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 wo rk as are nece ssary.
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
light 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 barricades, 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
subseci,uent 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. l l 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-final 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)
--'\
-
..
-
-
r-,
-
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-l .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 . l 9 NO W AIYER 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 Comptroller'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)
B.
claim, demand or suit shall be required of the Owner regarding such
discretionary action
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 6f 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, c6mpleted 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)
..
·-C.
D.
E,
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.
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.
AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(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.
FAJLURE 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 the 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(10)
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 respon sibilities 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 .l MEASUREMENT OF QUANTITIES: 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 RET AINA GE: Between the 1st and the 5th
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)
.,.
,_
-
-r \
-·
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.
CS-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 worktnanship . 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 .
CS-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.
CS-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.
CS-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)
I. "
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
B.
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.
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 10th day and 25th 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 at 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 correction 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. C3-3.11 INSURANCE: Page C3-3 (5): 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
(6), 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, 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 iniury, 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 iniury 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.
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 e stablished in the contract documents . No allowance will be made for an y changes in
lost or anticipated profits nor 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 the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories .
Revised
10/24/02
Pg. 2
G. C3-3. l l INSURANCE: Page C3-3 (6): Add subparagraph "h. 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 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 t~e 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 pol icy must not ex ceed
$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 gi ve
rise to a liability claim or lawsuit or which could result in a property loss.
Revised
10/24/02
Pg. 3
1. Contractor's liability shall not be limited 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.
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 .
I. C8-8.l O 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 date of final acceptance of the work
Revised
10/24/02
Pg. 4
J.
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 .
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.
Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (3) 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 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 within forty-eight ( 48) hours
after the proposal opening time , no further consideration will be given to the proposal
Revised
10/24/02
Pg. 5
K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C , General Conditions, dated
November 1, 1987; (City let projects) make the following revisions:
L.
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to
read :
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(4) Paragraph C3-3.l 1 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3 . Pg. C3-3(5), Paragraph C3-3.l 1 INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
RIGHT TO AUDIT: Part C -General Conditions , Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8 .14 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 , do_cuments , 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.
Revised
10/24/02
Pg. 6
( 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:
1. 50 copies and under -10 cents per page
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 . l O work
within easements, page C6-6(5), 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 of the pipe.
N. Reference Pai:t 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.
0 . 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 (WBE) 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
Revised
10/24/02
Pg. 7
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) y ears.
P . 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 o f 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 o f the work provided for in this contract;
and (ii) the actual per diem wages paid to each w orker. 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 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 .
Revised
10/24/02
Pg. 8
SECTION E SPECIFICATIONS
(January 1, 1978)
All materials , construction methods and procedures used in this project shall conform to
Sections E1, 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 E 1, 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
E1 MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20 , 1981, follow :
E1-2.4
E2-2.11
Backfill : (Correct minimum compaction requirement to 95% Proctor
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 (Pl) shall be§..
2. Type 'C ' Backfill
(a) Material meeting requirements and having a Pl of§.
or less shall be considered as suitable for
compaction by jetting .
(b) Material meeting requirements and having a Pl of .§t
or more shall be considered for use only w ith
mechanical compaction .
Trench Backfill : (Correct Minimum compaction requirement wherever it
appears in this section to 95% Proctor density except for paragraph a.1
where the "95% modified Proctor density" shall remain unchanged .)
E-1
·wp eweJJ e104uew e4i pue Je.,os e4i uee.•14eq 6uidees WOJJ JeleN.
pJeleJ Ol W!J eweJJ e104uew e4i punoJe pelees AIIAJ eq 11e4s lJSSU! e104uew 041
·wp 94l JO lJ9SU ! e104uew
et.n 6u1se1d eJoJeq spqep pue lJ!P 11e JO peuee1s eq 11e4s eweJJ e104uew 041
:Nol±VllV±SNI e·v 00t3
·sJno4 vc Jed suo11e6 o t ue4l JeleeJ6 ou eleJ e le N,OIJU! JeleN. N,011e pue sesse6
esee1eJ Ol se.,1eA JO se104 lU91' eJow JO euo e,,e4 11e4s lJSSU! e104uew 041
·lJeSU! e4i Ol deJlS 4sene
AleJnses oi pesn eq 11e4s eJeN.pJe4 1eals sse1uieis ·6u11e,,eJun iue,,eJd Ol peieeJl
spue 94l 4l!Nt '6uiqqeN. UOIAU JO eue1AdOJdA1od U91'0fll 9P!N. ,J WAW!U!W JO epew
eq 11e4s deJis 041 ·}Jesui e4i 6u1,,owaJ JOJ deJlS e eAe4 11e4s lJOSU! e104uew 041
·1enbe JO 'ggo to 11'\USV JO lU9W9J!AbeJ 94l
ieew pue JeqqnJ euaJdoau 1100 pesoio JO epew aq 11e4s l0)1Se6 041 ·suO!l!PUOs
.\.Jp JO la,,, LI! 1ees 91'!l!SOd sep!AOJd ie4l lO}lse6 e 0Ae4 11e4s lJOSU! 0104uew 041
· .. stt oq 11e4s lJOSU! 0104uew 04l JO 9S9U}IS!4l WAW!U!W 041
·111 odA± 'g A:Jo6oie3 '9vz:t0 ttUSV JO SlUOWOJ!nboJ 04i poosxo JO sioow
ie4l OUOIA4l0AiOd Al !SUOp 4614 JOOJd UO!SOJJOS JO oq 11e4s lJOSU! 0104uew 04±
:NelS30 ONV S1VIM3±Vlf<J c·v 00~3
'WOlSAS uo,iso11os J0f110S A:Jei,ues 4lJOM lJO::j 04l LI! SlJOSU! 0104uew P0l0}1Se6
l46!lJOle"' JO uo ,ie11eisu, pue 6U!4S !UJAJ 04i sJo,,os pJepueis S!4± :1v~3N3e ~ · v oo ~3
S±M3SNI 310HN'v'lf<J ±Heti~3±VM v 00 ~3
(061£ ~/9 pappv) 8L6 ~ '~ ,trnnuer
SNOl±V:;>l::jl:)3dS 1Vl~31VW
SN011V:)l:fl:.>3dS 1Vl~31VW 00~3 N011:)3S
SECTION E1-18A-REINFORCED PLASTIC WATER METER BOXES
E 1.18A.1 SCOPE : This specification covers three types of water meter boxes, Type A
and B, and Type C.
E 1.18A 1.1.1 Class A Standard Meter Box : Intended for use with services
utilizing 5/8 " X %",%"and 1" meters .
E 1.18A.1 .2 Class B Standard Meter Box: Intended for use with services
utilizing 1-1 /2 " · and 2" meters .
E1 .18A.1 .3 Class C Standard Meter Box : Intended for use with services
utilizing two 5/8 " X %" or %" meters.
E1 .18A.2 CONSTRUCTION: Reinforced plastic water meter boxes and iron cover lids
under this specification w ill include three specific sizes of a rectangular shape . Those
three sizes will be referred to us :
CLASS 'A', 11 " x 18 " Box , 12 " high
CLASS 'B', 15 .25 " x 27 " Box , 12" high
CLASS 'C', 18 " x 16 ' Box, 12 " high
E1.18A.3 REINFORCED PLASTIC METER BOX SPECIFICATION
The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as
defined in ASTM D-883-95A and have a minimum wall thickness of .500". The exterior
shall be black to provide UV protection . Boxes shall be able to withstand a minimum
15 ,000 ponds vertical load and shall withstand a minimum 400 pounds sidewall load .
The meter box exterior shall be free from seams or parting lines and all edges and
corners are to be smooth and free from sharp edges so the unit can be handled safely
without gloves .
E1 .18A.4 IRON METER BOX LID SPECIFICATION
The meter box lids are to be made of cast iron according to ASTM A48-84 , Class 308 or
ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load
of 15 ,000 pounds . Castings are coated with a bituminous emulsified asphalt unless
otherwise specified, ground smooth , and cleaned with shot blasting , to get a uniform
quality free from strength defects and distortions . Dimensions shall be within industry
standards of plus or minus (+/-) one-sixteenth of an inch per foot. All castings will bear
the Manufacturer's IS (name or logo) and Country of Origin. Casting we ights may vary
plus or minus(+/-) five percent from drawing weight per industry standards .
E-3
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-5
7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-5
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-7
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 . CONTRACTOR'S 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 SPOIUFILL MATERIAL .................................................................. SP-14
32 . QUALITY CONTROL TESTING .............................................................................. SP-15
33 . PROPERTY ACCESS ............................................................................................. SP-15
34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-16
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
Rev 2-19-10 SP-1
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-NON GREEN CEMENT (10 INCH) -INSTALL ............... SP-19
43 . PAY ITEM-CURB - 6 INCH -INSTALL. ................................................................. SP-19
44 . PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL. ............................... SP-20
45 . PAY ITEM -PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED -INSTALL and
SUBGRADE -LIME FOR STABILIZATION -INSTALL .......................................... SP-20
46 . PAY ITEMS-WALK-INSTALL , CURB & GUTTER-INSTALL , WALK-ADA
WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY -INSTALL ............................ SP-20
47 . PAY ITEMS-WALK-REMOVE, CURB & GUTTER-REMOVE , WALK-ADA
WHEELCHAIR RAMP -REMOVE, AND DRIVEWAY -REMOVE ........................... SP-20
48 . PAY ITEM -CURB & GUTTER - 7 INCH W/ 18 " GUTTER -INSTALL ................... SP-21
49 . PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION & BACKFILL -INSTALL .... SP-21
50 . PAY ITEM -STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP -
INSTALL ................................................................................................. SP-21
51 . PAY ITEM -TRAFFIC CONTROL -INSTALL ......................................................... SP-22
52 . PAY ITEM -BOX CULVERT 9 FT X 6 FT-INSTALL ............................................. SP-25
53 . PAY ITEM -BOX CULVERT 11 FT X 6 FT-INSTALL ........................................... SP-25
54. PAY ITEM -MISC TIME AND MATERIALS ... INSTALL (CUSTOM JUNC. BOX) ..... SP-25
55 . PAY ITEM-BRIDGE-TEMPORARY SHORING -INSTALL. ................................. SP-25
56. PAY ITEM -HEADWALL-INSTALL. ...................................................................... SP-25
57. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-26
58 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-26
59 . PRE BID ITEM -TOP SOIL -INSTALL .................................................................... SP-26
60 . PRE BID ITEM -VALVE BOX-ADJUSTMENT-SERVICES ................................. SP-26
61 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES ................................... SP-26
62 . PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES ................................ SP-26
63 . PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT-INSTALL ....................... SP-27
64 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-30
65 . NON -PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-34
66. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-34
67 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL ......................... SP-34
68 . NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................ SP-35
69 . NON-PAY ITEM -PROJECT CLEAN -UP ................................................................. SP-35
70 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-35
71. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-38
72 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-38
73. NON -PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION ..................................................................................................... SP-39
74 . NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-39
75 . NON-PAY ITEM -WASHED ROCK .......................................................................... SP-39
76 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-39
Rev 2-19-10 SP-2
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
77 . NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES ................................................................................................. SP-40
78 . NON PAY ITEM -TIE IN INTO STORM DRA IN STRUCTURE ................................ SP-40
79 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-40
80 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE -INSPECTIONS ...... SP-40
81 . NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-40
Rev 2 -19-10 SP-3
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: Harley Avenue Reconstruction from University Drive to Rip Johnson Road
CITY PROJECT NO .: 00143
1. SCOPE OF WORK : The work covered by these plans and specifications consist of the.
following : 8,970 SY OF 10" CONCRETE PAVEMENT, 2,214 LF OF 9'X6' CONCRETE
STORM DRAIN BOX 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 and Unit II constitute a package. If
the Contractor submits a bid on Unit I and Unit II 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.
Rev 2-19-10 SP-4
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.
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 RA TES : 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
Rev 2-19-10 SP-5
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 determ ination 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 subm itted to binding
arbitration in accordance with the Texas General Arb itration Act (Art icle 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 determ ination 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 pet ition 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 inspect ion by the City . The provisions of the Audit
section of these contract documents shall pertain to this inspection .
Pay Estimates .
With each partial payment est imate or payroll per iod , wh ichever 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 conflict ing utilit ies 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 .
Rev 2-19-10 SP-6
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 .
Excess excavation will be disposed of at locat ions approved by the Director of the
Transportation and Public Works Department
14 . MATERIAL STORAGE: Material shall not be stored on private property unless the
Contractor has obtained perm ission 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 exist ing structures , improvements and ut ilities ,
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 addit ional 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 t ime when and as found to
be necessary , and the Contractor shall perform t he 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 cons idered as
wa iving or invalidating any conditions or provisions of the Contract Documents .
Va riations 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 Contracto r's sole negl igence . 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 inv itees, 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 likew ise
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
Rev 2-19-10 SP-7
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.
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 7 400 (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 comm ission 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 .
Rev 2-19-10 SP-8
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
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:
Rev 2-19-10
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.
SP-9
Within ten (10) days after final payment from the City, the Contractor shall
provide the M/WBE Office with documentation to reflect final participation of
each subcontractor and supplier used on the project, inclusive of M/WBEs.
20. FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the
paving and curb and gutter has been completed . No more than seven days shall elapse
after completion of construction before the roadway and ROW. 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 or its representative . This cleanup shall include
removal of all objectionable rocks , pieces of asphalt or concrete and other construction
materials , and in general restoring the worksite to an orderly appearance .
21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. Workers Compensation Insurance Coverage
a. DEFINITIONS :
b. Certification of <;overage ("Certificate"). A copy of a cert ificate 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. 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 serv ices 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 , City-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
activit ies unrelated to the project, such as food/beverage vendors , office supply
deliveries, and delivery of portable toilets .
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 proj ect.
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 w ith the governmental ent ity showing that
coverage has been extended .
Rev 2-19-10 SP-10
e . The Contractor shall obtain from each person providing services on a project, and
provide to 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
(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 ,
or 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, 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)
(2)
(3)
(4)
Rev 2-19-10
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;
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 ;
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;
obtain form each other person with whom it contracts, and provide to
the Contractor:
SP-11
j .
k.
B.
(a) a certificate of coverage , prior to the other person beginning
work on the project ; and
(b) a new cert ificate 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 , with in 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 adm inistrative , criminal ,
civil penalties or other civil act ions .
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 ent ity .
The Contractor shall post a notice on each project s ite 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 Compensat ion Act or other Texas Worker's
Commission rules . This not ice must be printed with a title in at least 30 point
bold type and text in at least 19 po int 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 "
Rev 2-19 -10 SP-12
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
Rev 2-19-10 SP-13
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCT/ON
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 tiis
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
wh ich 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
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
Rev 2-19-10 SP-14
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.
Rev 2-19-10 SP-15
34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES :
The following procedures will be followed regarding the subject item on this contract:
(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
Rev 2-19-10 SP-16
records of such subcontractor involving transact ions 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 th is article together with subsect ion (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 construct ion 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 suffic iently 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/o r paving . It shall be the sole responsibil ity 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 opin ion 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 exist ing trees within the parkway , with
the approval of the ENGINEER , the Contractor may re-locate proposed new driveways
and walks around existing trees to min imize 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 unsat isfactory performance and/or of failure to mainta in the contract schedule ,
the follow ing process shall be applicable :
The work progress on all construct ion 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 demand ing that , within 10 days from the date that the letter is
Rev 2-19-10 SP-17
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 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 Environmenta l 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 .
Rev 2-19-10 SP -18
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-NON GREEN CEMENT-INSTALL (10 INCH) (BID-00429):
(a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement,"
shall apply . 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 .
(b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement
Acceptance" within these Special Provisions .
(c) 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.
43. PAY ITEM -CURB -6 INCH -INSTALL (BID-00842):
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 .
Rev 2-19-10 SP-19
44. 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 prov ide 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, comp ly 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 pa id 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 .
45 . 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 squa re 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 .
46 . PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTTER -INSTALL (BID -
00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY
-INSTALL (810-00401)
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
govern ing 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 .
Required backfilling and fin ished grading adjacent to flatwork shall be completed in order for
the flatwork to be accepted and measured as completed .
Rev 2-19-10 SP-20
No payment w ill be made for flatwork until the pay item has been completed, wh ich includes
backfill ing and f inished grading .
The price bid per square foot for "WALK -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 wo r k for that item .
The price b id each ton 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 .
The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal w ill be
full payment for materials necessary to complete the work fo r that item .
47 . 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 .
48. PAY ITEM -CURB & GUTTER - 6 INCH W/ 18" GUTTER -INSTALL (BID-00425):
All provisions of Standard Specification No . 502 'Concrete Curb and Gutter' shall apply
except as modified herein :
Subsidiary to the unit price bid per linear foot shall be the following :
A minimum of 5" or greater as required depth of stabil ized subgrade properly compacted
under the proposed curb and gutter as shown in the construction details.
If the Contractor fails to backfill either in from of the gutter or behind the curb within seven
(7) calendar days of pouring the curb and gutter, the amount pa id for the curb and gutter
shall be reduced by 25% until the backfill operation is complete .
Standard Specifications Item No. 502 , shall apply except as herein modified. Concrete shall
have m inimum compressive strength of three thousand (3 ,000) pounds per square inch in
twenty-eight (28) days. The quantity of m ixing water shall not exceed seven (7) 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 .
49. 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 wh ich is obtained from excavating the
Rev 2-19 -10 SP-21
trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort
Worth Standard Specificat ions 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 pr ices .
50 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP -
INSTALL (810-00100):
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 activ ities that result in the disturbance of one to five acres (Sm .all
Construction Activ ity) 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 w ill necessarily apply to th is
project. Best Management Practices are construction management techniques that , if
properly utilized , can minimize the need for phys ical 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 comm itment 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
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 Act ivity ,
the Contractor shall sign , prior to final payment , a TCEQ Notice of Termination (NOT) form
Rev 2-19 -10 SP-22
prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the
requirement of the perm it.
The NOT should be mailed to :
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Process ing Center (MC228)
P.O . Box 13087
Austin, TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Comm ission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Aust in, 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 subm itted 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 const ruction activities may vary from those anticipated during the
preparation of the SWPPP. Modificat ions may be required to fully conform to the
requirements of the Perm it. 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 rev iew 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 responsibil ity of the perm ittee , or,
when another permitted operator assumes control over all areas of the site that have not
been finally stabilized .
Rev 2 -19 -10 SP-23
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 li sted above . A SWPPP , prepared as described
above , shall be implemented at least 48 hours befo re the commencement of construction
activities . The SWPPP must include descriptions of control measures necessary to prevent
and control so il erosion , sedimentation and water pollution and will be included in the
contract documents . The control measures shall be installed and maintained throughout the
construct ion to assure effect ive and continuous water pollution control. The controls may
include , but not be limited to , silt fences , straw bale dikes , rock berms , diversion d ikes ,
interceptor swales, sediment traps and basins, pipe slope drain , inlet protection , stab il ized
construction entrances, seeding , sodding, mulching , soil retention blankets , or 0th.er
structural or non-structural storm water pollution controls . The method of control shall result
in a minimum sed iment 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 .
51 . PAY ITEM -TRAFFIC CONTROL-INSTALL (810-00181):
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 Ed ition 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 , wh ich 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 requ irements 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 mee t 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
Rev 2-19-10 SP-24
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 I or installation and
maintenance of the traffic control plans .
52 . PAY ITEM -BOX CULVERT 9 FT X 6 FT -INSTALL (BID-00894):
The applicable standards for precast concrete box culverts are ASTM C1577 .
53 . PAY ITEM -BOX CULVERT 11 FT X 6 FT-INSTALL (BID-00894):
The applicable standards for precast concrete box culverts are ASTM C 1577 .
54 . PAY ITEM -MISC TIME AND MATERIALS -INSTALL (CUSTOM JUNCTION BOX
PER EA) (BID-00121):
This item shall include all work associated with the construction of Junction Box 1 as shown
on the plans . See Standard Specifications Item No. 410, "Concrete Structures" for
specifications governing this item with the following exceptions:
A 4000 1.5***
Size No . 467 0.45 5 5.75
*Maximum slump with high range water reducing admixture may be increased to 7" -9".
**Provide one additional sack of cement per cubic yard if concrete must be deposited in
water .
*** Maximum aggregate size may be reduced to 1" if 6 sacks of cement per CY are used.
55. PAY ITEM -BRIDGE -TEMPORARY SHORING -INSTALL (BID-01208):
This item consists of shoring and sheathing necessary to protect the existing retaining wall
as shown on the plans during construction. Prior to construction , the contractor shall submit
a shoring plan sealed by a Texas Professional Engineer. Any damage to the retaining wall
shall be repaired at the Contractor's expense to the satisfaction of the Engineer.
Measurement and Payment: All methods used for temporary shoring shall be measured by
the square foot of shoring 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.
56 . PAY ITEM -HEADWALL -INSTALL (BID-00069):
Rev 2-19-10 SP-25
This item shall include all work associated w ith the outfall headwall as shown on the plans .
See Standard Specifications Item No . 410 , "Concrete Structures" for specifications
governing th is item .
57 . 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 responsibil ity of the Contractor to have the individual project signs lette red 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%" 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 s igns ,
furnish ing 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 .
58 . 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 ut ility 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
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.
59 . PRE BID ITEM -TOP SOIL -INSTALL (BID-00147):
The proposed quantities shown are calculated to provide topso il 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) t ickets and
Rev 2-19-10 SP -26
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.
60 . 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 .
61. 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 .
62 . 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 .
63 . NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT
1. SCOPE
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)
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
Rev 2-19-10 SP-27
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 th is
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 Jo int Sealant
The joint sealant shall be Dow Corn ing 890-SL self-leveling sil icone joint
sealant as manufactured by Dow Corning Corporation , Midland , Ml 48686-
0994 , or an approved equal.
Self-Leveling Silicone Joint Sealant
Test Method Test Requirement
AS SUPPLIED
**** Non Volatile Content , % m in . 96 to 99
MIL-S-8802 Extrusion Rate, grams/m inute 275 to 550
ASTM D 1475 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
AS CURED-
ASTM D 412 , Die Mod . Elongation , % min . 1400
ASTM D 3583 Modulus @ 150% Elongation , ps i max . 9
(Sect. 14 Mod.)
ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure
ASTM D 3583 Adhesion to Concrete, % Elongation min . 600
(Sect. 14 Mod.)
ASTM D 3583 Adhesion to Asphalt , % Elongation min . 600
(Sect. 14 Mod .)
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
Rev 2-19-10 SP-28
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 saw ing 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.
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 .
Rev 2-19-10 SP-29
4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination . They shall be compatible w ith 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 prev.ent
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 w ill not be permitted to remove
stains and contamination .
Immediately upon cleaning , the bond breaker and sealant shall be placed in
the joint. Open, cleaned joints sha ll 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 applicat ion 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
Rev 2-19-10 SP-30
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.
64 . 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
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 contractor's entire expense .
B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced
concrete that is cracked is as follows :
1. DEFINITIONS
a. Minor crack - A crack of no more than 5 feet in length and does not extend i.) from the
edge of a slab or from a pavement joint, or ; ii .) the depth to the reinforcement steel of the
concrete slab , or; iii.) an intermediate crack that is designated as a minor crack under Monitor
Rev 2-19-10 SP-31
Pavement Option 2.
b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no
more than 5 feet.
c. Structural or Major crack -A crack i.) of greater than 5 feet , or; ii.) that extends from the
edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the
full depth of the concrete slab , or; iv .) an intermediate crack that is designated as a structural
crack under Monitor Pavement Option 2.
d. City Engineer -In the application of this policy, the City Eng ineer is the Director of the
Department of Transportation and Public Works or his designee.
2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY:
A concrete panel with four (4) or less minor cracks as defined above is acceptable . (See
Figure 1).
No action is necessary and no routing and sealing is allowed.
---
4+W
PLAN PROFILE
Figure 1 -No action is necessary
3. MONITORED PAVEMENT
A concrete pavement with one intermed iate crack as defined above may be acceptable . The
contractor has two options .
Option No. 1 -The panel may be removed and replaced at contractor expense.
Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1/2"
hole at the free end of the crack and sealing the crack with an approved epoxy material. If at
the end of the warranty period the crack has not propagated then the crack will be designated
as a minor crack . If the crack has propagated then the crack is considered a structural crack.
Rev 2-19-10 SP -32
4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED:
A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be
caused primarily by a deficiency of material or workmansh ip , the panel must be removed and
replaced by the Contractor at his own expense. (See Figure 2)
---
4-iW
PLAN PROFILE
Figure 2 -Full panel replacement is required.
B. All concrete panels with any structural or major crack as defined above that is determined to
be caused , primarily , by a deficiency of material or workmansh ip must be removed and
replaced in their entirety by the Contractor at his own expense. (See Figures 3 and 4 below)
PLAN PROFILE
Figure 3 -Full panel replacement is required.
Rev 2-19-10 SP-33
PLAN PROFILE
Figure 4 -Full panel replacement is required.
C. If the edge of existing concrete pavement is damaged during the construction of adjacent
pavement ; the damaged panel(s) must be removed and replaced in its entirety by the
Contractor at his own expense.
5. APPLICATION AND FINAL DETERMINATION OF POLICY
It is not the intention of this policy that the Contractor is required to remove and replace at his
own expense any concrete that cracks due primarily to causes other than his own materials
and/or workmanship . While cracks may be caused by a combination of factors , a primary
cause can be determined . It is the policy that if a deficiency of materials and/or workmanship
be found to be the primary cause of a crack or cracks , then the contractor shall remove and
replace the panels that contain the structural crack or cracks at no expense to the City .
If cracks exist in the project, the City Engineer or his/her designee will make the determ ination
if the crack is minor or structural. If the crack is structural , the Contractor and the City will
attempt to agree on the cause or causes of the crack .
If the Contractor and City agree that the cause of a structural crack requiring removal and
replacement is due primarily to Contractor's deficient material or workmanship , the concrete
pavement will be removed and replaced at Contractor's entire expense .
If the Contractor and City cannot agree as to the cause of a structural crack, the City may hire
an independent geotechnical engineer to perform testing and analysis to determine the cause
of the crack . 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
Rev 2-19-10 SP-34
acceptable to both parties .
If the geotechnical engineer determines that the pr imary cause of a structural crack is due to
Contractor's deficient material or workmanship , the deficient concrete pavement will be
removed and replaced at Contractor's entire expense and the Contractor w ill also pay the City
for the balance of the cost of the geotechnical invest igation over and above the amount that
has previously been escrowed .
If the geotechnical engineer determ ines that the pr imary cause of the structural crack is not
due to Contractor's defic ient material or workmanship , the concrete pavement will not · be
removed and rep laced without additional compensation to the Contractor. In turn , the
Contractor's escrowed funds , as described above, will be released .
65 . 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.
66. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL:
All applicable provis ions 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.
67 . 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 complet ion of the work to a condit ion 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 Prun ing as described by the National Arborist Association . A copy of these
standards can be prov ided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed us ing 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 Wi lt fungus , all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning pa int. This is the only instance
when pruning paint is recommended .
68 . NON-PAY ITEM -CONCRETE COLORED SURFACE :
Rev 2-19-10 SP-35
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,
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 .
69 . 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.
70 . 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 nat ive 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 capabilit ies and experience .
Rev 2-19 -10 SP-36
--
a. Experience preparing and maintaining deta iled schedules , as well as 1 year of
experience using approved scheduling softwa re 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 log ic issues .
c. Understanding of construction work processes to the extent that a logical cr itical 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 ,
subm it and review the draft detailed baseline construction schedu le 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 applicat ion will only be processed after the detailed baseline construction schedule
has been submitted by the CONTRACTOR and accepted by the OWNER.
The following guidel ines 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 constra ints, 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 gu ideline.
c . Activity durations shall be in work days and normal holidays and weather conditions
over the durat ion of the contract shall be accounted for within the duration of each
activity .
d . The critical path shall be clearly shown on the construct ion 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-
act ivities in enough detail to achieve sub-act ivities of no greater than 20 days durat ion . 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 cop ies verbatim here in.
For each general act ivity , the construction schedule shall identify all trades or subcontracts
applicable to the project whose wo rk is represented by activities that follow the guidel ines 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 the ir logical sequence for equipment and materials . Include applicable act ivities and
milestones such as :
1. Milestone for formal Notice to Proceed
2 . Milestone for Final Comp letion or other complet ion dates specified in the contract
documents
Rev 2-19-10 SP-37
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
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 w ith due diligence as will ensure completion within the time specified in the Contract.
71 . SCHEDULE TIERS SPECIAL INSTRUCTIONS :
Rev 2-19 -10 SP-38
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.
72. 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.
73 . 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 .
Rev 2-19-10 SP-39
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 . 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 .
74 . 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.
75 . 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
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles Abrasion Test: 50% Maximum wear per A.S .T.M . Designation C-131.
76 . 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 .
77. 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
Rev 2-19-10 SP-40
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
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.
78 . 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 .
70 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or
relocation of sprinkler heads encountered shall be pa id for under "UTILITY ADJUSTMENT"
in the proposal section . No other compensation will be provided.
80 . 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.
81 . 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.
Rev 2-19-10 SP-41
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
construction and haul roads and material sources and his plan for disposal of
Rev 2-19-10 SP-42
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 .
Rev 2-19-10 SP-43
(To be printed on Contractor 's Letterhead)
Date: ____ _
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.
Rev 2-19-10 SP-44
HEAVY & HIGHWAY CONSTRUCTI ON
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Wei~her
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher Paving
Concrete Finisher, Structures
Concr ete Pavi ng Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw 0Eerator
Concrete Paving Sereader Operator
Concrete Rubber
Crane, Clamshell , Backhoe, Den-ick, Dragline, Shovel Operator
E lectrician
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator -· Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Op~-~tor, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grad~r OJ?erato_!i Rough
Oiler
Painter, Strnctures
Pavement Marking Machine Operator
Pieela~er -Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Prope lled
Roller Operator, Steel Whee l, Flat Wheeltramping
Roller Operator, Steel Wheel , P lant Mix Pavement
Scraper Operator
Servicer
Slip form Machine Operator -Spreader Box Operator
Tractor Operator, Crawl er Type -Tractor Operator, Pneumatic
Traveling Mixer Oeerator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axl.!'.L-1:::i&tt
Truck Driver, Tandem Axle, Semi -Trailer
Truck Driver, Transit-Mix
Wagon Drill , Boring Machine, Post Hole Driller O perator
Welder
Work Zone Barricade Servicer
$10 .06
$13.99
$12.78
$11.01
$ 8.80
$14.15
$ 9.88
$13.22
$12.80
$12 .85
$13 .2 7
$12.00
$13.63
$12.50
$13 .56
$14.50
$10.61
$14.12
$18.12
$ 8.43
$11.63
$ I 1.83
$13 .67
$16.30
$12.62
$ 9.18
$10 .65
$16 .97
$11.83
$11.58
$15 .20
$14.50
$14 .98 ·-$13 .17
$10.04
$) 1.04
$14 .86
$16 .29
$11.07
$10 .92
$11.28
$11.42
$12.32
$12.33
$10 .92
$12 .60
$12.91
$12 .03
$1 4 .93
$11.47 -$10.91
$11.75
$12 .08
$14.00
$13.57
$10 .09
Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Mechanic
Bricklayer/Stone Mason
Brlcklayer/Sto~e Mason Helper
sarpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechan i c
Drywall Helper
Drywall Taper
Drvwall Taper Helper
El ectrician (Journeyman)
Electrician Helper
Electronic Technician -·
Electronic Technician Helper
Floor L~yer (Resilient)
..... !:.!_~r L~ Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pipefitter ··-
Pipefitter Helper
Plasterer
Plasterer Heleer
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
Hrly Rate Classification
$21.69 Plumber
$12.00 Plumber Helper
$15.24 Reinforcing Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11. 91 Sheet Metal Worker Helper
$13.49 Sprinkler System Installer
$13.12 Sprinkler System Installer Helper
$14.62 Steel Worker Structural -·-
$10.91 Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20 .00
$13.00
$18.00 ·-
$13.00 ~----....---
$14. 78
$11 .25
$10.27
$13.18 -------
$16.10
$14.83
$8 .00
$18.85
$12.83
$17.25
$12.25
Hrly Rate
$20.43
$14. 90
$10.00
$14.00
$10.00
$16.96
$12.31
$18.00
$9.00
$17.43
$20.50
$17.76
$12.63
$10.50 -
$14.91
$16 .06
$9.75
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 st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker.of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(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 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City. The provisions of 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.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page I of 10 KHA No. 061018069
April 2010
A. GENERAL
1. SCOPE OF WORK
a. This Section includes requirements for the installation of carrier pipe into steel
casings or tunnel liner at locations shown on the Plans.
2 . RELATED SECTIONS
a . 02610 -Steel Casing Pipe
b . 02612 -Concrete Pressure pipe Bar-Wrapped Steel Cylinder Type
c. 02615 -Ductile Iron Pipe and Fittings
d. 20617 -Steel Pipe
e . 03360 -Contact Grouting
f . 15640 -Joint Bonding and Electrical Isolation
g. 15641 -Corrosion Control Test Stations
h. 15642 -Magnesium Anode Cathodic Protection System
1. 15643 -Polyethylene Encasement
3 . REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
refe renced . Where conflicts between these Specifications and the referenced
spe cification, code, or standard occur, the more restrictive language shall govern.
The latest edition available on the date of issue of Contract Documents shall be
used .
b . "Geotechnical Engineering Study, Fort Worth , TX , Addula Consulting
Enginee rs , 2010.
c . ASTM C 31 -Standard Practice for Making and Curing Concrete Test
Specimens in the Field
d . ASTM C 39, Standard Test Method for Compress ive Strength of Cylindrical
Concrete Specimens
e . ASTM C I 09 , Standard Te st Method for Compressive Strength of Hydraulic
Cement Mortars (Using 2 in . or 50 mm Cube Specimens)
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 2 of 10 KHA No. 061018069
April 2010
f . ASTM C 150, Specification for Portland Cement .
g. ASTM C 494, Specification for Chemical Admixtures for Concrete.
h . Occupational Safety and Health Administration (OSHA) Regulations and
Standards for Underground Construction, 29 CFR Part 1926, Subpart S,
Underground Construction and Subpart P, Excavation.
4. DEFINITIONS
a. Carrier Pipe: Permanent pipe for operational use that is used to convey flows as
shown on the Plans.
b. Casing: A steel pipe installed by trenchless methods that support~ the ground and
provides a stable underground excavation for installation of the carrier pipe.
5. DESIGN CRITERIA
a. Carrier pipe shall be installed within the horizontal and vertical tolerances as
indicated in Part C.2 of this Specification, incorporating all support/insulator
dimensions required.
b. For gravity sewer carrier pipe installation, all voids between the carrier pipe and
the casing, or liner, shall be filled with grout. All exterior carrier pipe surfaces
and all interior casing or liner surfaces shall be in contact with the grout. No
annular space fill will be used for water line installations.
c . Annular space (between sewer carrier pipe and casing/liner) grout shall be Low
Density Cellular Grout (LDCC). The LDCC shall be Portland cement based
grout mix with the addition of a foaming agent designed for this application
d. Grout Mixes: Develop one or more grout mixes designed to completely fill the
annular space based on the following requirements:
1) Provide adequate retardation , to completely fill the annular space in one
monolithic pour.
2) Provide less than 1 % shrinkage by volume.
3) Compressive Strength: Minimum strength of IO psi in 24 hours, 50 psi
in 28 days.
4) The Contractor shall design a grout mix with the proper density and use
proper methods to prevent floating of the carrier pipe.
5) The grout shall be proportioned to flow and to completely fill all voids
between the carrier pipe and the casing or liner.
.-
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 3 of JO KHA No. 061018069
April 2010
e. The Contractor shall provide end seals, as approved by the Engineer at each end
of the casing or liner to contain the grout backfill or to close the casing/liner ends
to prevent the inflow of water or soil. End seals shall consist of either synthetic
rubber pull-on seals or brick and mortar bulkheads. The end seals shall be
designed to withstand the anticipated soil or grouting pressure and be watertight
to prevent groundwater from entering the casing. Brick and mortar bulkheads
shall be a minimum of 8 inches in thickness.
f. The Contractor shall provide casing spacers/insulators to support the carrier pipe
during installation and grouting (where grout is used). The casing spacers shall
provide a minimum 2 inches of clearance between all pipes/conduits and the
casing or liner surface. The casing spacers shall hold stable all pipes during
grouting operations and prevent floating or movements. Spacing of Casing
Spacers shall be per the carrier pipe manufacturer's recommendations.
6. QUALITY ASSURANCE
a. The Contractor responsible for installation of the carrier pipe shall have
completed similar work on at least three (3) projects within the last five (5) years.
Additionally, the contractor shall have completed at least one (I) project with
carrier pipe of 21-inch diameter or larger.
b . The surveyor responsible for carrier pipe line-and-grade control shall be a
Licensed Surveyor registered in the State of Texas who has prior experience in
similar projects.
c. Grout Strength Tests:
I) Perform 24 hour and 28 day compressive strength tests for proposed
grout mix design.
2) Perform field sampling during annular space grouting. Collect at least
one set of four ( 4) cylinder molds or grout cubes for each I 00 cubic
yards of grout injected but not less than one set for each grouting shift.
Perform 24 hour and 28 day compressive strength tests per ASTM C39
(cylindrical specimens) or CJ 09 (cube specimens). Remaining samples
shall be tested as directed by Engineer.
d . Casing isolator/spacer manufacturer shall be certified against the provisions of
JSO 9001 :2000.
7. SUB MITT ALS
a . Submittals shall be made in accordance with DA-56 -Shop Drawings. Review
and acceptance of the Contractor's submittals by the Engineer shall not be
construed in any way as relieving the Contractor of its responsibilities under this
Contract .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 4 of 10 KHA No. 061018069
April 2010
b. Qualifications: The Contractor shall submit personnel requirements meeting the
requirements of the specifications.
c . Submit Work Plan describing the carrier pipe installation equipment, materials,
and construction methods to be employed.
d . Detail drawings and manufacturer's information for the casing isolators/spacers
that will be used. Include dimension and component materials, and
documentation of manufacturer's ISO 900 I :2000 certification.
e. End seal or bulkhead designs and locations for casing/liners.
f. Annular Space Grouting Work Plan and Methods :
I) Work plan including grouting methods, details of equipment, grouting
procedures, and sequences including injection methods, injection
pressures, monitoring and recording equipment, pressure gauge
calibration data, and materials.
2) Contractor shall submit details of grout mix proportions, admixtures ,
including manufacturer's literature, and laboratory test data verifying the
strength of the proposed grout mix, the proposed grout densities,
viscosity, and initial set time of grout. Data for these requirements shall
be derived from trial batches from an approved testing laboratory.
3) The Contractor shall submit a minimum of three (3) other similar
projects where the proposed grout mix design was used.
4) Contractor shall submit anticipated volumes of grout to be pumped for
each application and reach grouted.
5) Buoyant force calculations during grouting and measures to prevent
flotation.
6) Plan shall include a description of methods and devices to prevent
buckling of carrier pipe during grouting of annular space .
g . Reports and Records:
I) Maintain and submit daily logs of grouting operations . Include grouting
locations, pressures, volumes, and grout mix pumped, and time of
pumping . Note any problems or unusual observations on logs.
h. Grout Strength Tests
I) Submit test results for 24-hour and 28-day compressive strength tests for
the cylinder molds or grout cubes obtained during grouting operations .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 5 of 10 KHA No. 061018069
April 2010
1. Submit a safety plan for the carrier pipe installation operations including air
monitoring equipment and procedures and provisions for lighting, ventilation,
and electrical system safeguards. Provide name of site safety representative
responsible for implementing safety program . Notify Engineer if safety plan is
the same as for trenchless installation operations .
J. Submit a contingency plan to re-round carrier pipe in the event of buckling
during grouting of the annular space. Plan shall include provisions such as
keeping hydraulic jacks and jacking shoes conformed to the pipe interior at the ·
site of the grouting operation . Plan shall be reviewed and accepted by supplier of
carrier pipe in addition to review and acceptance by the Engineer.
B . PRODUCTS
1. :MATERIALS
a . Carrier pipe shall be in accordance with the appropriate specification:
1) 02612 -Concrete Pressure pipe Bar-Wrapped Steel Cylinder Type
2) 02615 -Ductile Iron Pipe and Fittings
3) 20617 -Steel Pipe
b . Casing Spacers/ Isolators:
I) Casing isolators/spacers shall be stainless steel for water pipe and steel
for sewer pipe applications .
2) Factory made isolators/spacers capable of supporting the carrier pipe and
electrically isolating each component from one another and from the
casmg.
3) Suitable for supporting weight of carrier pipe without deformation or
collapse during installation .
4) Runner lubrication shall be environmentally s afe and within
manufacturer 's recommendations.
5) Casing isolators/spacers shall have a minimum 14 gage steel band.
Contractor shall design risers for appropriate loads, and as a minimum
shall use IO gage steel ri sers, except on bottom runners where steel risers
shall be 7 gage minimum . Bands and risers shall be stainle ss steel for
wate r installations.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 6 of 10 KHA No. 061018069
April 2010
6) Band to have a polyvinyl chloride inner liner with a minimum thickness
of 0.09 inch, a durometer "A" of 85-90 hardness, and a minimum
dielectric strength of 58,000 volts.
7) The runners shall be a minimum of 2" in width and a minimum of 11" in
length. Runners shall be attached to the band or riser by 3/8", minimum,
welded steel or stainless steel studs. Runner studs and nuts shall be
recessed well below the wearing surface of the runner, and recess shall
be filled with a corrosion inhibiting filler.
8) Runners shall be pressure-molded glass reinforced polymer with a
minimum compressive strength of 18,000 psi per ASTM D63 8.
Polyethylene is not acceptable.
9) Riser height with attached runner to be sufficient to provide a minimum
clearance of 2 inches between the outside of carrier pipe bells or
couplings and the inside of the casing.
10) Manufacturers:
i) Advance Products & Systems, Inc .
ii) Cascade Waterworks Manufacturing Co.
iii) Or approved equal, per Standard Products List
c. Rubber Casing End Seals:
1) Synthetic rubber pull-on seal with minimum 1 /2-inch wide by 0.020-inch
thick, Type 304, stainless steel bands.
2) Model number recommended by the manufacturer for size and type of
casing and carrier pipe furnished.
3) Manufacturers :
i) Advance Products & Systems, Inc .
ii) Cascade Waterworks Manufacturing Co.
iii) Or approved equal , per Standard Products List
d . Grout: Grout used for backfilling the annular space between the carrier pipe and
casing/liner (where used) shall consist of a low density cellular concrete grout
(LDCC).
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 7 of IO KHA No. 061018069
April 2010
C. EXECUTION
1. GENERAL
a . Carrier pipe installation shall not begin until the following tasks have been
completed :
1) All required submittals have been provided, reviewed , and accepted.
2) All casing/liner joints are watertight and no water is entering casing or
liner from any sources.
3) All contact grouting is complete.
4) Casing/liner alignment as-builts have been submitted and accepted by
Engineer.
5) Site safety representative has prepared a code of safe practices and an
emergency plan in accordance with applicable requirements. Hold safety
meetings and provide safety instruction for new employees.
b . The carrier pipe shall be installed within the casings or liners between the limits
indicated on the Plans to the specified lines and grades, and utilizing methods
which include due regard for safety of workers, adjacent structures and
improvements, utilities, and the public .
c. Furnish all necessary equipment, powe r, water, and utilities for carrier pipe
installation, insulator runner lubricant, grouting, and other associated Work
required for the Contractor's methods of construction.
2. CONTROL OF LINE AND GRADE
a . Carrier pipe s hall be installed inside the steel casing within the following
tolerances:
I) Horizontal: +/-two (2) inches from design line
2) Vertical: +/-o ne (I) inch from design grade
b. Contractor shall check line and grade set up prior to beginning carrier pipe
installation. Contractor shall perform survey checks of line-and-grade of carrier
pipe during installation operations. The Contractor is fully respon s ible for the
accuracy of the Work and the correction of it , as required .
c. Where the carrier pipe in stallation do es not satisfy the specified tolerances,
correct the installation, including, if necessary, redesign of the pipe or structures.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 8 of 10 KHA No. 061018069
April 2010
3. INSTALLATION OF CARRIER PIPE
a . Pipe Installation: Remove all loose soil from casing or liner. Grind smooth all
rough welds at casing joints. Provide casing spacers, insulators, or other
approved devices to prevent flotation, movement, or damage to the pipe during
installation and grout backfill placement. Install casing isolators/spacers on the
pipeline, two feet inside each end of casing, and at 8 feet on center (maximum)
for the length of casing, and in accordance with pipe manufacturer's
recommendations . Carrier pipe shall be installed without sliding or dragging it ·
on the ground or in the casing/liner in a manner that could damage the pipe or
coatings . Coat the casing spacer runners with a non-corrosive/environmentally
safe lubricant to minimize friction when installing the carrier pipe. The carrier
pipe shall be electrically isolated from the carrier pipe and from the casing.
b . After installation of the carrier pipe, mortar inside and outside of the joints as
applicable. Verify electrical discontinuity between the water carrier pipe and
tunnel liner. If continuity exists, the Contractor shall remedy the short, by all
means necessary including removing and reinstalling the carrier pipe, prior to
applying cellular grout.
c . After carrier pipe installation is complete, if hold down jacks or casing spacers
are used, seal or plug the ends of the casing.
d . For sewer pipe only, after carrier pipe installation is complete, the annular space
between the carrier pipe and tunnel liner or casing shall be completely filled with
grout. Contractor shall verify the maximum allowable pressure with the carrier
pipe manufacturer, and do not exceed this pressure.
e. Testing of Carrier Pipe: Prior to filling of the annular space, testing of the carrier
pipelines shall be performed in accordance with the appropriate testing method
outlines in the carrier pipe specification. Any leakage found during this
inspection shall be corrected.
4 . ANNULAR SPACE GROUTING (FOR SEWER ONLY)
a. The grouting equipment shall be provided with a meter to determine the volume
of grout injected. The meter shall be calibrated in cubic feet to the nearest one-
tenth of a cubic foot.
b. Mixing of Grout: The material shall be mixed in equipment of sufficient size to
provide the desired amount of grout material for each stage in a single operation .
The equipment shall be capable of mixing the grout at the required densities for the
approved procedure and shall be capable of changing the densities as required by
field conditions.
c . Backfill Annular Space with Grout: After the installation of the carrier pipe , the
remaining space (all voids) between the casing/liner and the carrier shall be filled
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & JI
SECTION 02349
Installation of Carrier Pipe in Casing
Page 9 of 10 KHA No. 061018069
April 2010
with LDCC grout so all surfaces of the exterior carrier pipe wall and casing/liner
interior are in contact with the grout. Grout shall be pumped through a pipe or
hose. Use grout pipes, or other appropriate materials to avoid damage to carrier
pipe during grouting.
d. Injection ofLDCC Grout: The grout injection pressure shall not ex ceed the carrier
pipe manufacturer's approved recommendations or 5 psi (whichever is lower).
Pumping equipment shall be of a size sufficient to inject grout at a volume,
velocity, and pressure compatible with the size/volume of the annular space. Once
grouting operations begin, grouting shall proceed uninterrupted , unless grouting
procedures require multiple stages . Grout placements shall not be terminated until
the estimated annular volume of grout has been injected.
e. Block the carrier pipe during grouting to prevent flotation during grout
installation. The Contractor shall also protect and preserve the interior surfaces
of the casing from damage. It is the responsibility of the Contractor to submit to
the Engineer sufficient information indicating all proposed equipment, materials,
and the method for filling this void.
5 . SAFETY
a. The Contractor is responsible for job site safety. Perform all Work in accordance
with the current applicable regulations of the Federal, State, and local agencies .
In the event of conflict, comply with the more restrictive applicable requirement.
b . No gasoline powered equipment shall be permitted in jacking shafts and
receiving shafts/pits . Diesel, electrical , hydraulic, and air powered equipment is
acceptable, subject to applicable local , State, and Federal regulations .
c. Methods of construction shall be such as to ensure the safety of the Work,
Contractor's and other employees on site, and the public .
d. Furnish and operate a temporary ventilation system in accordance with applicable
safety requirements when personnel are underground. Perform all required air
and gas monitoring. Ventilation system shall provide a sufficient supply of fresh
air and maintain an atmosphere free of toxic or flammable gasses in all
underground work areas .
e . Perform all Work in accordance with all current applicable regulations and safety
requirements of the federal, state, and local agencies . Comply with all applicable
provisions of 29 CFR Part 1926, Subpart S, Underground Construction and
Subpart P, Excavations , by OSHA . In the event of conflict, comply with the more
stringent requirements .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02349
Installation of Carrier Pipe in Casing
Page 10 of 10 KHA No. 061018069
April 2010
f. If personnel will enter the pipe during construction, the Contractor shall develop
an emergency response plan for rescuing personnel trapped underground in a
pipe. Keep on-site all equipment required for emergency response in accordance
with the agency havingjurisdiction .
LAST PAGE OF THIS SECTION
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02610
Steel Casing Pipe
Page I of 4 KHA No. 061018069
April 2010
A. GENERAL
I. SCOPE OF WORK
a. The section provides the minimum requirements for manufacturing, furnishing,
and transporting steel casing pipe to be installed by trenchless methods. The
Contractor shall provide all labor, equipment and materials to install steel casing
pipe to host water line, and gravity sewer at the locations shown on the Plans .
2. RELATED WORK SPECIFIED ELSEWHERE
a. 02349 -Installation of Carrier Pipe in Casing
b. 03360 -Contact Grouting
a. 15640 -Joint Bonding and Electrical Isolation
b. 15641 -Corrosion Control Test Stations
c. 15642 -Magnesium Anode Cathodic Protection System
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. The latest edition available on the date of issue of Contract Documents
shall be used.
b. ASTM Al39 -Specification for Electric Fusion (Arc) Welded Steel Pipe (Sizes
4 inches and Over)
c. "Geotechnical Engineering Study, Fort Worth, TX, Addula Consulting
Engineers, 2010.
4. DEFINITIONS -Not Used
5 . DESIGN CRITERIA
a. The Contractor is fully responsible for the design of steel casing pipe that meets or
exceeds the design requirements of this Specification and that is specifically
designed for installation by the intended trenchless method .
b. Design of the casing pipe shall account for all install ation and service loads
including: (I) j ac king loads ; (2) external groundwater and earth loads ; (3) traffic
loads, ( 4) practical consideration for ha ndling, shipping, and other construction
operations; (5) any other live or dead loads reasonably anticipated. Design shall
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02610
Steel Casing Pipe
Page 2 of 4 KHA No. 061018069
April 2010
be sealed and signed by a registered Professional Engineer licensed in the State
of Texas. The Contractor shall submit certification that the design prepared by
the registered engineer was used .
c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel
yield stress .
d . Steel casing pipe shall have a minimum wall thickness of 0.42 inches .
e . Steel casing pipe shall be provided with inside diameter sufficient to efficiently
install the required carrier pipe with casing spacers as required in 02349 -
Installation of Carrier Pipe in Casing. Allowable casing diameters are shown on
the Plans for each crossing.
f. Steel casing pipe shall be furnished in lengths that are compatible with
Contractor's shaft sizes, allowable work areas and Contractor's approved work
plan. No randoms will be permitted for straight runs of casing pipe.
g. Steel casing pipe connections shall be achieved by full penetration field butt
welding or an integral machine press-fit connection (Permalok or equal) prior to
installation of the pipe, depending on the type of carrier pipe. Allowable joint
types for each crossing are shown on the Plans. Field butt welding a square end
piece of steel pipe to a thirty-five (35) degree beveled end of steel pipe is
acceptable . Integral machined press-fit connections shall be installed in
accordance with the manufacturer's installation procedures and
recommendations .
h . Steel casing pipe shall be provided with grout/lubricant ports along the pipe at
intervals of ten (I 0) feet or less . Ports and fittings shall be attached to the pipe in a
manner that will not materially affect the strength of the pipe nor interfere with
installation of carrier pipe. Plugs for sealing the fittings shall be provided by the
Contractor and shall be capable of with standing all external and internal pressures
and loads without leaking.
6 . QUALITY ASSURANCE -Not Us ed
7 . SUBMJTT ALS
a . Submittals shall be made in accordance with DA-56 -Shop Drawings . Rev iew
and acceptance of the Contractor's submittals by the Engineer shall not be
construed in any way as relieving the Contractor of its respon s ibilities under this
Contract.
b . Shop Drawings : The Contractor shall furnish shop drawings illustrating the
details of the casing pipe, grout/lubrication ports, joint details , and miscellaneous
items to be furnished and fabricated for the pipe . Dimensions, tolerances, wall
thickne s s, properties and strengths , and other pertinent information sh a ll be
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02610
Steel Casing Pipe
Page 3 of 4 KHA No. 061018069
April 2010
shown. These items shall be submitted for review by the Engineer prior to
fabrication.
c. Calculations: Calculations shall be submitted in a neat, legible format. Basis of
calculations shall be consistent with information provided in the geotechnical
reports. All calculations shall be prepared by or under direct supervision of a
Professional Engineer licensed in State of Texas, who shall stamp and sign
calculations.
1) Provide calculations confirming that pipe jacking capacity is adequate to
resist the anticipated jacking loads for each crossing with a minimum
factor of safety of two (2).
2) Submit calculations confirming that pipe capacity is adequate to safely
support all other anticipated loads, including earth and groundwater
pressures, surcharge loads , and handling loads.
3) Submit calculations confirming that jointing method will support all
loading conditions.
B . PRODUCTS
1. MATERIALS
a . Steel casing pipe shall be new, smooth-wall, carbon steel pipe conforming to
ASTM Specification Al39, Grade B .
b. Dimensional Tolerances: Contractor shall bear sole responsibility for furnishing
and installing steel casing pipe with dimensional tolerances that are compatible
with performance requirements and proposed installation methods that meet or
exceed the specific requirements below:
1) The minimum wall thickness at any point shall be at least 87 .5% of the
nominal wall thickness .
2) Steel pipe shall have an outside circumference that is within I .0 percent
or 3/4 " of the nominal circumference, whichever is less.
3) The outside diameter of the pipe shall be within 1/8" of the nominal
outside diameter.
4) Steel pipe shall have a roundness such that the difference between the
major and minor outside diameters shall not ex ceed 0 .5 percent of the
specified nominal outside diameter or 1/4 ", whichever is less .
5) Steel pipe shall have a maximum allowable straightness deviation of 1/8"
in any I 0-foot length .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02610
Steel Casing Pipe
Page 4 of 4 KHA No. 061018069
April 2010
6) All steel pipe shall have square ends. The ends of pipe sections shall not
vary by more than 1 /8" at any point from a true plane perpendicular to
the axis of the pipe and passing through the center of the pipe at the end.
7) When pipe ends have to be beveled for welding, the ends shall be
beveled on the outside to an angle of 3 5° with a tolerance of± 2Yi 0 and
with a width of root face 1/16" ± 1/32".
8) Inside and outside of steel casing pipe shall have a coal-tar protective
coating in accordance with the requirements of Section 2.2 and related
sections in A WWA C203. Touch up after field welds shall provide
coating equal to those specified above.
c. Steel casing pipe shall be fabricated with longitudinal weld seams . All girth weld
seams shall be ground flush.
d. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed,
as recommended by the manufacturer, for protection during shipping, storage,
and installation.
C. EXECUTION
1. INSTALLATION
a. Steel casing pipe shall be installed in accordance with DA-6.
b. Carrier pipe shall be installed inside steel casing pipe in accordance with 02349 -
Installation of Carrier Pipe in Casing.
c. Contact grouting of the annulus outside the casing pipe shall be performed in
accordance with 03360 -Contact Grouting.
LAST PAGE OF THIS SECTION
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 1 of 11
KHA No. 061018069
April 2010
PART 1 -GENERAL
1.01 SUMMARY
A. Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped
concrete cylinder pipe and fittings, and specials, including connections and
appurtenances as shown on the drawings and specified herein.
B . Provisions for cathodic protection shall be provided such as welding, installation of
bonding clips, or other method approved by the Owner. Cathodic Protection shall be
provided as shown in the drawings and Cathodic Protection Sections of the
Specifications .
1.02 QUALITY ASSURANCE
A . Manufacturer: Finished pipe shall be the product of one ( 1) manufacturer. Pipe
manufacturing operations (pipe, fittings , lining, coating) shall be performed at one (1)
location.
B . Factory Testing:
1 . The OWNER reserves the option to have an independent testing laboratory, at
the OWNER's expense, inspect pipe and fittings at the pipe manufacturer's plant.
The OWNER's testing laboratory and ENGINEER shall have free access to the
manufacturer's plant. The pipe manufacturer shall notify the OWNER, in
writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication
and fabricating schedule so that the OWNER can advise the manufacturer as to
OWNER's decision regarding tests to be performed by an independent testing
laboratory . In event the OWNER elects to retain an independent testing
laboratory to make material tests and weld tests, it is the intent that the tests be
limited to one (1) spot testing of each category unless the tests do not show
compliance with the standard . If these tests do not show compliance, the
OWNER reserves the right to have the laboratory make additional tests and
observations.
2 . The OWNER may require the manufacturer to furnish mill test certificates on
reinforcing steel or wire, steel plate , and cement. The manufacturer shall
perform the tests described in A WWA C303 , for all pipe, fittings , and specials,
except that the following absorption test shall supersede the requirements of the
applicable portion of A WWA C303.
3. Absorption Test. A water absorption test shall be performed on samples of cured
mortar coating taken from each working s hift. The mortar coating samples shall
have been cured in the same manner as the pipe. A test value shall consist of the
average of a minimum of three samples taken from the same working shift. The
test method shall be in accordance with ASTM C497, Method A . The average
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 2 of 11
KHA No. 061018069
April 2010
absorption value for any test shall not exceed 9 percent and no individual sample
shall have an absorption exceeding 11 percent. Tests for each working shift shall
be performed on a daily basis until conformance to the absorption requirements
has been established by 10 consecutive passing test results , at which time testing
may be performed on a weekly basis for each working shift . Daily testing shall
be resumed for each working shift with failing absorption test results and shall be
maintained until conformance to the absorption requirements is re-established by
10 consecutive passing test results.
4 . The cost of all tests specified are subsidiary to the cost of the pipe and will not be ·
paid for separately.
C. Manufacturer's Technician for pipe installation:
During the construction period, the Pipe Manufacturer shall furnish the services of a
factory trained, qualified, job experienced technician to advise and instruct as
necessary in pipe laying and pipejointing. The technician shall assist and advise the
Contractor in his pipe laying operations and shall instruct construction personnel in
proper joint assembly and joint inspection procedures. The technician is not required
to be on-site full time; however, the technician shall be regularly on-site during the
first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or
Contractor .
1.03 SUBMITT ALS
Submittals shall be m accordance with the Special Conditions and shall include the
following:
A. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying
drawings to the OWNER for review of general conformance to contract documents .
Record Data shall include a complete description of the pipe offered , including cuts,
tabulated layout, design calculations, joint restraint and thrust calculations, and
pertinent design data. Record Data shall reference stationing on the plan profile
sheets and shall incorporate changes necessary to avoid conflicts with existing
utilities and structures . Details for the design and fabrication of all fittings and
specials and provisions for thrust shall be included. Submittal shall be sealed by a
Licensed Professional ENGINEER in the State of Texas.
B. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an
affidavit certifying that all pipe, fittings, and specials, and other products and
materials furnished, comply with this specification . If requested by the OWNER, the
manufacturer shall submit certified reports of all testing required by A WW A C303 .
1.04 ST AND ARDS
Except as modified or supplemented herein , pretensioned concrete cylinder pipe shall
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 3 of 11
KHA No. 061018069
April 2010
confonn to the applicable requirements of the following standard specifications, latest
edition .
A. A WW A C303 "Concrete Pressure Pipe -Bar-Wrapped Steel Cylinder Type"
B . A WWA M9 Manual : "Concrete Pressure Pipe"
C. ASTM A33 "Standard Specification for Concrete Aggregates"
D. ASTM A635 "Standard Specification for Steel , Sheet and Strip, Carbon, Hot
Rolled , Structural Quality"
E. ASTM C144 "Specification for Aggregate for Masonry Mortar"
F . ASTM C 150 "Specification for Portland Cement"
G. ASTM C497 "Methods of Testing Concrete Pipe"
H. NCTCOG Item 504 .1 through 504.4 and 504.6
1.05 DELIVERY AND STORAGE
A. Packing:
1 . The pipe shall be prepared for shipment to afford maximum protection from
nonnal hazard of transportation and allow pipe to reach project site in an
undamaged condition. Pipe damaged in shipment shall not be delivered to the
project site unless such damaged pipe is properly repaired.
2 . After the completed pipe and fittings have been removed from the final cure at
the manufacturing plant, the pipe lining shall be protected from drying by means
of plastic end covers banded to the pipe ends. Covers shall be maintained over
the pipe ends at all times until ready to be placed in the trench. Moisture shall be
maintained inside the pipe by periodic addition of water as necessary.
3. Pipes shall be carefully supported during shipment and storage. Each length of
pipe, fitting , or special shall be internally supported and braced with stulls to
maintain a true circular shape . Internal supports shall consist of timber or steel
stulls finnly wedged and secured so that the stulls remain in place during
handling. Pipe shall be rotated so that one (1) of the stulls is vertical during
storage , shipment and installation . At a minimum, stulls shall be placed at each
end, each quarter point, and center. Stulls shall not be removed from pipe until
backfill operations are complete (excluding final cleanup), unless it can be
demon strated to the OWNER's satisfaction that removal of the stulls will not
adversely affect the pipe installation. Pipe, fittings, and s pecials shall be
separated so that they do not bear against each other in transit. Store pipe on
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 4 of 11
KHA No. 061018069
April 2010
padded skids, sand or dirt benns, tires, or other suitable means to protect the pipe
from damage.
4. In addition , deliver, handle, and store pipe in accordance with the manufacturer's
recommendations to protect coating systems.
B. Marking for Identification: Each joint of pipe and each fitting shall have plainly
marked on one end the class for which it is designed, the date of manufacturer, and
the identification number that matches shop drawing records . The top centerline
shall be marked on all specials.
PART 2 -PRODUCTS
2.01 MATERIALS
A . Cement: Cement for use in concrete and mortar shall be Type I or II Portland
Cement.
B . Aggregates: Aggregates for concrete lining and coating shall confonn to ASTM C-
33.
C. Sand: Sand used for inside and outside joints shall be of silica base, confonning to
ASTM C-144 .
D. Special Coating: Pipe to be installed in casing shall have two built-up mortar rings,
each approximately 2 feet long and slightly higher than the pipe bell, to prevent the
pipe from being supported by the pipe bell. Built-up mortar rings are to be applied at
the quarter points of the pipe section.
E. Bushes, Couplings and Plugs: Where outlets or taps are threaded , furnish and install
brass reducing bushings in larger steel half couplings for the outlet size indicated .
Threaded plugs shall be brass .
2 .02 MIXES ; CEMENT MORT AR
Cement mortar used for pouring joints shall consist of one (I) part Portland Cement to
two (2) parts clean, fine, sharp silica sand, mixed with water. No manufactured sand
shall be pennitted . Exterior joint mortar shall be mixed to the consistency of thick cream .
Interior joint mortar shall be mixed with as little water as possible so that the mortar is
very stiff, but workable. Cement shall be ASTM CJSO, Type I or Type II. Sand shall
conform to ASTM CJ44. Cement mortar used for patching shall be mixed as per cement
mortar for inside joints .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 5 of 11
KHA No. 061018069
April 2010
2.03 MANUFACTURED PRODUCTS
A. Pipe:
I. General : Pipe, bends, and special fittings shall be designed, manufactured, and
tested in accordance with the applicable requirements of A WW A C303 and
A WW A M9, and the special requirements of this specification. Pipe shall be
certified by the National Sanitation Foundation Standard 61 for use with potable
water. -
2. Pipe Design Criteria: Sizes and pressure classes (working pressure) shall be as
specified. For the purposes of pipe design, working pressure plus transient
pressure shall be as indicated below. Fittings, specials and connections shall be
of the same or greater pressure class as the associated pipe. Pipe and fittings
shall be clearly marked with the pressure class and piece number to permit easy
identification in the field . Pipe design shall be based on trench conditions and
design pressure class specified. Pipe shall be designed according to the methods
indicated in A WW A C303 and A WW A Manual M9 for trench construction,
using the following parameters :
a. Unit Weight of Fill (w) = 130 pcf
b . Live Load = AASHTO H-20 truck for unpaved conditions
Live Load = Cooper E-80 loading for railroad crossings
c. Trench Depth = As indicated
d. Coefficient Ku'= 0.150
e. Trench Width (Bd) as indicated
f. Bedding Conditions= As indicated
g. Pressure Class= 150 psi min. working pressure
h. Surge Allowance = I 00 psi minimum, where: Total Pressure (including
surge)= 150 psi+ 100 psi= 250 psi.
1. Deflection Lag Factor= 1.0
J. Soil Reaction Modulus, E' < 1,000
Trench depths indicated shall be verified after ex1stmg utilities are located .
Vertical alignment changes required because of existing utility or other conflicts
s hall be accommodated by an appropriate change in pipe design depth . In no
case shall pipe be installed deeper than its design allows.
3. Provisions for Thrust :
a. Thrusts at bends, tees , plugs , or other fittings s hall be resisted by re strai ned
joints. Thrust at bends adjacent to casing pipe shall be restrained by welding
joints through casing and for a sufficient distance each side of casing. The
distance for thrust re straint shown on the plans is the minimum restraint and
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 6 of II
KHA No. 061018069
April 2010
does not relieve the manufacturer from calculating the restraint needs as
specified herein. In no case shall the restrained distance be less than
indicated on the plans. If the manufacturer calculates the need for additional
restraint, no additional compensation will be allowed . No thrust restraint
contribution shall be allowed for the welded length of pipe within the casing,
unless casing is filled with grout.
b. Restrained jqints shall be used for a sufficient distance from each side of the
bend, tee, plug, or other fitting to resist thrust which will be developed at the
design pressure of the pipe. For the purpose of thrust restraint, design ·
pressure shall be 1.5 times pressure class (working pressure), or equal to the
test pressure, or working pressure plus the surge allowance, whichever is
greater. Restrained joints shall consist of welded joints. In areas where
restrained joints are used for thrust restraint, the pipe shall have adequate
cylinder thickness to transmit the thrust forces.
c. The length of pipe with welded joints to resist thrust forces shall be
determined by the pipe manufacturer in accordance with A WW A Manual
M9 and the following:
1. The weight of earth (We) shall be calculated as the weight of the
projected soil prism above the pipe.
11. Soil density= 110 pcf (maximum value to be used).
111. Coefficient of friction= 0.40 (maximum value to be used).
The above applies to unsaturated soil conditions. In locations where ground
water is encountered, the soil density shall be reduced to its buoyant weight
for the backfill below the water table, and the coefficient of friction shall be
reduced to 0.25.
d. Thrust collars will only be permitted for temporary plugs. Thrust collars may
not be used for any other application, unless approved in writing by the
ENGINEER.
4. Inside Diameter: The inside diameter, of the cement mortar lining shall be the
Nominal diameter specified .
B . Joint Wrappers: Similar and equal to those manufactured by Mar-Mac Manufacturing
Company .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 7 of 11
KHA No. 061018069
April 2010
C. Insulated Connections: Insulated connection shall be in accordance with Section 15640
included in the Appendix. Where insulated connections are indicated, furnish dielectric
insulation gaskets, sleeves, and plastic washers as indicated. Insulating flange kits are to
be installed on all flanged outlets of the main line pipe and on both flanges of each main
line valve .
D. Flexible Joint Couplings: Dresser Style 38, Smith-Blair Style 411, or approved equal.
E. Pipe Ends: The standard pipe end shall include steel joint ring and a continuous solid
rubber ring gasket as per A WWA Manual M-9 .
F. Flanges: Flanges shall conform to A WW A C207 with laying dimensions and drilling in
accordance with ANSI B 16 .1, Class 125. Flanges shall be Flange Class E with a
minimum working pressure of 275 psi for areas designated with 225 psi test pressure. In
no case shall the working or test pressure of the pipe exceed the working pressure of the
flange. Drilling shall match class of valves or appurtenances which are attached. Nuts
and bolts shall conform to ASTM A307, Grade B. Nuts and bolts shall conform to
AWWAC207.
PART 3-EXECUTION
3.01 Installation
A. General:
I . Install pipe, fittings, specials, and appurtenances as specified herein , as specified
in A WW A Manual M9, and in accordance with the pipe manufacturer's
recommendations.
2 . Lay pipe to the lines and grades as indicated .
B. Pipe Handling:
1. Haul and distribute pipe, fittings at the project site. Handle piping with care to
avoid damage. Before lowering into the trench , inspect each joint of pipe, and
reject or repair any damaged pipe.
2 . Keep the pipe clean during and after the laying operation and free of sticks , dirt,
animals, and trash , and at the close of each operating day, effectively seal the
open end of the pipe using a gasketed night cap with vents .
C. Pipe Jointing:
l. General:
a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 8 of 11
KHA No. 061018069
April 2010
brushing and wiping. If any damage to the protective coating on the metal
has occurred, repair the damage before laying the pipe. Lubricate the gasket
and the inside surface of the bell with an approved lubricant (flax soap)
which will facilitate the telescoping of the joint. Tightly fit together sections
of pipe and exercise care to secure true alignment and grade. When a joint of
pipe is being laid, place the gasket on the spigot ring and enter the spigot end
of the pipe into the bell of the adjoining pipe and force into position. The
inside joint space between ends of the pipe sections shall have an opening
within the tolerances as recommended by the pipe manufacturer. No
"blocking up" of pipe or joints will be permitted, and if the pipe is not ·
uniformly supported or the joint not made up properly, remove the joint and
properly prepare the trench. After joining, check the position of the gasket
with a feeler gauge. If the gasket is out of position , disassemble the joint and
repeat the joint laying procedure .
b. For interior welded joints, complete backfilling before welding. For exterior
field-welded joints, provide adequate working room under and beside the
pipe.
2 . Exterior Joints: Make the exterior joint by placing a joint wrapper around the
pipe and secure in place with two (2) metal straps. The wrapper shall be 9"
inches wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on
each side. The wrapper shall be fiberglass reinforced or burlap cloth, with
lengths encircling the pipe, leaving enough opening between ends to allow the
mortar to be poured inside the wrapper into the joint. Fill the joint with mortar
from one side in one ( 1) continuous operation until the grout has flowed entirely
around the pipe. During the filling of the joint, pat or manipulate the sides of the
wrapper to settle the mortar and ex pel any entrapped air. Leave wrappers in
place undisturbed until the mortar has set-up .
3. Interior Joints: Upon completion of backfilling of the pipe trench , fill the inside
joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt
or trash which has collected in the joint, and moisten th e concrete surfaces of the
joint space by spraying or brushing with a wet brush . Ram or pack the stiff
mortar into the joint space and take extreme care to insure that no voids remain in
the joint space. After the joint has been filled , level the surfaces of the joint
mortar with the interior surfaces of the pipe with a steel trowel so that the surface
is smooth. Interior joints of pipe smaller than 21" shall have the bottom of the
bell buttered with mortar, prior to inserting the spigot, such that when the spigot
is pushed into position it will extrude surplus mortar from the joint. The surplus
mortar shall be struck off flu sh with the inside of the pipe by pulling a filled
burlap bag or an inflated ball through the pipe with a rope.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 9 of 11
KHA No. 061018069
April 2010
4 . Welded Joints:
a. Weld joints in accordance with the A WW A Manual M9. Contractor shall
provide adequate ventilation for welders and for Owner's representative to
observe welds. Unless otherwise specified, welds shall be full circle fillet
welds.
b. Adequate prov1s1ons for reducing temperature stresses shall be the
responsibility of the Contractor.
c . After the pipe have been joined and properly aligned and prior to the start of
the welding procedure, the spigot and bell shall be made essentially
concentric by shimming or tacking to obtain clearance tolerance around the
periphery of the joint. In no case shall the clearance tolerance be permitted
to accumulate.
d. Furnish labor, equipment, tools and supplies, including shielded type welding
rod. Protect welding rod from any deterioration prior to its use . If any
portion of a box or carton is damaged, reject the entire box or carton.
e . In all hand welding, the metal shall be deposited in successive layers . For
hand welds, not more than 1/8" of metal shall be deposited in each pass.
Each pass except the final one, whether in butt or fillet welds, shall be
thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt,
slag, or flux before the succeeding bead is applied . Each pass shall be
thoroughly fused into the plates at each side of the welding groove or fillet
and shall not be permitted to pile up in the center of the weld . Undercutting
along the side shall not be permitted .
f . Welds shall be free from pin holes, non-metallic inclusions, air pockets,
undercutting and/or any other defects .
g. If the ends of the pipe are laminated, split or damaged to the extent that
satisfactory welding contact cannot be obtained, remove the pipe from the
line.
h . Furnish each welder employed with a steel stencil for marking the welds, so
that the work of each welder may be identified. Have e ach welder stencil the
pipe adjacent to the weld with the stencil assigned to him. In the event any
welder leaves the job, his stencil shall be voided and not duplicated if another
welder is employed.
1. Use only competent, skilled and qualified workmen . Each welder employed
by the Contractor shall be required to satisfactorily pass a welding test in
accordance with A WW A C206 before being allowed to weld on the line.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 10 of 11
KHA No. 061018069
April 2010
J. After each welder has qualified in the preliminary tests referred to above,
inspections shall be made of joints in the line. Any welder making defective
welds shall not be allowed to continue to weld.
k. Dye penetrant tests in accordance with ASTM El 65, or magnetic particle test
shall be performed by the Contractor under the supervision and inspection of
the Owner's Representative or an independent testing laboratory, on all full
welded joints. Welds that are defective will be replaced or repaire_d,
whichever is deemed necessary by the Engineer, at the Contractor's expense.
I. If the Contractor disagrees with the Engineer's interpretation of welding tests,
test sections may be cut from the joint for physical testing. The Contractor
shall bear the expense of repairing the joint, regardless of the results of
physical testing. The procedure for repairing the joint shall be approved by
the Engineer before proceeding .
D . Protection of Exposed Metal:
1. Protect exposed ferrous metal by a minimum of one (l ") inch coating of cement
mortar as previously specified for inside joints unless otherwise specified .
Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded
outlets, closures, etc ., shall have coating reinforced with galvanized wire mesh .
2. Thoroughly clean and wet the surface receiving a cement mortar coating with
water just prior to placing the cement mortar coating. After placing, take care to
prevent cement mortar from drying out too rapidly by covering with damp earth
or burlap. Cement mortar coating shall not be applied during freezing weather.
E . Patching:
1. Excessive field-patching of lining or coating shall not be permitted. Patching of
lining or coating will be allowed where area to be repaired does not exceed 100
square inches and has no dimensions greater than 12". In general, there shall not
be more than one patch on either the lining or the coating of any one joint of
pipe.
2 . Wherever necessary to patch the pipe, make patch with cement mortar as
previously specified for interior joints. Do not install patched pipe until the patch
has been properly and adequately cured and approved for laying by the OWNER.
Promptly remove rejected pipe from the site .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 11 of 11
KHA No. 061018069
April 2010
3.02 FIELD QUALITY CONTROL
A. Hydrostatic and Leakage Tests
I . Furnish all necessary equipment and labor for carrying out a pressure test on the
pipelines. The procedures and method for carrying out the pressure tests shall be
approved by the Engineer.
2 . Make any taps and furnish all necessary caps, plugs, bulkheads, etc., as required
in conjunction with testing portions of the pipe. Furnish test pumps, gauges,
meters and any other equipment required in conjunction with carrying out the
tests. Hydrostatic pressure and leakage tests shall conform with A WW A M9 .
3 . All pipelines shall be subjected to hydrostatic pressure per City of Fort Worth
requirements at the lowest points of the section being tested and this pressure
maintained for at least one hour. The amount of leakage which will be permitted
shall be in accordance with A WWA C600.
4 . Lines which fail to meet the requirements of the test shall be repaired and
retested as necessary until test requirements are met. Defective materials, pipes,
valves, and accessories shall be removed and replaced.
5. The Owner will supply at no cost to the Contractor a maximum quantity of water
for testing purposes equal to 110 percent of the volume of the pipeline. The
Contractor shall furnish and install the necessary connections which may be
required to transport the water to the pipe being tested. Additional water required
will be provided at the Owner 's standard rates for the volume required .
END OF SECTION
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02615
Ductile Iron Pipe and Fittings
Page I of7 KHA No. 061018069
April 2010
PART l -GENERAL
1 .01 SCOPE OF WORK
Furnish all labor, material, tools, equipment and incidentals required and install buried ductile
iron pipe and fittings complete as shown on the Drawings and as specified herein.
1.02 QUALITY ASSURANCE
A. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe
manufacturing operations (pipe, fittings, lining, coating) shall be performed at one ( 1)
location.
B. Reference Standards:
I) ANSVAWWA Cl 04/A2I .4 -American National Standard for cement -Mortar Lining for
Ductile-Iron Pipe and Fittings for water.
2) ANS VA WWA CI 05/ A2 l.5 -American National Standard for Polyethylene Encasement.
3) ANSVAWWA Cl 1 O/A2 l . l O -American National Standard for Ductile lron and Grey Iron
Fittings, 3-inch through 48 inches for water and other liquids .
4) ANSVAWWA CJ 1 J/A2I .l I -American National Standard for Rubber-Gasket Joints for
Ductile-Iron Pressure Pipe and Fittings.
5) ANSVAWWA Cl 15/A21.15,7 American National Standard for Flanged Ductile-Iron Pipe
with Ductile-Iron or Gray-Iron Threaded Flang es.
6) ANSVAWWA Cl 50/A21.50,8 American National Standard for the Thickn ess Des ign of
Ductile-Iron Pipe .
7) ANSVAWWA CJ 5 J/A2 I .5 I ,9 American National Standard for the Ductile-Iron Pipe ,
C entrifuga lly Ca st , for Water or Other Liquids .
8) ANS VA WWA C l 53 /A2 l .53 , "Ductile-Iron Compact Fittings For Water Service"
9) ANSVAWWA C 600 ,I I In stallation of Ductile-Iron Water Mains and The ir
Appurt enance s.
10) A WWA M-41 Ductile-Iron Pipe and Fittings .
1.03 SUBMITTALS
Submittal s s h a ll be in accordance with the Special Specification s and shall include the foll owing :
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02615
Ductile Iron Pipe and Fittings
Page 2 of 7 KHA No. 061018069
April 2010
A .. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to
the Owner for review of general conformance to contract documents. Record Data shall
include a complete description of the pipe offered, including cuts, tabulated layout, design
calculations, thrust calculations, and pertinent design data. Record Data shall incorporate any
changes necessary to avoid conflicts with existing utilities and structures. The laying
schedule shall show pipe class, class coding, station limits and transition stations for various
pipe classes. Details for the design and fabrication of all fittings and specials and provisions
for thrust shall be included. Submittal shall be sealed by a Licensed Professional Engineer in
the State of Texas .
B. Submittal for painting exterior pipe to include recommendation for preparation, application
and storage.
C. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit
certifying that all pipe, fittings, and specials, and other products and materials furnished,
comply with this specification. If requested by the OWNER, the manufacturer shall submit
certified reports of all testing.
I .04 DELIVERY AND STORAGE
A. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWA M41 .
PART 2 -PRODUCTS
2.01 DUCTILE IRON PIPE:
A. Pipe shall be in accordance with NCTCOG 2.12.8,AWWACllO,AWWA Cll l,AWWA
C 115 , A WWA C 150, and A WWA C 151 . All pipe shall meet the requirements of NSF 61.
B . Flexible Restrained Push on Joints (FRPJ) shall be U.S. Pipe -TR-Flex, American -Flex-
Ring, or approved equal.
C. All pipe shall be cement mortar coated in accordance with ANSI/AWWA Cl 04.
D. All buried pipe shall be polyethylene encased in accordance with AWWA Cl 05.
E. As a minimum standard, the following pre ss ure classes shall apply:
Diameter Pipe (inch)
3" through 12 "
14 " -20 "
24 "
30" -64"
Min. Pressure Class (PSI)
350 psi
250 ps i
200 psi
150 ps i
F. Engineer shall verify that press ure class specified meets the minimum design requirements
contained within the se prov is ion s . When requested , pipe de s ign calculations shall be
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02615
Ductile Iron Pipe and Fittings
Page 3 of7 KHA No. 061018069
April 2010
submitted to the City. Ductile iron pipe shall be designed in accordance with the latest
revision of ANSI/ A WWA C 150/ A2 l .50 for a minimum 150 psi ( or project requirements,
whichever is greater) rated working pressure plus a 100 psi surge allowance; a 2 to 1 factor of
safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a
minimum depth of cover of 12 feet. Type 4 laying conditions are as defined in ANSI/ A WWA
C150/A21.50.
G. Mechanical thrust restraint may be done only for make-up pieces where push on joints are not
applicable . Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron ·
pipe mechanical joints, Series 2000PV Mechanical Joint Restraint Glands by EBAA Iron for
PVC pipe mechanical joints, and Series 1500 Ductile Iron Retainers for PVC pipe push-on
joints.
H. Ductile iron pipe shall have nominal Jay lengths of 18 or 20 feet. Dimensions and tolerances
of each nominal pipe size shall be in accordance with ANSI/AWWA Cl 51/A21 .
I. Pipe markings shall meet the minimum requirements of ANSJ/AWWA CJ 5 l/A21, latest
revision. Minimum pipe markings shall be as follows:
1) "DI" or "DUCTILE" shall be cast or metal stamped on each pipe
2) Weight, pressure class, and nominal thickness of each pipe
3) Year and country pipe was cast
4) Manufacturer's mark
J. Iron used in the manufacture of pipe for these specifications shall have:
1) Minimum tensile strength -60,000 psi
2) Minimum yield strength -42 ,000 psi
3) Minimum elongation -I 0%
2.02 DUCTILE IRON PIPE JOINTS:
A. General -Comply with ANSI/AWWA CJ J I/A21.1 l, latest revision.
l) Push-On Joints
2) Mechanical Joints
3) Restrained Joints
4) Flanged Joints -AWWA CJ I 5/A21. I 5, ANS] Bl 6.1, Class 125
B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with
ANSI/AWWA Cl I J/A21.J l, latest revision.
C. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength
corrosion resistant low-carbon steel in accordance with ANSI/A WWA Cl l l/A21 .l l , ANSJ/AWWA
CJ J 5/A2 l . l 5, and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts ." For
mechanical joints, bolts and nuts shall be coated with a ceramic-filled , baked on fluorocarbon resin.
Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer 's
recommended thickness by a certified applicator. Coating shall be of Xylan® a s manufactured by
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
KHA No. 061018069
April 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 4 of7
Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of
ASTM B 117, "Salt Spray Test" and shall include, if required, a certificate of conformance.
2.03 DUCTILE IRON PIPE COATINGS:
A. All ductile iron pipe shall have an asphaltic coating, minimum of l mil thick, on the pipe exterior,
unless otherwise specified.
B . Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA
CI 04/ A2 I .04, or latest revision .
C. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat
on the outside surfaces, but shall be shop-coated with rust inhibitive primer. Primer shall have a
minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61 .
D. All buried ductile iron pipe shall be polyethylene encased, unless otherwise specified.
Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high
density cross-laminated (HDCL) polyethylene encasement conforming to AWWA Cl 05/A21 .5.
Polyethylene film must be marked as follows:
I) Manufacturer's name or trademark
2) Year of manufacturer
3) ANSI/AWWACJ05/A21.5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter size(s).
6) Warning-Corrosion Protection-Repair Any Damage
E. For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant
coating applied to the interior. Interior coating shall be pre-approved by Fort Worth Water
Department Standard Product Committee for application in wastewater environment. Coating
shall be Protecto 401 or approved equal.
2 .04 DUCTILE IRON PIPE FITTINGS :
A . Joints: Fittings shall have flanged, mechanical, restrained , push-on joints or any combination of
these. Joints must be manufactured in accordance with the above referenced standards.' Unless
specified otherwise on the plans or in the project specifications, fittings will be provided for
installation as follows:
B . Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as
follows :
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
KHA No. 061018069
April 2010
Ductile Iron Compact Fittings (AWWA Cl 53/A21.53)
Nominal Size (in) Pressure Rating (PSI)
3" -24" 350 PSI
30" -48" 250 PSI
54" -64" 250 PSI
Ductile-Iron Full Body Fittings (AWWA Cl 10/A2 I. l 0)
Nominal Size (in) Pressure Rating (PSI)
3" -24" 350 PSI
30" -48" 250 PSI
SECTION 02615
Ductile Iron Pipe and Fittings
Page 5 of7
C. Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions
shown in the various standards referenced under Section 1.02.B .
D. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match those of ANSI
B 16 .1 Class 125 . All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall
be prohibited, unless approved otherwise.
E. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536 . Restraining
devices shall be of ductile iron . Dimensions of the gland shall be such that it can be used with the
standardized joint bell and tee-head bolts conforming to ANSI/AWWA Cl 53/A2 l .53 .
F. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength
corrosion resistant low-alloy steel in accordance with ANSI/AWWA Cl l l/A21.l l and ASTM
A307 , "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts
and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts
shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness
by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or
approved equal. Coating shall conform to the performance requirements of ASTM B 117, "Salt
Spray Test " and shall include, if required, a certificate of conformance.
G. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with
mechanical joints, a nd gaskets and lubricant shall be furnished with push-on joints; all in
sufficient quantity for assembly of each joint.
H. Outside Coating: All ductile fittings shall have an asphaltic or fusion bonded epoxy coating.
Asphaltic coatings shall be a minimum of I mil thickness , on the pipe exterior, unless otherwise
specified. Fusion bonded exterior coatings shall comply with ANSI/A WWA Cl l 6/A2 I .16, shall
have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61.
J. Interior Lining: All ductile iron fittings are to be furni shed with a cement-mortar lining of
stand ard thickne ss as defined in referenced ANSI/AWWA C104/A2I.4 and given a seal coat of
asphaltic material , unless otherwise specified. Fusion bonded interior coatings shall comply with
ANSI/AWWA CJ 16/A2 l . l 6, shall have a minimum dry film thickness of 4 mils, and be certified
in accordance with ANSI/NSF 61.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
KHA No. 061018069
April 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 6 of 7
J. Polyethylene Encasement: All ductile iron fittings shall be polyethylene encased, unless
otherwise specified. Encasement for buried fittings shall be 8 mil linear low density (LLD)
polyethylene or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming
toAWWA C105/A21.5. Polyethylene film must be marked as folJows:
I) Manufacturer's name or trademark
2) Year of manufacturer
3) ANSI/AWWA CJ05/A21 .5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter size(s).
6) Warning -Corrosion Protection -Repair Any Damage
K . Marking: Fitting marking shall meet the requirements of ANSI/ A WWA C 110/ A2 l. l O or
ANSI/AWWA Cl 53/A21.53 shall have distinctively cast on them the folJowing information:
I) C-153 or C-110, depending on which type of fitting provided .
2) Pressure Rating
3) Nominal diameter of openings
4) Manufacturer's identification
5) Country where cast
6) Number of degrees or fraction of the circle on all bends
7) Letters "DI" or "DUCTILE" cast on them .
PART 3 -EXECUTION
3.01 GENERAL:
A. Install, pipe, fitting s, and appurtenances as special in accordance with A WWA M4 l and AWWA
C600.
B. All pipe s hall be mechanically restrained at fittings and within the calculated restraint areas, or as
shown on the drawings .
C. Polyethylene encasement shall be installed in accordance with AWWA CI05 and AWWA M41 ,
M ethod A or B. Method C will not be allowed .
D. Where indicated , paint shall be applied per manufacture r's recommendation s.
E. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/AWWA
C 15 I/ A2 J .5 J . Each pipe shall be subjected to a hydrostatic test of not less than 500 ps i for a
duration of at least IO seconds.
F. The manufacturer s hall take adequate measures during pipe production to assure compliance with
ANSI/ AWWA CJ 5 I/A2 l .5 l by performing quality-control te st s and maintaining results to those
test s as outlined in section 5, "Verification " of th at stand a rd .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
KHA No. 061018069
April 2010
SECTION 02615
Ductile Iron Pipe and Fittings
Page 7 of7
G. The City of Fort Worth may, at its own cost, subject random lengths of pipe for testing by an
independent laboratory for compliance with this specification. Any visible defects or failure to
meet the quality standards herein will be grounds for rejecting the entire order.
H . The Contractor shall, upon request by City, furnish manufacturer's certified test reports that
indicate that each run of pipe furnished has met specifications, that all inspections have been
made, and that all tests have been performed in accordance with ANSI/AWWA Cl 51/A21 .5 l .
I. The Contractor shall , upon request by City, furnish manufacturer's certified test reports stating
that all fittings furnished meet the requirements of applicable Standards and Specifications. Test
reports must be provided to the Engineer before construction commences.
END OF SECTION
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units J & n
SECTION 02617
Steel Pipe
Page 1 of25 KHA No. 061018069
April 2010
PART I -GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and
polyurethane coated steel pipe, fittings, and specials as specified and as required for the proper
installation and function of the pipe. Cathodic Protection shall be provided as shown in the
drawings and in the Cathodic Protection section of the specifications.
1.02 QUALITY ASSURANCE
A. Experience Requirements
1. Pipe shall be the product of one manufacturer which has had not Jess than five (5) years
successful experience manufacturing pipe of the particular type and size indicated, or
which has demonstrated an experience record that is satisfactory to the Engineer and
Owner. The acceptability of this experience record will be thoroughly investigated by the
· Engineer, and will be sole discretion of the Engineer and Owner. Pipe manufacturing
operations (pipe , fittings, lining, coating) shall be performed at one (1) location unless
otherwise approved by the Engineer.
2 . The lining shall be shop applied spun cement mortar lining. The manufacturer shall be
certified under S.P.F.A . or I.S .O . quality certification program for steel pipe and accessory
manufacturing.
B . Owner Testing and In s pection
a. Pipe may be subject to inspection by an independent testing laboratory, which laboratory
s hall be selected and retained by the Owner. Representatives of the laboratory or the
Engineer shall have access to the work whenever it is in preparation or progress, and the
Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe
Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the
pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision
regarding tests to be performed by an independent testing laboratory . Material, fabricated
parts, and pipe , which are discovered to be defective , or which do not conform to the
requirements of this specification shall be subject to rejection at any time prior to Owner's
final ac ceptance of the product.
b . The inspection and testing by the independent testing laboratory anticipates that
production of pipe shall be done over a normal period of time and without "s low downs"
or other abnormal delays . In the event that an abnormal production time is required , and
the Owner is required to pay excessive costs for in spection , then the Contractor sha ll be
required to reimburse the Owner for such laboratory costs over and above th ose which
would have been incurred under a normal schedule of production as det e rmined by the
E ngi ne er.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page2 of25 KHA No. 061018069
April 2010
C. Factory Testing
The Manufacturer shall perform all tests as required by the applicable A WW A standards and as
listed herein.
1. Cement Mortar Lining
Shop-applied cement mortar linings shall be tested in accordance with A WW A C205.
2. Polyurethane Coating
a. General: The polyurethane coating shall be tested in accordance with A WWA C222.
b . Thickness: The thickness of the coating shall be tested in accordance with SSPC
PA2. The coating system applied to the pipe shall be tested for holidays according to
the procedures outlined in NACE RPOl 88 using a wet sponge holiday tester or a high
voltage spark tester ( operating at 100 volts per mil), for the dry film thickness
specified of35 mil.
c. Adhesion Testing:
1. Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds
per square inch, minimum.
11. Polyurethane coating adhesion to steel substrates shall be tested using pneumatic
pull off equipment, such as HA TE Model 108 or Delfesko Positest, in accordance
with ASTM D454 l and A WW A C222, except as modified in this section .
111. Adhesion testing records shall include pipe identification, surface tested (interior
or exterior), surface temperature, coating thickness, tensile force applied, mode of
failure, and percentage of substrate failure relative of dolly surface.
iv . Dollies or adhesion testing shall be glued to the coating surface and allowed to
cure for a minimum of 12 hours. B ecause of high cohesive strength, polyurethane
coatings sh a ll be scored around the dolly prior to conducting the adhesion test.
v. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined
as separation of the coating from the steel substrate. Cohesive failure is defined as
failure within the coating, resulting in coating remaining both on the ste el
substrate and dolly.
vi . Partial s ubstrate and glue failure will be retested if the substrate failure is less than
50 percent relative of the dolly s urface area and the applied tension was Jess than
the s pecified adhes ion . Pipes that have partial adhesion will be rejected as a
s ubstrate adh es io n failure .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & TI
SECTION 02617
Steel Pipe
Page 3 of25 KHA No. 061018069
April 2010
vii. Glue failures in excess of the minimum required tensile adhesion would be
accepted as meeting the specified adhesion requirements.
viii .Adhesion tests will be conducted on polyurethane pipe coating and lining
independently (where applicable) and will be accepted or rejected independently
of the other.
ix. Repair patches on the polyurethane coating shall be randomly selected for
adhesion testing in a manner as described herein and at the discretion of the
coating inspector conducting the adhesion tests. Adhesion of repairs shall be as
specified for the type of repair.
3. Hydrostatic Pressure Testing
a. Each joint of pipe shall be hydrostatically tested prior to application of lining or
coating. The internal test pressure shall be that which results in a fiber stress equal to
75% of the minimum yield strength of the steel used. Each joint of pipe tested shall
be completely watertight under maximum test pressure. As a part of testing
equipment, the Pipe Manufacturer shall maintain a recording pressure gauge,
reference number of pipe tested, etc . The pipe shall be numbered in order that this
information can be recorded .
b. Fittings shall be fabricated from hydrostatically tested pipe . Fittings shall be tested by
hydrostatic test , air test , magnetic particle test, or dye penetrant test. Air test shall be
made by applying air to the welds under 10 pounds per square inch pressure and
checking for leaks around and through welds with a soap solution .
4 . Charpy V-Notch Test -NOT USED
5. Mill Certification
The Owner will require the Manufacturer to furnish mill test certificates on reinforcing
steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described
in A WW A C-200, for all pipe , fittings, and specials.
6 . Absorption Test for Mortar Coating -NOT USED
7 . Strength Test for Mortar Coating -NOT USED
D. Manufacturer's Technician for Pipe Installation
I . During the construction period, the Pipe Manufacturer shall furnish the services of a
factory trained, qualified, job experienced technician to advise and instruct as necessary in
pipe laying and pipe jointing. The technician shall assi st and advise the Contractor in his
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & I1
SECTION 02617
Steel Pipe
Page 4 of25 KHA No. 061018069
April 2010
pipe laying operations and shall instruct construction personnel in proper joint assembly
and joint inspection procedures. The technician is not required to be on-site full time;
however, the technician shall be regularly on-site during the first two weeks of pipe laying
and thereafter as requested by the Engineer, Owner, or Contractor.
2. The pipe manufacturer shall provide services of polyurethane coating manufacturer's
representative and a representative from the heat shrink joint manufacturer for a period of
not less than I week at beginning of actual pipe laying operations to advise Contractor an~
Owner regarding installation, including but not limited to, handling and storage, cleaning
and inspecting, coating repairs, field applied coating, heat shrink installation procedures
and general construction methods and how they may affect pipe coating. The
Manufacturer's Representative shall be required to return if, in the opinion of the
Engineer, the polyurethane coating or the Contractor's construction methods do not
comply with contract specifications at no additional cost to the Owner. Cost for the
Manufacturer's Representatives to return to the site shaJJ be at no additional cost to the
Owner.
1.03 SUBMITI ALS
A . Submittals shall include:
1. Prior to the fabrication of the pipe, submit fabrication and laying shop drawings to the
Engineer. Submittal shall be sealed by a licensed Profession Engineer in the State of
Texas. Drawings shall include a schematic location-profile and a tabulated layout
schedule, both of which shall be appropriately referenced to the stationing of the proposed
pipeline as shown on the plan-profile sheets. Drawings shall be based on the plans and
specifications and shall incorporate changes necessary to avoid conflicts with existing
utilities and structures. Drawings shall also include full details of reinforcement, and
dimensions for pipe and fittings. Details for the design and fabrication of all fittings and
specials and provisions for thrust restraint shall be included. Where welded joints are
required, drawings shall include proposed welding requirements and provisions for
thermal stress control.
2 . Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following:
a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies
with A WWA C200, A WWA C205, A WWA C2 I 0, A WWA C222, and the se
specifications.
b. Copies of results of factory hydro static te sts shall be provided to the Engineer.
c . Mill certificates, including chemical and physical test results for each heat of steel.
d. Polyurethane coating manufacturer's and heat shrink s leeve catalog sheets and
technical information .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & TI
SECTION 02617
Steel Pipe
Page 5 of25 KHA No. 061018069
April 2010
e. A Certified Test Report from the polyurethane coating manufacturer indicating that
the coatings were applied in accordance with manufacturer's requirements and in
accordance with this specification.
f. Certified test reports for welder certification for factory and field welds .
g. Certified test reports for cement mortar tests.
h. Certified test reports for steel cylinder tests and cement mortar tests.
1.04 STANDARDS
Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall
conform to the applicable requirements of the following standard specifications, latest edition:
ANSI/NSF
AWWA C200
AWWA C205
AWWA C206
AWWA C207
AWWA C208
AWWA C2JO
AWWAC216
AWWA C222
AWWA C602
AWWAMIJ
ASTM C33
ASTM C35
ASTM Cl50
ASTM El65
SSPC-SP-1
SSPC-SP-10
Standard 61
"Steel Water Pipe 6 Inches and Larger"
"Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4
Inches and Larger -Shop-Applied"
"Field Welding of Steel Water Pipe"
"Steel Pipe Flanges for Waterworks Service -Sizes 4 Inches thru 144
Inches"
"Dimensions for Steel Water Pipe Fittings"
"Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
"Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of
Special Sections, Connections, and Fittings for Steel Water Pipelines"
"Polyurethane Coatings for the Interior and Exterior of Steel Water
Pipelines and Fittings"
"Cement-Mortar Lining of Water Pipelines -4 In. and Larger -In-Place"
Manual: "Steel Pipe -A Guide for Design and Installation"
"Specifications for Concrete Aggregates"
"Specifications for Inorganic Aggregates for Use in Gypsum Plaster"
"Specifications for Portland Cement"
"Practice for Liquid Penetrant Inspection Method"
Steel Structures Painting Council -Solvent Cleaning
Steel Structures Painting Council -Near-White Blast Cleaning
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 6 of25 KHA No. 061018069
April 2010
SSPC-PA2 Steel Structures Painting Council -Measurement of Dry Paint Thickness
with Magnetic Gages
SSPC-PA
SSPC-PS
ASTM D16
ASTM 522
Steel Structures Painting Council -A Guide to Safety /Guide 3 in Paint
Application
Steel Structures Painting Council -A Guide for /Guide I 7 Selecting
Urethane Painting Systems
"Paint, Varnish, Lacquer, and Related Products"
"Mandrel Bend Test of Attached Organic Coatings"
I .05 DELIVERY AND STORAGE
A. Packing
1. The pipe shall be prepared for shipment to afford maximum protection from normal
hazard of transportation and allow pipe to reach project site in an undamaged condition.
Pipe damaged in shipment shall not be delivered to the project site unless such damaged
pipe is properly repaired.
2. After the completed pipe and fittings have been removed from the final cure at the
manufacturing plant, the pipe lining shall be protected from drying by means of plastic
end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all
times until ready to be installed. Moisture shall be maintained inside the pipe by periodic
addition of water as necessary.
3 . Pipes shall be carefully supported during shipment and storage. Pipe, fittings , and specials
shall be separated so that they do not bear against each other, and the whole load shall be
securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-
down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms,
tires, or other suitable means to protect the pipe from damage . Each end of each length of
pipe, fitting, or special and the middle of each pipe joint shall be internally supported and
braced with stulls to maintain a true circular shape. Internal stulls shall consist of timber
or steel firmly wedged and secured so that stulls remain in place during storage, shipment,
and installation . Pipe shall be rotated so that one stull remains vertical during storage,
shipment and installation . At a minimum , stulls shall be placed at each end, each quarter
point and center. Stulls shall not be removed until backfill operations are complete
( excluding final clean up), unle ss it can be demonstrated to the owner's satisfaction that
removal ofstulls will not adversely affect pipe in stallation. Once the first shipment of pipe
has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's
interior coating for excessive cracking. If excessive cracking is found, the Contractor shall
modify shipping procedures to reduce or eliminate cracking.
4 . Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to
protect co atin g systems .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & Il
SECTION 02617
Steel Pipe
Page 7 of25 KHA No. 061018069
April 2010
B . Marking for Identification
Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it
is designated, the date of manufacturer, and the identification number. The top centerlines
shall be marked on all specials.
C. Point of Delivery
Where allowed, it is desired that pipe be hauled direct from pipe manufacturer to the project
site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of
damage thereto . Where fully loaded truck and trailer cannot operate along the pipeline route ,
pipe may be unloaded at access points along the route, and brought to the trench side by
approved methods ; however, the Contractor shall be responsible for any damaged pipe at the
time of laying .
PART 2 -PRODUCTS
2 .01 MATERIALS
A. Exterior Polyurethane Coating
Polyurethane Coating shall meet the requirements of A WWA C-222. Use a Coating Standard
ASTM 016, Type V system which is a 2-package polyisocyanate, polyol-cured urethane
coating. The components are mixed in 1: 1 ratio at time of application. The components shall
have balanced viscosities in their liquid state and shall not require agitation during use. The
plant-applied coating shall be a self priming, plural component, I 00 percent solids, non-
extended polyurethane, suitable for burial or immersion and shall be CORROPIPE II OMNI as
manufactured by Madison Chemical Industries Inc., DURA SHIELD 210 as manufactured by
LifeLast, Inc ., or equal Futura Coatings. The coating manufacturer shall have a minimum of
five (5) years ex perience in the production of this type coating. The cured coating shall have
th e following properties:
I . Conversion to Solids by Volume : 97 percent plus or minus 3 percent.
2. Temperature Resi stance: Minus 40 degrees F and plus 150 degrees F .
3 . Minimum Adhesion: 1500 psi, when applied to stee l pipe which has been blasted to
comply with SSPC-SPI 0.
4. Cure Time : For handling in I minute at I 20 d egrees F, and full cure within 7 days at 70
degrees F .
5. Maximum Specific Gravities : Polyisocyanate resin , 1.20 . Polyol resin , 1.15 .
6. Minimum Impact Resistance : 80 inch-pound s using I-inch diameter stee l ball.
Hatley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 8 of25 KHA No. 061018069
April 2010
7. Minimum Tensile Strength : 2000 psi.
8 . Hardness: 55 plus or minus 5 Shore D at 70 degrees F.
9. Flexibility Resistance: ASTM 0522 using I-inch mandrel. Allow coating to cure for 7
days. Perform testing on test coupons held for 15 minutes at temperature extremes
specified above.
I 0. Dry Film Thickness: 35 mils
B . Exterior Polyurethane Coating for Specials, Fittings, Repair and Connections
The shop-applied and field-applied coating shall be CORROPIPE-II OMNI, and GP II (E)
Touch-Up, respectively, as manufactured by Madison Chemical Industries, or equal by
LifeLast, Inc., or Futura Coatings. The shop-applied and field-applied coating shall have the
properties specified in paragraph B. l .a. Mix and apply polyurethane coatings in accordance
with the coating manufacturer's recommendations.
C. Cement for Mortar Linings
Cement mortar linings shall be shop-applied for pipe sizes 96-inch and smaller. Shop-applied
cement mortar linings shall conform to the requirements of A WW A C205 with the following
modifications : Sand used for cement mortar shall be silica sand ASTM C33. Curing of the
linings shall conform to the requirements of A WW A C205 .
D. Cement for Mortar Coating -NOT USED
E . Flange Nuts and Bolts
Nuts and bolts shall conform to A WWA C207.
F. Steel
Steel shall meet the requirements of A WW A C200 and shall be of continuous casting. Steel
shall be homogeneous and shall be suitable for field welding, fully kilned and fine austenitic
grain size .
G . Bend Fittings
All bend fittings shall be long radius to permit easy passage of pipeline pigs .
H . Threaded Outlets
Where outlets or taps are threaded , furnish and install bra ss bushings for the outlet s ize
indic ate d .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units 1 & 11
SECTION 02617
Steel Pipe
Page 9 of25 KHA No. 061018069
April 2010
I. Outlets for Weld Leads
The Contractor may use outlets for access for weld leads. Outlets shall be welded after use.
Outlet configuration shall be approved by the Engineer.
2.02 MIXES
A. Mortar for Interior Joints
Mortar shall be one part cement to two parts sand . Cement shall be ASTM Cl 50, Type I or Il .
Sand shall be of sharp silica base. No manufactured sand shall be permitted. Sand shall
conform to ASTM Cl 44 . Exterior joint mortar shall be mixed to the consistency of thick
cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is
very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking
water.
B . Mortar for Pipe Patching for Shop-Applied Cement Mortar Lining
Mortar for patching shall be as per interior joints.
C. Bonding Agent
Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-
150 , parts A and B; Sikadur 32 Hi-Mod, or approved equal.
2 .03 MANUFACTURED PRODUCTS
A. Pipe
I . Pipe Design
a. Steel pipe shall be designed, manufactured, and tested in conformance with A WW A
C200 , A WW A Manual M 11, and with the criteria specified herein. Sizes and
pressure classes (working pressure) shall be as shown below. For the purpose of pipe
design, the transient pressure plus working pressure shall as indicated below . Fittings,
s pecials , and connections shall be designed for the same pressures as the adjacent
pipe. Pipe de s ign shall be based on trench conditions and the design pressure in
accordance with A WW A Manual M-11; using the following parameters :
1. Unit Weight of Fill (W) = 130pcf
11. Live Load = AASHTO HS 20 at all location s except at railroads
111. Live Load = Cooper £80 at Railroads
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & Il
SECTION 02617
Steel Pipe
Page 10 of25 KHA No. 061018069
April 2010
iv. Trench Depth = As Indicated
v. Deflection Lag Factor -(D1) = 1.0
v1. Coefficient K = 0.10
vii. Maximum Calculated Deflection -Dx = 3%, or 2% if Rubber Gasket Joint is used
viii. Soil Reaction Modulus -(E') < 1,000
1x . Working Pressure= 150 psi
x. Test Pressure= 225 psi
x1. Surge Allowance= I 00 psi minimum, where: Total Pressure (including surge)=
150 psi + I 00 psi = 250 psi.
b. The fittings and specials shall be designed in accordance with A WWA C-208 and
A WW A Manual M-11 except that crotch plates shall be used for outlet reinforcement
for all Pressure Diameter Values, PDV, greater than 6 ,000.
c . Where the pipe requires additional external support to achieve the specified maximum
deflection, the Contractor and pipe supplier will be required to furnish alternate
methods for pipe embedment. No additional compensation will be made to the
Contractor by the Owner where this method is required .
d . Trench depths indicated shall be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe design depth. In no case shall pipe
be installed deeper than its design allows.
2. Provisions for Thrust
a. Thrust at be nd s, tees, or other fittings shall be resi sted by restrained joints. Thrust at
bends adjacent to casing shall be restrained by welding joints through the casing and a
sufficient di stance each side of the casing . No thrust restraint contribution shall be
allowed for pipe in casing unless the annular space in the casing is filled with grout.
b. Restrained joints shall be used a sufficient distance from each side of the bend, tee ,
plu g, or other fitting to resi st thrust which develops at the design pressure of the pipe.
For the purposes of thru st re straint, design pressure sh a ll be 1.5 times the working
pressure class . Restrained joints shall con s ist of welded joints.
c. Thrust restrain t design s ha ll be the complete respon sib ility of the pipe manufacturer.
The length of pipe with restrained joints to resist thru st forces shall be determined by
the Pipe Manufacturer in acco rdance with A WW A Manual M-11 and the following:
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 11 of25 KHA No. 061018069
April 2010
i. The Weight of Earth shall be calculated as the weight of the projected soil prism
above the pipe.
ii. Soil Density = l IO pcf (maximum value to be used).
111. Coefficient of Friction= 0 .20 (maximum value to be used for polyurethane coated
steel pipe).
1v. The above applies to unsaturated soil conditions. In locations where ground water
is encountered, the soil density shall be reduced to its buoyant weight for all
backfill below the water table, and the coefficient of friction shall be reduced to
0.15 for polyurethane coated steel pipe.
v. For horizontal bends, the length of pipe to be restrained shall be calculated as
follows:
3 . Inside Diameter
For f... less than 60°
L = P A sin (LV2)
f(We + Wp + Ww)
For f... greater than 60°
L = P A (1 -cos M
f(We + Wp + Ww)
L = Length of pipe to be restrained
P = 1.5 times working pressure
A = Cross sectional area of pipe steel cylinder l.D.
f... = Deflection angle
We = Weight of earth
Wp = Weight of pipe
Ww = Weight of water
f = Coefficient of friction
The inside diameter, including the cement-mortar lining, shall be a minimum of the
nominal diameter of the pipe specified , unless otherwise indicated on the drawings.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & n
SECTION 02617
Steel Pipe
Page 12 of25 KHA No. 061018069
April 2010
4. Wall Thickness
The minimum pipe wall steel thickness shall be as designed, but not Jess than 0.25" or
pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance. Where
indicated on the plans, pipe and fittings shall have thicker steel pipe wall. The minimum
steel wall thickness shall also be such that the fiber stress shall not exceed 50% of the
minimum yield strength of the steel for working pressure and shall not exceed 75% of the
minimum yield strength of the steel at the maximum pressure (including transient
pressure), nor the following, at the specified working pressure.
Pipe Type
Polyurethane Coated Steel
Mortar Coated Steel
Maximum Stress at
Working Pressure
23,000 psi
NOT USED
Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of
0.375" or pipe O .D./144, whichever is greater.
Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe
due to thrust loading will not exceed 18,000 psi nor 50% of the steel yield strength at the
thrust design pressure (1 .5 times working pressure).
5. Seams
Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders
or sections thereof with the longitudinal and girth seams butt welded or shall be spirally
formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth
seams shall be butt welded and shall not be spaced closer than 6' except in specials and
fittings .
6 . Joint Length
Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed
in casing shall not exceed 25'. No randoms will be permitted for straight runs of pipe.
B . Joint Wrappers for Mortar Coated Steel Pipe
Mortar Coating is not allowed for this project.
C. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe
Heat s hrink sleeves shall meet A WW A C2 l 6, as manufactured by Canusa, B.achem or
approved equal.
D . Joint Bond s, In s ul ate d Connections, and Flan ge Gas kets
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & TI
SECTION 02617
Steel Pipe
Page 13 of25 KHA No. 061018069
April 2010
Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section
15640 in the Appendix.
E. Bend Fittings
All bend fittings shall be long radius to permit passage of pipeline pigs.
F. Pipe Ends
Pipe ends shall be lap welded slip joints, butt strap joint, flanged joint, or flexible coupled
joint. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust
forces.
I. Rubber Gasket and Joint
Rubber gasketed joints will only be allowed for pipe sizes less than 42" diameter. Joints
shall conform to A WW A C-200 standard. The joints shall consist of a flared bell end
formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. The
spigot end shall be a rolled spigot or camegie shaped steel joint ring in accordance with
A WW A C200 and as shown as Item F or H in Figure 8-1 on page 112 of the A WW A
Manual Ml I, 4th edition. The welded area ofbell and spigot pipe ends shall be checked
after forming by the dye penetrant or magnetic particle method. The difference in
diameter between the I.D . of the bell and the O.D. of the spigot shoulder at point of full
engagement with an allowable deflection shall be no more than .00" to .04" as measured
on the circumference with a diameter tape. The gasket shall have sufficient volume to
approximately fill the area of the groove and shall conform to A WWA C200. The joint
shall be suitable for the specified pressure and a deflected joint with a pull of 3/4". Joints
shall be of clearances such that water tightness shall be provided under all operating and
test conditions with a pipe diameter deflection of2%. Joints shall be electrically
continuous .
2 . Lap Welded Slip Joint
a. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and
where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for
field welded joints shall be prepared with one (I) end expanded in order to receive a
plain end making a bell and plain end type of joint. Clearance between the surfaces of
lap joints shall not exceed 1/8" at any point around the periphery.
b . In addition to the provisions for a minimum lap of 1-1 /2" as specified in A WWA C-
200 , the depth of bell shall be such as to provide for a minimum distance of J"
between the weld and the nearest tangent of the bell radius when welds are to be
located on the inside of the pipe .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 14 of25 KHA No. 061018069
April 2010
c. Lap welded slip joints may be welded from the inside for pipe diameters 42" and
larger. Lap welded slip joints may be welded on the inside or outside for pipe
diameters smaller than 42".
3. For Fittings with Flanges
Flanged joints shall be provided at connections to valves and where indicated. Ends to be
fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to
accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel
pipe shall conform to the requirements of A WW A C207 and A WW A C206. Pipe flanges
shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall
match the fittings or appurtenances which are to be attached. Flanges shall be Class E
with 275 psi working pressure in accordance with A WW A C207 and in accordance with
ANSI/ ASME B 16.1 Class 125 for areas designated with a 225 test pressure.
4 . Flexible Couplings
Flexible couplings shall be provided where specified. Ends to be joined by flexible
couplings shall be of the plain end type, prepared as stipulated in A WWA C200. In
addition, the welds on ends to be joined by couplings shall be ground flush to permit
slipping the coupling in at least one ( 1) direction to clear the pipe joint. Harness bolts and
lugs shall comply with A WWA Manual Ml 1.
5. Butt Strap Closure Joints
Where necessary to make closure to pipe previously laid, closure joints shall be installed
using butt strap joints in accordance with A WWA C206 and applicable provisions of this
specification.
G. Factory-Applied exterior Polyurethane Coatings
I. Applicator Qualifications :
a . Equipment will be certified by the coating manufacturer to meet the requirements for
material mixing, temperature control , application rate, and ratio control for multi-part
coatings .
b . Equipment not meeting the written requirements of the coating manufacturer shall be
rejected for coating application until repairs or replacement of the equipment is made
to the satisfaction of the Engineer.
c . Personnel responsible for the application of the coating system shall have certification
of at1endance at the coating manufacturer's training class within the last three years .
The certifi ed applicator shall be present during all coating application work and shall
have respon s ibility for controlling all aspects of the coating application .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & IJ
SECTION 02617
Steel Pipe
Page 15 of25 KHA No. 061018069
April 2010
2 . Surface Preparation
a. Visible oil, grease, dirt, and contamination shall be removed in accordance with
SSPC-SPl, solvent cleaning.
b . Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or
delaminations in the metal shall be removed by filing or grinding prior to abrasive
surface preparation.
c. In cold weather or when moisture collects on the pipe and the temperature of the pipe
is less than 45 degrees , preheat pipe to a temperature between 45 and 90 degrees and 5
degrees above dew point.
d. Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to
produce the surface preparation cleanliness as specified. Recycled abrasive shall be
cleaned of debris and spent abrasive in an air wash separator.
e. Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp
angular surface profile of the minimum depth specified.
f. Protect prepared pipe from humidity, moi sture, and rain. Keep pipe clean, dry, and
free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe
surface shall be removed by reblasting prior to primer application.
g. Priming and coating of pipe shall be completed in a continuous operation the sa me
day as surface preparation.
h. Wire wheel or blast exterior surfaces in accordance with SSPC-SPl O; to a near-white
metal blast cleaning with a 3.0 MIL angular profile in bare steel.
3. Equipment: Two-component, 1: I mix ratio, heated airless spray unit.
4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature of
the surface shall not be less than 60 degrees F during application.
5 . Humidity: Heating of pipe surfaces may be required to meet requirements of2.01A if
relative humidity exceeds 80 percent.
6. Resin: Do not thin or mix resin s; use as received . Store resins at a temperature a bove SS
degrees F at all times .
7. Application: Applicator shall be approved by the coating manufacturer and conform to
coating manufacturer's recommendations . Apply directly to pipe to achieve a total (DFT)
dry film thickness of35 mils. Multiple-pass, one coat application process is permitted
provided maximum allowable recoat time specified by coating manufacture r is not
exceeded . The main line pipe sh a ll have a cutback at time of ap plic ati on so that there is
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & n
SECTION 02617
Steel Pipe
Page 16 of25 KHA No. 061018069
April 2010
approximately 3-inches of bare steel on either side of the location of the future weld. The
cutback area shall be sandblasted in the shop to facilitate easier field surface preparation.
The exterior bare steel area of the pipe shall be adequately protected during pipe handling
and shipment.
8. Recoating: Recoat only when coating has cured Jess than maximum time specified by
coating manufacturer. When coating has cured for more than recoat time, brush-blast or
thoroughly sand the surface. Blow-off cleaning using clean, dry, high pressure
compressed air .
9. Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's
recommendations.
PART 3-EXECUTION
3.01 INSTALLATION
A. General
I. Install steel pipe, fittings, specials, and appurtenances as specified and required for the
proper functioning of the completed pipe line. Install pipe, fittings, and specials in
accordance with the Manufacturer's recommendations and A WW A Manual M-11 . Pipe
shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated
steel pipe is lowered into the ditch it is to be inspected and tested for holidays . All
damaged are~ and holidays are to be repaired before the pipe is lowered into the trench .
2. The requirements of the plans and specifications govern for the excavation and backfilling
of trenches for laying steel pipe, fittings, and specials . Place and consolidate embedment
and backfill prior to removing pipe stulls. Use immersion vibration or other approved
method to consolidate embedment material. Maximum allowable pipe deflection is
limited to 2% for mortar coated steel pipe and 3% for polyurethane coated steel pipe.
3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash,
and at the close of each operating day , effectively seal the open end of the pipe against the
entrance of water using a gasketed night cap. Do not lay pipe in water.
4. Install bond s at all pipe joints, other than welded joints or in s ulated joints .
B . Pipe Handling
Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, be lts or
other equipment designed to prevent damage to the coating or lining. The equipment shall be
kept in such repair that its continued use is not injurious to the coating. The spacing of pipe
supports required to handle the pipe shall be adequate to prevent cracking or dam age to the
lining or coating .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & n
SECTION 02617
Steel Pipe
Page 17 of25 KHA No. 061018069
April 2010
C. Line Up and Bends
I. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and
spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into
bell.
2. Where abrupt changes in grade and direction occur, the Contractor shall employ special
shop fabricated fittings for the purpose . Field cutting the ends of the steel pipe to
accomplish angular changes in grade or direction of the line shall not be permitted.
D . Pipe Laying -Rubber Gasket Joints
Join rubber gasket joints in accordance with the Manufacturer's recommendations. Clean bell
and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around
the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for I" gap for
inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed the
manufacturer's recommendation. Check gasket with feeler gauge all around the pipe.
In areas of petroleum hydrocarbon soil contamination install special Neoprene gaskets or
approved equal.
E. Pipe Laying -Welding Joints
I . Weld joints in accordance with the A WWA C206 for Field Welding of Steel Water Pipe.
Contractor shall provide adequate ventilation for welders and for Owner's representative to
observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding
shall be completed after application of field applied joint coating.
2. Adequate provisions for reducing temperature stresses shall be the responsibility of the
Contractor.
3. After the pipe have been joined and properly aligned and prior to the start of the welding
procedure, the spigot and bell shall be made essentially concentric by shimming or tacking
to obtain clearance tolerance around the periphery of the joint. In no case shall the
clearance tolerance be permitted to accumulate .
4 . Before welding, thoroughly clean pipe ends . Weld pipe by machine or by the manual
shielded electric arc process. Welding shall be performed so as not to damage lining or
coating. Cover the polyurethane coating as necessary to protect from welding.
5 . Furnish labor , equipment , tools and supplies, including shielded type welding rod. Protect
welding rod from any deterioration prior to its use . lf any portion of a box or carton is
damaged , reject the entire box or carton.
6. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not
more than I /8" of metal shall be deposited in each pass . Each pass except the final one,
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 18 of25 KHA No. 061018069
April 2010
whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage
stresses and to remove dirt , slag, or flux before the succeeding bead is applied. Each pass
shall be thoroughly fused into the plates at each side of the welding groove or fillet and
shall not be permitted to pile up in the center of the weld. Undercutting along the side
shall not be permitted.
7. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting
and/or any other defects.
8. If the ends of the pipe are laminated , split or damaged to the extent that satisfactory
welding contact cannot be obtained, remove the pipe from the line.
9. Furnish each welder employed with a steel stencil for marking the welds, so that the work
of each welder may be identified. Have each welder stencil the pipe adjacent to the weld
with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be
voided and not duplicated if another welder is employed .
10. Use only competent, skilled and qualified workmen . Each welder employed by the
Contractor shall be required to satisfactorily pass a welding test in accordance with
A WW A C206 before being allowed to weld on the line .
11 . After each welder has qualified in the preliminary tests referred to above, inspections shall
be made of joints in the line. Any welder making defective welds shall not be allowed to
continue to weld.
12 . Dye penetrant tests in accordance with ASTM E 165 , or magnetic particle test in
accordance with A WWA C206 and set forth in ANSI/ A WS D .1.1 . shall be performed by
the Contractor under the su pervi sio n and inspection of the Owner's Representative or an
independent testing laboratory, on all full welded joints. Welds that are defective will be
replaced or repaired , whichever is deemed necessary by the Engineer, at the Contractor's
expense.
13. If the Contractor disagrees with the Engineer's interpretation of welding te sts, test sections
may be cut from the joint for physical testin g. The Contractor shall bear the expense of
repairing the joint, regardle ss of the results of physical testing. The procedure for
re p a iring the joint shall be approved by the Engineer before proceeding.
F . Inside Joint Grouting for Pipe with Plant-Applied Mortar Lining
Upon completion of backfilling of th e pipe trench , fill the in s ide joint reces s with a stiff
cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected i°: the
joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet
brush . Where the mortar joint ope nin g is o ne inch or wider, such as where trimmed spigots
a re required, apply a bonding agent to mortar and ste e l surfac e prior to placing joint mortar.
Ram or pac k the stiff mortar into the joint space and take extreme care to ensure th at no voids
remain in the joint space. After th e joint h as been filled , lev e l the s urfaces of th e joint mortar
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & ll
SECTION 02617
Steel Pipe
Page I 9 of25 KHA No. 061 OJ 8069
April 2010
with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior
joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the
spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the
joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled
burlap bag or inflated ball through the pipe with a rope .
G. Exterior Gasket Joint Protection for Polyurethane Coated Steel Pipe
1. General
Buried pipe joints shall be field coated after pipe assembly in accordance with A WW A
C216, using Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to
overlap the polyurethane coating by a minimum of 3-inches. Overlapping of two or more
heat shrink sleeves to achieve the necessary width will not be permitted.
2 . Heat Shrink Sleeves
a. Primer: Provide as recommended by the sleeve manufacturer.
b. Filler Mastic: Mastic filler shall be provided for all bell and spigot and coupling type
joints. Size and type shall be as recommended by the sleeve manufacturer for type of
pipe and joint.
c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85-mils
total thickness, suitable for pipeline operating temperature, sleeve material recovery as
recommended by the manufacturer. High recovery sleeves shall be provided for bell
and spigot and coupling style joints with a minimum of SO-percent recovery . Sleeve
length shall provide a minimum of 3-inches overlap onto intact pipe coating on each
side of the joint. Width to take into consideration shrinkage of the sleeve due to
installation and joint profile.
d. Manufacturers: Canusa, or approved equal.
3. Installation
a. Clean pipe surface and adjacent coating of all mud , oil , grease, rust , and other foreign
contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning,
or SSPC-SP3 , Power Tool Cleaning. Remove oil or grease contamination by solvent
wiping the pipe and adjacent coating in accordance with SSPC-SPJ, Solvent cleaning.
Clean the full circumference of the pipe and a minimum of 6-inches onto the existing
coating .
b. Remove all loose or damaged pipe coating at joint and either repair the coating as
specified herein or increase the length of the joint coating, where reas onable and
practical.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & TI
SECTION 02617
Steel Pipe
Page 20 of25 KHA No. 061018069
April 2010
c. Complete joint bonding of pipe joints before application of joint coating.
d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds
shall be filled with mastic sealant.
e. Store sleeves in shipping box until use is required. Keep dry and sheltered from
exposure to direct sunlight. Store off the ground or concrete floors and maintain at a
temperature between 60°F and I 00°F as recommended by the sleeve manufacturer.
f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve
application.
g. Preheat pipe uniformly to I 40°F to I 60°F or as recommended by the sleeve
manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared
thermometer, or color changing crayons. Protect preheated pipe from rain, snow,
frost, or moisture with tenting or shields and do not permit the joint to cool.
h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic
filler in accordance with the manufacturer's recommendations for the full
circumference of the pipe.
1. Apply heat shrink sleeve when it is at a minimum temperature or 60oF and while
maintaining the pipe temperature above the preheat temperature specified. Apply
sleeve in accordance with the manufacturer's instructions and center the sleeve over
the joint to provide a minimum of 3-inches overlay onto the existing pipe coating.
J. Apply heat to the sleeve using either propane fire infrared heaters or wrap around
heaters. Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll
the coating on the pipe surface. Heat from the center of the sleeve to the outer edge
until properly seated, then begin in the opposite direction. Monitor sleeve for color
change, where appropriate, or with appropriate temperature gauges.
k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface,
without voids, mastic beading shall be visible along the full circumference of the
s leeve, and there shall be no wrinkling or excessive bums on the sleeves . Sleeves
which do not meet these requirements shall be removed and the joint recoated as
directed by the Engineer. Minor repairs may be repaired u sing heat s hrink s le eve
repair kits.
I. Allow the sleeve to cool before moving, handling, or bac kfilling. In hot climates,
provide shading from direct sunlight. Water quenching will be allowed only when
permitted by the sleeve manufacturer.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & Il
SECTION 02617
Steel Pipe
Page 21 of25 KHA No. 061018069
April 2010
H. Protective Welded Joints Coating System for Polyurethane Coated Steel Pipe
I . General
a. Application of protective coating at the pipe joints will be as follows : apply a three
layer joint coating system consisting of a factory applied 35 mil polyurethane coating,
a field applied 60 mil by 6-inch wide strip of CANU SA HCO Wrapid Tape heat
resistant tape at the location of the welding, and a field applied 110 mil (full recovered
thickness) by 18-inch wide CANU SA Aqua Wrap high shrink heat shrinkable joint
sleeve . After the heat shrinkable joint sleeve is installed, the Contractor my backfill
the trench, and then weld the joint.
b. The Contractor is responsible for his operations so that they do not damage the factory
applied coating system .
c. When applying the three layer joint coating system for post welding the joints, the
Contractor must show that his operation will not damage the joint coating system to
the Engineer's satisfaction. The Contractor will be required to fully uncover a
maximum of IO joints, selected at random by the Engineer or Owner to visually
inspect and test the joint after welding. Any damage must be repaired. If the
Contractor's welding procedure damages the three layer joint coating system, the
Contractor, at the direction of the Engineer, will be required to modify his welding
procedure.
,2. Joint Coating (3 Layer)
a. Apply three Layer Joint Coating System before Welding the Joint
b. Pipe Manufacturing and Heat Tape -A 35 mil thickness polyurethane coating shall be
applied over entire length of pipe. The Contractor shall field apply 60 mil thick by 6-
inich wide strip ofCANUSA HCO Wrapid Tape heat resistant tape to the exterior bell
end of the pipe, centered on the location of the welding, over a 35 mil factory applied
polyurethane coating.
c . Surface Preparation and Installation for Heat Shrinkable Joint Sleeve
1. Clean pipe surface and adjacent coating of all mud , oil, grease, rust, and other
foreign contaminates with a wire brush in accordance with SSPC-SP2, H and Tool
Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease
contamination by solvent wiping the pipe and adjacent coating in accordance with
SSPC-SPl , Solvent cleaning. Clean the full circumference of the pipe and a
minimum of 6-inches onto the existing coating.
11. Remove all loose or damaged pipe coating at joint and either repair the coating as
s pecified herein or increase the length of the joint coating , where reasonable and
practical.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 22 of25 KHA No. 061018069
April 2010
111. Complete joint bonding of pipe joints before application of joint coating.
iv. Joint bonds shal) be low profile bonds and al) gaps and crevices around the bonds
shall be filled with mastic sealant.
v. Store sleeves in shipping box until use is required. Keep dry and sheltered from
exposure to direct sunlight. Store off the ground or concrete floors and maintain
at a temperature between 60°F and I 00°F as recommended by the sleeve
manufacturer.
v1. Metal surface shal) be free of al) dirt, dust, and flash rusting prior to sleeve
application.
vii. Preheat pipe unifonnly to 140°F to 160°F or as recommended by the sleeve
manufacturer. Monitor pipe temperature using a surface temperature gauge,
infrared thennometer, or color changing crayons. Protect preheated pipe from
rain, snow, frost, or moisture with tenting or shields and do not permit the joint to
cool.
viii. Prime joint with specified primer and fill al) cracks, crevices, and gaps with
mastic fil)er in accordance with the manufacturer's recommendations for the full
circumference of the pipe.
1x . Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while
maintaining the pipe temperature above the preheat temperature specified. Apply
sleeve in accordance with the manufacturer's instructions and center the sleeve
over the joint to provide a minimum of 3-inches overlay onto the existing pipe
coating.
x . Apply heat to the sleeve using either propane fire infrared heaters or wrap around
heaters. Hold flame a minimum of 6-inches from the sleeve s urface. Periodically
rol) the coating on the pipe surface. Heat from the center of the sleeve to the outer
edge until properly seated, then begin in the opposite direction . Monitor sleeve
for color change, where appropriate, or with appropriate temperature gauges.
x1. Completed joint sleeve shall be fully bonded to the pipe and existing coating
surface, without voids, mastic beading shall be visible along the full
circumference of the sleeve, and there shall be no wrinkling or excessive bums on
the sleeves. Sleeves which do not meet the se requirements shall be removed and
the joint recoated as directed by the Engineer. Minor repai rs may be repaired
u s ing heat shrink sleeve repair kits .
xii . Allow the s leeve to cool before moving, h andling, or backfilling. In hot climates,
provide s hading from direct sunlight. Water quenching will be allowed only
when permit1ed by the s leeve manufacturer.
. I
--~
-:
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 23 of25 KHA No. 061018069
April 2010
d . Inspection, Testing, and Repairs
Holiday testing shall be performed using a wet sponge holiday tester at each joint after
field application of heat shrinkable joint sleeve. If any holidays or cuts are detected,
the sleeve shall be repaired using CANUSA Repair Patch Kit (CRPK) or approved
equal. The damaged area shall be covered with a minimum of 50 mm overlap around
the damaged area.
I. Protection of Buried Metal
Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field-
applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax
tape and encased in flowable fill.
J. Repair and Field Touchup of Polyurethane Coating
l. Apply Madison GP JI (E) Touchup Polyurethane Coating or equal Lifelast or Futura
Coatings for repair and field touch-up of polyurethane coating.
2 . Repair Procedure -Holidays:
a. Remove all traces of oil, grease, dust, dirt , etc.
b . Roughen area to be patched by sanding with rough grade sandpaper ( 40 grit).
c. Apply a 35 mil coat of repair material described above. Work repair mat eria l into
scratched surface by brushing or rolling in accordance with manufacturer's
recommendations .
d. Retest for Holiday.
3. Repair Procedure -Field Cuts or Large Damage:
a . If in the opinion of the Owner, or Owner's represe ntative , that the polyurethane
coating is excessively damaged . The pipe segment will be rejected until the coating
sys tem is removed and replaced so that the sys t em is in a lik e-new condition.
b. Remove burrs from field cut ends or handling damage a nd smooth o ut edge of
polyurethane coating.
c . Remove all traces of oil, grease, du st, dirt , etc .
d. Roughen area to be patched with rough grade sandpape r (40 grit). Feather edges and
include ove rlap of 2 inches of roughened polyurethane in area to be patched .
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02617
Steel Pipe
Page 24 of25 KHA No. 061018069
April 2010
e. Apply a 35 mil coat of repair material described above, in accordance with
manufacturer's recommendations. Work repair material into scratched surface by
brushing. Feather edges ofrepair material into prepared surface. Cover at least 1 inch
of roughed area surrounding damage, or adjacent to field cut.
f Test repairs for Holidays .
K. Exterior Joint Protection for Mortar Coated Steel Pipe -NOT USED
L. Patch of Mortar Coating-NOT USED
M. Patch of Lining (Plant or Field)
I . Repair cracks larger than I /16". Pipes with disbonded linings will be rejected. Excessive
patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of
lining shall be allowed where area to be repaired does not exceed 100 square inches and
has no dimension greater than 12". In general, there shall be not more than one (1) patch
in the lining of any joint of pipe.
2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not
install patched pipe until the patch has been properly and adequately cured and unless
approved by the Engineer.
N. Quality Control of Field Applied Polyurethane Coating
1. Surface Preparation: Visually inspect surface preparation to ensure cleanliness and
dryness requirements have been met. Use Testex tape on at least 1 joint/day to ensure that
adequate profile is being achieved .
2 . Visual: Visually inspect cured coating to ensure that the coating is completely
cured with no bli sters, "sticky" or "gooey" areas. Also check to ensure that the coating
completely covers the steel and existing coating.
3 . Thickness: Use a magnetic dry film thickness gauge on cured coating to ensure
adequate thickness has been ac hieved according to SSPC PA2.
4 . Adhesion : Perform the following procedure on a minimum of 1 joint per day :
a . Select area to test that has cured for at least 1 hour for fast setting coatings.
b. Mak e small "X" cut through the co ating down to the steel with a sharp knife .
c. Each arm of the "X" should be approximately l" long.
d. With the point of the knife, attempt to remove the coating at the center of the "X" by
s lidin g/pok in g th e knife point under the coating.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units J & II
SECTION 02617
Steel Pipe
Page 25 of25 KHA No. 061018069
April 2010
e . Reject if coating is removed easily in large sections (>2 in2). Note that some
qualitative judgment is necessary and that the longer the coating has cured, the greater
the adhesion .
f. Repair area with GP JJ (E) Touchup (or similar material)
5 . Holiday Testing: Holiday testing shall be performed using a wet sponge holiday tester at
each joint no sooner than one hour after field application of polyurethane coating.
6 . Jnspection at Welding Joints: When applying the three layer joint coating system for post
welding the joints, the Contractor must show that his operation will not damage the joint
coating system to the Engineer's satisfaction. The Contractor will be required to fully
uncover a maximum of IO joints, selected at random by the Engineer or Owner to visually
inspect and test the joint after welding. Any damage must be repaired. If the Contractor's
welding procedure damages the three layer joint coating system, the Contractor, at the
direction of the Engineer, will be required to modify his welding procedure.
3 .02 HYDROSTATIC TEST
A . Perform a hydrostatic test in accordance with City of Fort Worth Standards.
END OF SECTION
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
KHA No . 061018069
April 2010
PART 1 -GENERAL
1.01 SCOPE OF WORK:
SECTION 02641
Resilient Seated Gate Valve
Page 1 of 3
A. Furnish all labor, materials, equipment and incidentals required to completely install and put into
operation resilient seated gate valves and actuator as specified herein and shown on the drawings.
1.02 QUALITY ASSURANCE:
A. References:
1. American Water Works Association (AWWA)
AWWAC515 Resilient seated gate valve for water supply service.
2. American Society for Testing and Materials (ASTM)
ASTMA48
ASTMA126
ASTMA436
ASTM A536
Gray Iron Castings
Gray Iron Castings for Valves, Flanges, and Pipe Fittings
Austenitic Gray Iron Castings
Ductile Iron Castings .
B . Unit Responsibility and Coordination:
The Contractor shall cause all equipment specified under this section to be furnished by the valve
manufacturer who shall be responsible for the adequacy and compatibility of all valve
components including the actuator. Any component of each complete unit not provided by the
valve manufacturer shall be designed, fabricated, testing, and installed by factory-authorized
representatives experienced in the design and manufacture of the valve equipment. This
re quirement , however, shall not be construed as relieving the Contractor of the overall
responsibility for this portion of the work.
1.03 ENVIRONMENTAL CONDITIONS:
The equipment to be provided under this section shall be suitable for installation and operation
either inside vault structure or directly buried for a gate valve .
1.04 SUBMITTALS :
A. Submittals required after award of contract and prior to installation :
I . Technical bulletins and brochures on resilient seated gate valves .
B . Submittals required prior to final walk through:
1. Operation and Maintenance Manual.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
KHA No. 061018069
April 2010
1.05 SPARE PARTS AND TOOLS :
SECTION 02641
Resilient Seated Gate Valve
Page 2 of3
A. Furnish one set of special tools required for the proper servicing of all equipment supplied under
these Specifications, packed in a suitable steel tool chest with a Jock.
1.06 SHIPPING INSTRUCTIONS:
A. All parts shall be properly protected so that no damage or deterioration will occur during· a
prolonged delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
B. All equipment and parts must be properly protected against any damage during a prolonged
period at the site.
C. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly
built and securely bolted thereto.
D. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corrosion.
E. Storage and Protection : Take special care to prevent plastic and similar brittle items from being
directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation .
1.07 WARRANTY:
A . The equipment shall be warranted to be free from defects in workmanship; design and materials.
If any part of the equipment should fail during the warranty period, it shall be replaced and the
unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years
and begin on the Date of Acceptance .
PART 2 -PRODUCTS
2.01 RESILIENT SEATED GATE VALVES :
A . Resilient seated gate valves 4 " through 48" shall meet or exceed the latest revisions of A WWA
CS 15 and sh a ll meet or exceed the requirements of this specification . All valve components in
contact with potable water shall conform to the requirements of ANSI/NSF Standard 61. All
valve materials for components in contact with potable water shall be resistant to chloramines.
B. Valve body shall be ductile iron per ASTM A536 . Flanged ends shall be furnished in accordance
with ANSI/AWWA C115/A21.15. Standard Flanged Drillin g. Mechanical Joints shall be
furnished with outl ets which conform to ANSI/AWWA Cll l/A21.ll mechanical joint
requirements .
-
..r
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 02641
Resilient Seated Gate Valve
Page 3 of3 KHA No. 061018069
April 2010
C . The disc shall be constructed of ductile iron fully encapsulated in rubber. No iron shall be
exposed on the disc.
D. Hex head bolt, and hex nut shall be Steel ASTM A307 Gr. B , Zinc Plate per ASTM B633, SC3
for non-buried service (4" through 12" valves). Hex head bolt and hex nut shall be 304 or 316
Stainless Steel for buried service (all sizes) and for valves 16-inch through 30-inch (non-buried
service).
E. T-Bolts shall be high strength low alloy Cor-Ten or approved equal.
F. Resilient seated gate valves shall be: Clow, American Flow Control or equal for sizes 4" through
36", Mueller or equal for size 16" through 24", or American F low Control or equal for size 42" in
accordance with the City of Fort Worth's Standard Products List. Valves 16 " and larger shall be
contained within a vault as shown on the plans.
G.
H.
I.
J.
K .
L.
Gate valves in buried service shall be provided with polyethylene encasement in accordance with
AWWAC105.
Resilient seated gate valves for buried service shall be furnished with a square 2" operating nut.
The valve box shall be Mueller H-10360 or Engineer approved equal.
In a ll non-buried service, handwheel operators sha ll be furnished, unless otherwise specified.
Resilient seated gate va lves shall be non-rising stem type unless otherwise specified .
Resilient seated gate valves used as part of Air Release Valve assembly shall be non-rising stem
with enc losed miter gearing and a fusion bonded epoxy body.
All resilient seated gate valves shall be provided to open in clockwi se direction .
PART 3 -EXECUTION
3 .01 . INSTALLATION :
A. All resilient seated gate valves shall be installed m accordance with the instructions of the
manufacturer and as shown on the drawings .
B. At flanged connections to steel pipe materials, flange isolation kit shall be installed per
specification 15640 .
END OF SECTION
Harley Avenue Water, Sanitary Sewer, Paving, and Drainage
Improvements from University Drive to Rip Johnson Road
KHA No. 061018069
April 2010
PART I -GENERAL
I.OJ SUMMARY
SECTION 02660
Centrifugally Cast Fiberglass-
Reinforced Polymer Mortar Pipe
Page I of6
A. This section provides the minimum requirements for manufacturing, furnishing, and transporting
centrifugally cast fiberglass-reinforced polymer mortar pipe (CCFRPMP) to be installed inside a
casing in a second pass. The Contractor shall provide all labor, equipment and materials to install
the CCFRPMP to serve as gravity flow sewer pipe as shown on the Plans.
I .02 RELATED WORK SPECIFIED ELSEWHERE
A . Section 02349, Installation of Carrier Pipe in Casing
B . Section 03360 , Contact Grouting
I .03 REFERENCE ST AND ARDS, CODES, AND SPECIFICATIONS
A. The publications listed below form a part of this Specification to the extent referenced. Where
conflicts between these Specifications and the referenced specification, code, or standard occur, the
more restrictive specification shall govern . The publications are referenced in the text by basic
designation only. Where a date is given for referenced standards, that edition shall be used . Where
no date is given for referenced standards, the latest edition available on the date of issue of Contract
Documents shall be used.
B. Commercial Codes:
I. ASTM D 3262 -Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting
Resin) Sewer Pipe
2 . ASTM D 4 I 6 I -Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting
Resin) Pipe Joints using Flexible Elastometric Seals
C . Geotechnical Report:
a. "Geotechnical Engineering Study, Fort Worth, TX, Addula Consulting Engineers, 2010
1.04 DEFINITIONS -Not Used
1.05 DESIGN CRITERIA
A. The Contractor is solely responsible for the design of CCFRPMP that meets or exceeds the design
requirements of this Specification and is specifically designed for carrier pipe installation .
B . Design of the CCFRPMP shall account for all installation and service loads including: (I)
jacking loads; (2) external groundwater and earth loads; (3) traffic loads ; ( 4) practical
considerations for handling, shipping, and other construction operations. Design shall be
conducted by or under direct supervision of a Professional Engineer licensed in the State of
Texas, who shall stamp and sign the design .
Harley Avenue Water, Sanitary Sewer, Paving, and Drainage
Improvements from University Drive to Rip Johnson Road
KHA No. 061018069
April 2010
SECTION 02660
Centrifugally Cast Fiberglass-
Reinforced Polymer Mortar Pipe
Page 2 of6
C. The allowable jacking capacity shall not exceed 40% of the ultimate compressive strength, or the
maximum allowable compressive strength recommended by the manufacturer, whichever is less.
D. CCFRPMP shall be furnished in lengths, compatible with the Contractor's installation
requirements, available work and staging areas, and shaft dimensions , as well as the shop
practices of the pipe manufacturer.
E. CCFRPMP connections shall be achieved by flush-bell and spigot Jomts using flexible
elastomeric seals. All joint components shall be constructed with FWC closure coupling or
approved equal.
F. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength
of the pipe. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of
withstanding all external and internal pressures and loads without leaking. All ports and plugs shall
be constructed from plastic, fiberglass, or stainless steel or otherwise be at least as corrosion
resistant as the pipe joint material.
1.06 QUALITY ASSURANCE
A. The Contractor shall furnish all labor necessary to assist the Engineer in inspecting pipe upon
delivery. Contractor shall remove rejected pipe immediately .
B . If any part of the CCFRPMP becomes chipped, gouged, or otherwise damaged before or during
installation, it shall be rejected and removed from the site, or repaired, using methods and
materials approved by the Engineer, in writing, at no additional cost to the Owner. The decision
to repair or replace the damaged pipe shall be at the sole discretion of the Engineer .
C. The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe
manufacturing. Should the Engineer request to see specific pipes during any phase of the
manufacturing process ; the manufacturer must provide the Engineer with adequate advance
notice of when and where the production of those pipes will take place.
D . Warranty :
1. The Contractor shall warrant and shall obtain from the manufacturer its warranty that the
CCFRPMP conforms to these specifications and will be free from defects in materials and
workmanship for a period of one ( 1) year from the date of substantial completion of this
Contract. Said manufacturer's warranty shall be in a form acceptable to , and for the benefit
of, the Owner, and shall be submitted by the Contractor as a condition of final payment. The
Contractor shall repair or replace , at the sole option of, and at no cost to the Owner, any
work found to be defective within said warranty period . Such repair or replacement shall
include the cost of removal and reinstallation, inspection, and acceptance testing. An
additional warranty period of one (1) year shall apply to replacement pipe.
2. The Contractor shall also warrant to the Owner that the materials used on this Contract,
where covered by patents or license agreements, are furnished in accordance with such
agreements and that the prices included herein cover all applicable royalties and fees in
Harley Avenue Water, Sanitary Sewer, Paving, and Drainage
Improvements from University Drive to Rip Johnson Road
KHA No. 061018069
April 2010
SECTION 02660
Centrifugally Cast Fiberglass-
Reinforced Polymer Mortar Pipe
Page 3 of 6
accordance with such license agreements. The Contractor shall defend, indemnify, and hold
the Owner harmless from and against any and all costs, loss, damage, or expense arising out
of, or in any way connected, with any claim of infringement or patent, trademark, or
violation of license agreement.
1.07 SUB MITT ALS
A. Submittals shall be made in accordance with DA-56 . Review and acceptance of the Contractor's
submittals by the Engineer shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
B . Shop Drawings: The Contractor shall furnish shop drawings illustrating the details of the
CCFRPMP, lubrication ports, joint details, and miscellaneous items to be furnished and
fabricated for the pipe . Dimensions, tolerances, wall thickness, properties and strengths, and
other pertinent information shall be shown. These items shall be submitted for review by the
Engineer prior to fabrication .
C. Calculations: Calculations shall be submitted in a neat, legible format. Assumptions used in
calculations shall be consistent with information provided in the Geotechnical Reports . All
calculations shall be prepared by or under the direct supervision of a Professional Engineer
licensed in State of Texas, who shall stamp and sign calculations.
1. Submit calculations confirming that pipe capacity is adequate to safely support all
anticipated loads, including earth and groundwater pressures, surcharge loads , and handling
loads with an adequate factor of safety.
D. Pipe System: Joint testing procedure and equipment to be used.
PART 2 -PRODUCTS
2.01 MANUFACTURING
A. CCFRPMP for trenchless construction shall be manufactured in conformance with ASTM D
3262.
B . Acceptable Manufacturers : HO BAS Pipe USA, Inc., or Engineer approved equal.
2 .02 MATERIALS
A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of
performance in this particular application.
B. Glass Reinforcement: The reinforcing glass fibers used to manufacture the components shall be
of highest quality commercial grade E-glass filaments with binder and sizing compatible with
impregnating resins.
C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of0.2%.
Harley Avenue Water, Sanitary Sewer, Paving, and Drainage
Improvements from University Drive to Rip Johnson Road
KHA No. 061018069
April 2010
SECTION 02660
Centrifugally Cast Fiberglass-
Reinforced Polymer Mortar Pipe
Page 4 of6
D . Additives: Resin additives , such as curing agents, pigments, dyes , fillers , thixotropic agents, etc.,
when used, shall not detrimentally affect the performance of the product.
E . Elastomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturers and be suitable
for the service intended.
2.03 JOINTS
A. The CCFRPMP shall be connected by gasket-sealed flush-bell and spigot joints that do not .
materially increase the pipe OD or decrease the pipe ID . The gaskets shall meet the requirements
of ASTM D 4161. Each joint shall be tested before and after installation is completed between
shafts and shall be leak-free under the following conditions :
l . During grouting and lubrication injection, grouting operations, and under actual, observed
groundwater pressure.
2. Gaps between the pipe ends up to two percent of the diameter (maximum one inch).
3 . Cushioning Ring: Each CCFRPMP jacking pipe shall be fitted with a cushioning ring as
recommended by the manufacturer to evenly distribute jacking loads. The width of the disc
shall not exceed the maximum wall thickness of the pipe at the joint, nor shall it extend into
the flow line before or after pipejacking is complete. The compression disk or cushioning
ring shall be installed in the bell end of the pipe at the factory as part of the manufacturing
process .
2 .04 DIMENSIONAL TOLERANCES
A. Inside Diameter: The inside diameter of the pipe shall not vary by more than 1/8 " from the
nominal inside diameter.
B. Roundness : The difference between the major and minor outside diameters shall not exceed 0.1 %
of the nominal outside diameter or W ', whichever is less .
C. Lengths : The maximum length of each pipe section shall be determined by the Contractor,
compatible with size restrictions of jacking shaft due to existing utilities and maintenance of
traffic requirements.
D. Wall Thickness: The minimum wall thickness , measured at the bottom of the spigot gasket
groove where the wall cross-section has been reduced, shall be determined from the maximum
jacking load. Minimum factor of safety against jacking force failure shall be 2.5 based on
uniform distribution of jacking forces exerted on net end bearing area of pipe.
E . End Squareness: Pipe ends shall be square to the pipe axis with maximum tolerance of 1/16 ".
F. Straightness : Pipe shall not deviate from straight by more than 0 .00625 inches per linear foot.
Harley Avenue Water, Sanitary Sewer, Paving, and Drainage
Improvements from University Drive to Rip Johnson Road
KHA No. 061018069
April 2010
2.05 MARKING
SECTION 02660
Centrifugally Cast Fiberglass-
Reinforced Polymer Mortar Pipe
Page 5 of6
A . Each pipe section shall be marked on both ends to identify the manufacturer, manufacturer
number (identifies factory location, date of manufacturer, shift, and sequence), nominal diameter,
beam load, DIN number, ASTM number and designation, and lot number.
2.06 TESTING REQUIREMENTS
A. Acceptance testing shall be in accordance with ASTM C 1208, C 301 , C 828, and ·the
requirements herein .
B. There shall be no fractures or cracks visible to the unaided eye . Chips, fractures or blisters shall
not exceed 2-inches laterally in any dimension, and shall not exceed 1/8 inch into or out of the
pipe barrel.
C. Repairs, if any, shall be made only with approval of the Engineer. Prior to installation, damaged
pipe shall be rejected. For testing purposes, a production lot shall consist of all pipe having the
same lot marking number but shall not exceed a total of 50 pipes . Pipe length, wall thickness,
joint dimensions and beam load shall be verified by an independent testing laboratory and
approved by the Engineer.
D. Causes for Rejection: The following imperfections in a pipe or special fitting shall be considered
injurious and cause for rejection without consideration of the test results above. If any pipe is
rejected for the listed reasons the Contractor shall, with written approval from the Engineer, make
temporary repairs to the pipe and shall jack the pipe through to the next shaft for removal. Other
methods of repairing the damaged pipe may be used if approved in writing by the Engineer.
I . Any visible crack .
2. Surface imperfections, such as lumps, blisters, pits , or flakes on the interior surface of a pipe
or fitting .
3. When the bore of the pipe varies from a true circle by more than 2% of its nominal diameter.
PART 3 -EXECUTION
3 .01 DELIVERY, STORAGE, AND HANDLING
A. Packing and Shipping: The Contractor shall exercise extreme care during the transportation,
handling, storing, and installing the CCFRPMP to ensure that the pipe is not chipped , gouged, or
otherwise damaged in any way. Adequate strutting shall be provided on all specials, fittings, and
straight pipe where required to avoid damage to the pipe and fittings during shipping, storage, and
handling.
8. Handling and Storage: The pipe shall be handled as a minimum at the 1/3 points by the use of
wide slings or other devices designed and construction to prevent damage to the pipe. The use of
steel cables, chains, hooks , or other equipment that might damage the pipe shall not be permitted.
Harley Avenue Water, Sanitary Sewer, Paving, and Drainage
Improvements from University Drive to Rip Johnson Road
KHA No. 061018069
April 2010
SECTION 02660
Centrifugally Cast Fiberglass-
Reinforced Polymer Mortar Pipe
Page 6 of 6
Stockpiled pipe shall be supported on sand or earth berms free of rock exceeding 3 inches in
diameter. The pipe shall not be rolled and shall be secured to prevent accidental rolling.
C . If any part of the CCFRPMP becomes damaged, it shall be rejected and removed from the site
and replaced at no cost to the Owner, or repaired using methods and materials approved by the
Engineer, in writing, at no cost to the Owner. The decision to replace or repair the pipe will be at
the sole discretion of the Engineer.
3.02 INSTALLATION
A. Installation: The installation of pipe and fittings shall be in accordance with the project Plans and
the manufacturer's requirements.
B. Jacking Pipe: The Contractor shall exercise care while jacking the pipe to not chip, gouge, or
otherwise damage the end of the pipe that is in contact with the jacking frame. Use suitable
equipment to distribute forces from the jacking frame to the pipe to decrease the potential of
damage to the pipe.
C . Jointing:
I. Clean ends of pipe and joint components.
2. Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only
lubricants approved by the pipe manufacturer.
3 . Use suitable equipment and end protection to push the pipes together.
4 . Do not exceed forces recommended by the manufacturer for joining or pushing pipe .
3.03 Field Tests :
A. All field testing shall be completed in accordance with the City of Fort Worth Standards .
3.04 CLEANING
A . The CCFRPMP shall be cleaned after installation. All construction debris, tools, oil , grease,
slurry, and other materials shall be removed . Cleaning shall be incidental to the construction. No
separate payment shall be made for cleaning.
LAST PAGE OF THIS SECTION
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 03360
Contact Grouting
Page I of6 KHA No. 061018069
April 2010
A. GENERAL
I. SCOPE OF WORK
a. This Section provides minimum requirements for contact grouting of all voids
caused or encountered during casing installation, the annular space outside the
jacking pipe after trenchless installations are complete, around shafts as
necessary to prevent surface settlement, as necessary to complete portal
stabilization work, and for abandonment grouting of boreholes for subsurface
monitoring points after trenchless construction is complete.
2 . RELATED WORK SPECIFIED ELSEWHERE
a . 02610 -Steel Casing Pipe
3. REFERENCE SPECIFICATIONS, CODES, AND ST AND ARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. The latest edition available on the date of issue of Contract Documents
shall be used.
b. "Geotechnical Engineering Study, Fort Worth, TX, Addula Consulting Engineers,
2010.
c . ASTM C 31 -Standard Practice for Making and Curing Concrete Test
Specimens in the Field
d. ASTM C 39 -Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
e . ASTM C 94 -Standard Specification for Ready-Mixed Concrete
f. ASTM C 109 -Standard Test Method for Compressive Strength of Hydraulic
Cement Mortars (Using 2-inch Cube Specimens)
g . ASTM C I 44 -Standard Specification for Aggregate for Masonry Morta r
h . ASTM C I 50 -Standard Specification for Portland Cement
1. ASTM C 937 -Standard Specification for Grout Fluidifier for Preplaced-
Aggregate Concrete
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & 11
SECTION 03360
Contact Grouting
Page 2 of 6 KHA No. 061018069
April 2010
4 .
5.
DEFINITIONS -Not Used
DESIGN CRITERIA
a . Contact grout shall be used to fill any voids caused or encountered outside the
casing pipe to fill the annular space created by the shield overcut during
trenchless construction, to fill any voids caused or encountered outside of shafts,
as necessary for portal stabilization, and for abandonment of subsurface
monitoring point boreholes.
b . Grout Mixes: Develop one or more grout mixes designed to completely fill the
voids outside the casing or shafts and to provide acceptable strength to prevent
settlement. Grout used outside shaft excavations shall be of a strength that
allows for efficient excavation by the tunneling equipment. Determine 24-hour
and 28-day strength of each grout mix in accordance with ASTM C39 or Cl 09.
All grout mix proportions shall be subject to review and acceptance by the
Engineer.
c. Grout Composition: Grout shall consist of Portland cement, bentonite, fluidifier
as necessary, and water in the proportions specified herein or as approved by the
Engineer. Sand may be added to the grout mix in instances of very high grout
takes as approved by the Engineer. The addition of sand may require additional
water or fluidifier to be added to the grout mix .
d . Compressive Strength : The minimum compressive strength at 24 hours shall be
at least IO psi. The minimum compressive strength at 28 days shall be 50 psi.
The grouting contractor shall coordinate with the trenchless subcontractor to
ensure that the grout strength for any grout that will be excavated during
trenchless construction can be efficiently excavated by the tunneling equipment
without damaging the equipment or causing excessive wear of cutting tools.
6 . QUALITY ASSURANCE
a. Grout Strength Tests:
I) Prepare samples for 24-hour and 28-day compressive strength tests
according to ASTM C31 for cylinders or ASTM CI 09 for cubes. Test
samples according to ASTM C39 or CI 09 as applicable. Grout for the
cylinders or cubes shall be taken from the nozzle of the grout injection
line . Collect at least one set of four (4) samples for each 500 cubic feet
of grout injected but not less than one set for each grouting shift, unless
directed in writing otherwise by the Engineer.
7 . SUBMJTTALS
a . Submittals shall be made in accordance with DA-56 -Shop Drawings. Review
and acceptance of the Contractor 's submittals by the Engineer shall not be
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 03360
Contact Grouting
Page 3 of6 KHA No. 061018069
April 2010
construed in any way as relieving the Contractor of its responsibilities under this
Contract.
b. Work Plan and Methods:
1) Submit a work plan for each type of contact grouting required,
including: contact grouting methods and details of equipment, grouting
procedures and sequences, injection pressures, monitoring and recording
equipment, pressure gauge calibration data, methods of controlling grout
pressure, and provisions to protect pipe lining or shaft supports.
2) Submit details of grout mix proportions, admixtures, including
manufacturer's literature, MSD sheets, and laboratory test data verifying
the strength of the proposed grout mix .
c . Reports and Records: Maintain and submit daily logs of grouting operations,
including grouting locations , pressures, volumes, and grout mix pumped, and
time of pumping. Note any problems or unusual observations on logs .
d . Grout Strength Tests: Submit test results for 24-hour and 28-day compressive
strength tests for the cylinder molds or grout cubes obtained during grouting
operations.
B. PRODUCTS
1. MATERIALS
a. Cement: Cement shall be Type II or Type V Portland cement conforming to
ASTM C 150. Type II cement shall meet Table 4 false set requirements of
ASTM C 150 .
b. Bentonite: Bentonite shall be a commercially processed powdered bentonite,
Wyoming type , such as lmacco-gel, Black Hills , or equal.
c. Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal
suspension, be compatible with the cement and wate r used in the grouting work,
and comply with the requirements of ASTM C 937 .
d . Admixtures: Other admixtures may be used subject to the written approval of
the Engineer to improve the pumpability, to control set time, to hold sand in
suspension, and to prevent segregation and bleeding.
2. EQUIPMENT
a . Equipment for mixing and injecting grout shall be adequate to satisfactorily mix
and agitate the grout and force it into the grout ports, in a continuous flow at the
desired pressure . Pumps shall be capable of continuously developing a sustained
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 03360
Contact Grouting
Page 4 of 6 KHA No. 061018069
April 2010
pressure of 15 psi in excess of existing groundwater pressures at the grout port
connection.
b . Two pressure gauges shall be provided, one at the grout pump and one at the
collar of each port being grouted. The accuracy of the gauges shall be
periodically checked with an accurately calibrated pressure gauge. A minimum
of two spare pressure gauges shall be available on site at all times.
c. The grouting equipment shall be provided with a meter to determine the volume
of grout injected. The meter shall be calibrated in cubic feet to the nearest one-.
tenth of a cubic foot.
d. The grouting equipment shall be maintained in satisfactory operating condition
throughout the course of the work to ensure continuous and efficient
performance during grouting operations.
e . Suitable stop valves shall be provided at the collar of each port for use in
maintaining pressure as required until the grout has set.
f. Grout hoses shall have an inside diameter not less than I-I/2 inches and shall be
capable of withstanding the maximum water and grout pressures to be used.
C. EXECUTION
I . GENERAL REQUIREMENTS
a . The Contractor shall use contact grouting to fill any voids caused or encountered
during shaft construction that could lead to shaft movements during trenchless
operations, or that could lead to settlement and damage of installed pipe, surface
features, or subsurface utilities.
b. The Contractor shall use contact grouting to completely fill the void space
outside the jacking pipe caused by the trenchless operations (including the
overcut), and any voids caused or encountered during the trenchless
construction.
c . All grouting operations are to be performed in the presence of the Engineer.
Notify the Engineer at least 24 hours in advance of starting contact grouting
operations .
d . The Contractor shall take care to prevent the spill or escape of grout to the
ground surface, into any water body, or into any sanitary or storm sewer. The
Contractor shall closely monitor grouting operations to detect any spills or
escape of grout to the surface or into any water body, sanitary sewer, or storm
sewer. Any such spill shall be immediately contained and cleaned up by the
Contractor at no additional cost.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 03360
Contact Grouting
Page 5 of 6 KHA No. 061018069
April 2010
e. During grouting work, provide for adequate disposal of all waste and
wastewater. Remove and properly dispose of all waste grout resulting from
grouting operations. The contents of grout lines shall not be discharged into the
pipe, sanitary sewers, storm drains, or water bodies.
2. MIXING AND INJECTION OF GROUT
a. All materials shall be free of lumps when put into the mixer and the grout mix
shall be continuously agitated. Grout shall flow unimpeded and shall completely
fill all voids. Grout not injected within 90 minutes of mixing shall be wasted.
b. The grouting process shall be operated and controlled so that the grout is
delivered uniformly and steadily.
c . Recirculate grout mixes when any new mix is batched or after adding water,
fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to
pumping grout into grout port.
d. In general, grouting will be considered completed when less than one cubic foot
of grout of the accepted mix and consistency can be pumped in 5 minutes under
the specified maximum pressure. After the grouting is finished, the valve shall
be closed before the grout header is removed, and remain closed until grout has
set. For any port ahead of the grouting operation, with a valve attached, and the
valve in the open position; the current port shall be considered grouted if grout
issues forth, from the subsequent port, with the same color and consistency, and
at the same rate as that being pumped. Replace grout plugs in pipe at the
completion of grouting.
e . The maximum sustained grouting pressure shall be 15 psi in excess of existing
groundwater pressures at the grout port collar connection, unless otherwise
approved in writing by the Engineer.
3 . CONTACT GROUTING OF STEEL CASING
a. Commence contact grouting outside of the casing pipe within 72 hours following
the completion of each drive .
b. Grout ports shall be provided in casing pipes at intervals not greater than IO feet.
c . Contact grout ports shall be installed by the pipe manufacturer in the pipe before
pipe is jacked into place. Drilling grout ports through pipe shall not be
permitted. Grout ports shall be threaded to accept valve fittings and plugs .
d. An attempt shall be made to hook-up and pump grout at every port or coupling
unless approval is granted by the En g ineer in writing to omit grouting of selected
ports.
Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
SECTION 03360
Contact Grouting
Page 6 of 6 KHA No. 061018069
April 2010
e. Before attempting to grout a port the Contractor shall insert a long rod through
the port to clean the area outside the grout port of loose soil and to provide a
path for grout to travel.
f. Inject grout through the grout connections in such a manner as to completely fill
all voids outside the pipe resulting from, or encountered during, trenchless
operations. Grout pressure shall be controlled to avoid damaging the pipe, and
to avoid movement of the surrounding ground or improvements.
g . Grouting shall generally progress sequentially in a constant upgradient direction
from one grout port to the next grout port in the sequence indicated in the
approved submittals .
h. At all times during the grouting operations, sufficient contact grout ports ahead
of the port to be grouted shall be cleaned and ready for grouting. Valves or other
suitable devices shall be attached and placed in the fully open position on all
ungrouted ports within the maximum grout communication distance, as
determined by the Contractor and accepted by the Engineer.
1. For any port ahead of the grouting operation, with a valve attached, and the valve
in the open position, such port shall be considered grouted if grout issues forth of
the same consistency and color, and at the same rate as that being pumped .
Replace grout plugs iri pipe at the completion of grouting.
J. Pipe grout fittings shall be sealed with screw type plugs upon completion of
grouting.
4 . CLEANUP
a . After completion of contact grouting, all related construction debris , grout, oil,
grease, and all other materials shall be removed from all Contractor work areas.
LAST PAGE OF THIS SECTION
SPECIAL SPECIFICATION 001
RIPRAP
1.00 1.00GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment, tools and incidentals necessary to produce and place the
riprap and bedding material.
1.02 SUBMITIALS
Submittals shall include soundness, gradation, and unit weight.
1.03 STANDARDS
Sampling and testing of material shall be in compliance with the latest revision of the following
except where specifically modified :
ASTM C-88
ASTM C-127
ASTM C-136
"Standard Specification for Soundness of Aggregates by Use of Sodium Sulfate
or Magnesium Sulfate"
"Standard Specification for Specific Gravity and Absorption of Coarse
Aggregates "
"Standard Specification for Sieve Analysis of Fine and Coarse Aggregates"
1.04 DELIVERY AND STORAGE; RIPRAP STOCKPILE
Riprap temporarily stockpiled for construction purposes shall be located in an area approved by
the Owner. Riprap materials shall not be located so as to block or restrict equipment and vehicle
access to existing structures .
2.00 PRODUCTS
2.01 MATERIALS
Riprap
A. BEDDING MATERIAL
1. Bedding material shall be crushed stone, gravel or a blend of crushed stone and gravel.
Bedding material shall be composed of tough durable particles ; shall be reasonably free
from thin, flat, and elongated pieces ; shall be well graded between the prescribed limits;
and shall contain no organic matter or soft , friable particles in quantities considered
objectionable by the Owner.
2. Bedding material shall have a loss of less than eighteen (18%) percent weighted average
at five (5) cycles when tested for soundness in magnesium sulfate in accordance with
ASTM C-88 using particles passing a 2-1/2" sieve and retained on a 1-1/2" sieve . After
final drying, the material shall be screened over the 1-1/4" sieve . A minimum of one (1)
soundness test shall be performed on materials delivered to the site .
3. Bedding material shall have a gradation as shown on the drawings when tested in
accordance with ASTM C-136 . The material shall not be skip graded , scalped of certain
sizes , or have other irregularities which would be detrimental to the proper functioning of
the bedding. Acceptance of bedding material shall be based on in-place gradations .
B. RIPRAP
1. Stone for riprap shall be durable and of a suitable quality to insure permanence in the
structure and in the climate which it is to be used . The stone shall be free from cracks,
seams , and other defects which would tend to increase unduly its deterioration from
31 37 00-1
natural causes and shall be reasonably well graded between the prescribed limits as
specified herein .
2. Riprap shall have a minimum unit weight of 155 pounds per solid cubic foot based upon
the bulk specific gravity (saturated surface dry) when tested in accordance with ASTM C-
127 . A minimum of one (1) bulk specific gravity (saturated surface dry) shall be
performed on riprap material delivered to the site .
3. Riprap shall have a loss of less than eighteen ( 18%) percent after five ( 5) cycles when
tested for soundness in magnesium sulfate in accordance with ASTM C-88. The test
shall be run using particles passing a 2-1 /2" sieve and retained on a 1-1 /2" sieve . After
final drying, the material shall be screened over the 1-1/4" sieve . A minimum of one (1)
soundness in magnesium sulfate test shall be performed on riprap material delivered to
the site.
4 . Riprap gradation shall be as shown on the drawings . Acceptance of riprap material shall
be based upon in-place gradations .
3.00 EXECUTION
3.01 FOUNDATION PREPARATION
Trim and dress areas on which bedding and riprap are to be placed to conform to cross sections
shown on the drawings within an allowable tolerance of plus or minus 2" from the theoretical slope
lines and grades . Where such areas are below the allowable minus tolerance limit, bring areas to
grade with compacted fill similar to the adjacent material in accordance with Item 114 or with well
compacted bedding material.
3.02 BEDDING PLACEMENT
Uniformly spread bedding material on the prepared surface , in a satisfactory manner, to the slope
lines and grades indicated on the drawings. Placing of material by dumping from top of slope or
by any method which tends to segregate particle sizes with in the blanket shall not be permitted .
Repair any damage to the prepared surface during placing of the blanket before proceeding with
the work . Compaction of the blanket will not be required , but it shall be finished to present a
reasonably even surface free from mounds or windrows .
3.03 RIPRAP PLACEMENT
A Place stone for riprap on the blanket in such manner as to produce a reasonably well-graded
mass of rock with the minimum practicable percentage of voids, and construct within the
specified tolerance to the lines and grades shown on the drawings or staked in the field . A
tolerance of plus 6" or minus O" from the slope lines and grades shown on the drawings shall
be allowed in the finished surface of the riprap . Place riprap to its full course thickness at one
operation and in such a manner as to avoid displacing the blanket material. Distribute the
larger stones evenly and conform the entire mass of stones in their final position to the
specified gradation.
8 . The finished riprap shall be free from objectionable pockets of small stones and clusters of
larger stones . Place riprap loads along horizontal rows and progress up the slope . Place
each load against previously placed riprap . Placing riprap in layers shall not be permitted .
Placing riprap by dumping from top of slope, dumping into chutes, or by similar methods likely
to cause segregation of the various sizes shall not be permitted. The desired distribution of
the various sizes of stones throughout the mass shall be obtained by methods of placement
which produces the specified results . Rearrange indiv idual stones by mechanical equipment
or by hand to the extent necessary to obtain a reasonably well graded distribution of stone
sizes . Maintain the riprap protection until accepted and replace any material displaced by any
cause to the lines and grades shown on the drawings .
3.04 FIELD QUALITY CONTROL ; TESTING
Riprap
The Contractor shall be responsible for providing all testing to demonstrate compliance with the
requ irements of the Contract Documents . Gradation testing of the riprap and bedding materials
31 37 00-2
./
shall be performed on all the materials within a 1 O' x 1 O' square area designated by the Engineer.
Gradation tests shall be representative of no greater than one-third of the material placed . The
Contractor shall bear all costs, including additional testing, of the correction of materials which fail
to meet the requirements of the Contract Documents.
APPENDIX A
MEASUREMENT AND PAYMENT
A. MEASUREMENT
Riprap
Stone protection that is placed including riprap and bedding shall be computed in place to the
lines, slopes, dimensions and grades indicated on the drawings or modified by the Owner, and on
the basis of the prescribed thickness measured perpendicular to the slope or surface on which it
is placed .
B. PAYMENT
1. RIPRAP
Payment for riprap material shall be made at the unit price bid per cubic yard for "Riprap"
which payment shall be full compensation for labor, equipment and materials, and for
furnishing , hauling , handling , placing and testing the riprap as specified and as indicated
on the drawings. There shall be no separate payment for riprap bedding and its cost
should be included in "Riprap".
31 37 00-3
1.01 WORK INCLUDED
SPECIAL SPECIFICATION 002
TURF REINFORCEMENT MAT
Furnish labor, materials, equipment and incidentals necessary to install turf reinforcement mat.
1.02 QUALITY ASSURANCE
A. DESIGN CRITERIA
1. The turf reinforcement mat fabric shall be inert to commonly encountered chemicals,
hydrocarbons, mildew, and shall be rot resistant, resistant to ultraviolet light exposure,
insect and rodent resistant, and shall conform to the properties in the following table .
2 . The average roll minimum value (weakest principal direction) for strength properties of
any individual roll tested from the manufacturing lot or lots of a particular shipment shall
be in excess of the average roll minimum value (weakest principal direction) stipulated
herein .
Test Requirements :
. 5in
50 0
50 0
70 0
3000 hours 90 0
B . PACKING AND IDENTIFICATION REQUIREMENTS
Provide the turf reinforcement mat in rolls wrapped with protective covering to protect the turf
reinforcement mat from mud , dirt, dust, and debris. The turf reinforcement mat shall be free
of defects or flaws which. significantly affect its physical properties . Label each roll of turf
reinforcement mat in the shipment with a number or symbol to identify that production run .
C . SAMPLING AND COMPLIANCE REQUIREMENTS
A competent laboratory must be maintained by the producer of the turf reinforcement mat at
the point of manufacture to insure quality control in accordance with ASTM testing
procedures. The laboratory shall maintain records of its quality control results and provide a
manufacturer's certificate upon request to the Engineer prior to shipment. The certificate shall
include :
1. Name of manufacturer
2. Chemical composition
3. Product description
4. Statement of compliance to specification requirements
Turf Reinforcement Mat Special Spec 002-1
5. Signature of legally authorized official attesting to the information required
1.03 SUBMITTALS
Submittals shall include Record Data and Samples.
2.00 PRODUCTS
2.01 MATERIALS
TURF REINFORCEMENT MAT: Woven fabric consisting of U.V. stabilized polypropylene .
3.00 EXECUTION
3.01 INSTALLATION
A Site Preparation -Grade the surface of installation areas so that the ground is smooth and
compact. When seeding prior to installation , prepare for seeding by loosening the top 2" to 3"
of soil. All gullies , rills , and any other disturbed areas must be fine graded prior to installation .
Remove all large rocks , dirt clods , stumps , roots , grass clumps , trash , and other obstructions
from the soil surface to allow for intimate contact between the soil surface and the mat.
B. Exposure of turf reinforcement mats to the elements between laydown and cover shall be a
maximum of 7 days to minimize damage potential. Install the turf reinforcement mat fabric in
accordance with the plans . Construction vehicles will not be allowed to traffic directly on the
fabric . Place and anchor turf reinforcement mat on a smooth graded surface approved by the
Engineer. The turf reinforcement mat shall be placed so that placement of the overlying
materials will not excessively stretch or tear the fabric . Anchoring of the terminal ends of the
turf reinforcement mat shall be accomplished through the use of key trenches or aprons at the
crest and the toe of the slope. Successive turf reinforcement mat sheets shall be overlapped
so that the upstream sheet is placed over the downstream sheet and/or upslope over
downslope. In underwater applications, the turf reinforcement mat and required thickness of
backfill material shall be placed the same day . The turf reinforcement mat shall be placed so
that placement of the overlying materials will not excessively stretch or tear the fabric .
Overlaps when necessary shall be 12" minimum except when placed under water where the
overlap shall be a minimum of 36". Use securing pins to insure proper anchoring of the fabric ,
with securing pins spaced at 5' centers . Securing pins shall be 3/16" steel bars , pointed at
one end and fabricated with a head to retain a steel washer having an outside diameter of not
less than 1-1/2". The pin length shall not be less than 19". U-shaped pins or special staples
shall be an acceptable option , if approved by the Engineer.
C. Overlapping shall join the turf reinforcement mat. Seams shall be subject to the approval of
the Engineer. Damaged turf reinforcement mat shall be repaired with turf reinforcement mat
patch , placed over the damaged area and extended 3' beyond the perimeter of the tear or
damage .
END OF SECTION
APPENDIX A
MEASUREMENT AND PAYMENT
Turf reinforcement mat shall be measured for payment by the square yard in place . Measurement
will be the nearest square yard . No allowance will be made for material in laps and seams.
Payment will be made at the contract unit price bid for "Turf reinforcement mat", which price and
Turf Reinforcement Mat Special Spec 002-2
payment shall constitute full compensation for furnishing labor, material, equipment, and performing
operations in connection with placing the turf reinforcement mat as shown on the plans . No
measurement of, nor payment for , will be included for securing pins , and costs incidental thereto
shall be included in the contract un it price bid for "Turf reinforcement mat ". Ne ither measurement
nor payment for will be made for damaged fabric due to the fault or negligence of the Contractor.
Turf Reinforcement Mat Special Spec 002-3
I
I
I
I
I
i
CERTIFICATE OF INSURANCE
TO: ClTY OF FORT WORTH Date.;.
NAME OF PROJECT:
PROJECT NUMBER:
Water , Sewer, Drainage and As sociated Pavement Re p air on Harley Avenue and
Crestline Drive
P265-607170146883/C200-2072 300l 4383/P275-607170146883
IS TO CERTIFY THAT: S.J. Louis Construction of Texas, Ltd. by S •• J. Louis, LLC its General Partner
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the stan dard po licies used by this Company, and further
hereinafter described. Exceptions to standard policy noted o n reverse side hereof.
TYPE OF INSURANCE
Policv Effective Expires Limits of Liabil ity
Worker's C ompensation
Comprehensive General Bodily Injury:
Uability Insurance (Publ ic /S-7 /7tt ,, f, I JOO'f // ( I I .2.0( 6
Ea. Occurrence: $ j C,()IJ1
Liability) Property Damage:
Ea. Occurrence: $ I, tlo1J1
B lasting l( ltJ tJ 75-( () /t/11-.J.o-, t t / 1 / 2...orO Ea. Occurrence: $ I. 0(1()
Collapse of Building or II/ 1 /Soo1 ,<(,1~6/{) Ea. Occurrence: $ ~. {)~~ structures adj acent to l/fO ?s-to
excavations
Damage to Underground '-/Ro 7s-~o /I /1 /; 007 11/,j;o,o $ /, OtJ~/ Utilities Ea . Occurrence:
B uilder's Risk ICP Ttf 60)./.41,)t,I {(II I 2..P()t? ft/, I ')..ofcJ /10 ,:; c)().
Comprehensive I Bodily Injury: CSL
Automobile Liability ts-os-, 2 2.. 11) /2..o()f { f I, /2 ti(()
Ea. P erson : $
Ea. Occurrence: $
Property Damage:
Ea. Occurrence: $ /, (i(){),
11}/~001 11 /r ))o 10
Bodily Injury:
$/,P,,o 1 Contractual Liab ility 'fcf07r,o Ea. Occurrence:
Property Damage:
Ea. Occurrence: $ I, ()"().
Other
Locations covered: Ce c Id ,'.v /'t:'A 4'.f ., :.V [,'h , -/ ,J::'o / :I-U/&1/' _ _:_/-._t:.. ____ _
Description of operations covered: All M c/( e'c ,,.:75; ~
TI1e above policies either in the body th.ereof or by appropriate endorsement provided t hat they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
Where a pplicab le local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the ab ove policies contain such special requi rements, e ither in the body thereof or by appropriate endorsement
thereto attached.
The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
exce pting -em ployer's liability insurance coverage under Contractor's workers' compensation insurance policy.
·-
CERTIFICATE OF INSURANCE
TO : CITY OF FORT WORTH Date~
NAME OF PROJECT: Water, Sewer, Drainage and Associated Pavement Repair on Harley Avenue and
Crestline Drive
PROJECT NUMBER: P265-607170146883/C200-207230014383/P275-607170146883
IS TO CERTIFY THAT: S.J. Louis Construction of Texas, Ltd. by S.J. Louis, LLC its General Partner
i
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker 's Compensation
Comprehensive General Bodily Injury :
Liability Insurance (Public Ea . Occurrence: $
Liability) Property Damage:
Ea . Occurrence : $
Blasting Ea . Occurrence : $
Collapse of Building or
structures adjacent to Ea. Occurrence : $ ---
excavations
Damage to Underground
Uti lities Ea. Occurrence: $
Builder's Risk
Comprehensive Bodily Injury :
Automobile Liability Ea. Person: $
Ea. Occurrence: $
Property Damage:
Ea. Occurrence: $
Bodily Injury:
Contractual Liability Ea. Occurrence: $
Property Damage :
Ea . Occurrence: $
Other
Locations covered:-----------------------------------
Description of operations covered: -----------------------------
The _above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has rec eived written notice of such change/or
cancellation.
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by approp riate endorsement
thereto attached .
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.
Agency Insurance Company: ___________ _
~F=ort~W~o~rt=h~A""'g""e=n=t ______________ By ___________________ _
Address Title ------------------------------------
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 .5380 and City of Fort Worth Project No. P265-
607170146883/C200-207230014383/P275-607170146883.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
S.J. Louis Construction of Texas, Ltd. by
S.J. Louis, LLC its General Partner
By {},~/£-
Name : J Q.5 lJ , Wh ;:bna rt
Tit le : (J)e n a-ra, l frJa )1/) J ()f
Date : {J /&6 } ft o I D
Before ,m~. th «r undersigned authority, on th is day personally appeared
L €5 \). £.µ~known to me to be the person whose name is subscribed to the
forego ing instrument, and acknowledged to me that he executed the same as the act and deed
of S.J. Louis Construction of Texas, Ltd. by S.J. Louis, LLC its General Partner for the
purposes and consideration therein expressed and in the capacity therein stated.
Given Under My Hand and Seal of Office this ~ay of ~€ , 20 l O .
~s.~
Notary Public in and for the State of Texas
MICHELLE S. BLAIR
MY COMMISSION EXPIRES
Januaiy 27, 2014
PERFORMANCE BOND Bond No. 190-018-817
11IE ST ATE OF TEXAS §
KNOW ALL BY THESE PRESENTS:
COUNTY OFT ARRANT §
That we .~1) S.J. Louis Construction of Texas, Ltd. by S.J. Louis, LLC its General Partner as Principal
herein, and (2}1 erty Mutual Fire Insurance CompanYcorporation organized under the laws of the State of (3)
Wisconsin and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and
firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas,
Obligee herein, in the sum of:
Four Million Six Hundred Ninty-five Thousand Eight Hundred Five and 66/100 .....................................•
(54,695,805.66} Dollars for the payme nt of which sum we bind ourselves, our heirs, executors, administrat0rs,
successors and assigns, jointly and severally, finnly by these presents.
JUN 22 2010
WHEREAS, Principal h as entered into a certain contract with the Obligee dated the __ of ___ ,~2~0~1~0~a
copy of which is attached hereto and made a part hereof, for the construction of:
Water, Sewer, Dr.1inage and Associated Pavement Repair on Harlev Avenue and Crestline Dri\·e
NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perforin
the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Princip.il's default, a nd
re imburse and repay Ohligee fo r :ill outlay and expense that Obligee may in cnr in making good s uch defauli, then
this obligation shall be void ; otherwi se, to remain in full force and effect.
PROVJDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
'Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such
statute. to the same extent as if it were copied at length herein.
IN WITNESS WH EREOF, the duly authorized
executed this instrument. JUN 2.2 t010
SIGNED and SEALED this __ of , 2010.
(Principal) Secretary
(SEAL)
Witness as to Principal
520 South Sixth Avenue, Ste . 100
(SE/
4~~'
4300 MarketPointe rive , Suite 600
Bloomington (Address) MN 55435
representatiVcs of the Principal and the Surety have
S.J. Louis Construction of Texas, Ltd. bv S.J.
Louis, LLC its General Partner ~::c~:a;t:
PO Box 834
Mansfield, TX 76063
{Address)
LIBERTY MUTUAL FIRE INSURANCE COMPANY
4300 MarketPointe Drive, Suite 600
Bloo11,i11gto,1 {Address) MN 55435
NOTE: Date of Bond must not be
prior to date of Contract
(l) Correct Name of Contractor
(2) Correct name of Surety
(3) State of incorporation of Surety
Telephone number of surety must be stated.
In addition, an original copy of Power of
Attorney shall be attached to Bond by
Attorney-in-fact.
The date of bond shall not be prior to date of
Contract.
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this day of JUN i '2. 10\0 before me personally appeared L ez U, LJ1Jrnan
to me known , who being by me duly sworn that he is the &-ea e('(Jd mvwiec
of the S . J . Louis Construction of Texas , Ltd . by S .J. Louis , LLC its General artner the
Limited Partnership described in and which executed the fo regoing instrument; that he
signed his name thereto by order of the Board of Governors of said Limited Partnership .
Notary Publi J_fie;
MICHELLE S. BLAI R
MY COMMISS ION EXPIRES
January 27 , 2014
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this day of JUN 2 2 ~010 before me appeared AMY M . BURNS to be known ,
who being by me duly sworn , d id say that (s)he is the aforesaid Attorney-in-Fact of the
LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation ; that the seal affixed to the
foregoing instrument is the corporate seal of said corporation , and that said instrument
was signed and sealed on behalf of said corporation by the aforesaid officer, by
authority of its Board of directors ; and the aforesaid officer acknowledged said
instrument to be the free act and deed of said corporation .
2878338
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
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 .
KNOW ALL PERSONS BY THESE PRESENTS
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU , WISCONSIN
POWER OF ATTORNEY
That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by
authority of the Board of Directors here inafter set forth , does hereby name , constitute and appoint KATHLEEN SORENSON, TODD A. KELSEY,
AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA ....................................................................................... .
, 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
FIFTY MILLION AND 00/100**********••••••••••••••••••••• DOLLARS ($ 50,000,000.00*'"********************** ) 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 pu rsuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein , among other things , it was :
VOTED that the Secretary and each Assistant Secretary be , and each of them is , authorized to execute powers of attorney qualifying the attorney
named in the given power of attorney to execute on behalf of the Company surety undertakings , bonds , recognizances and other surety
obligations ; and that the Secretary and each Assistant Secretary be , and ea c h or any of them hereby is , authorized to attest to the execution
of any such power of attorney, and to affix thereto the corporate seal of the Company.
That the Resolution set forth above is a true copy thereof and is 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 Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 27th day of April
2010
LIBERTY MUTUAL FIRE INSURANCE COMPANY
ByC4w-.w<~
Garnet W. Elliott , Assistant Secretary
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this_ 27th day of April 201 O , before me , a Notary Public , personally came Garnet W. Elliott , to me known , and
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company ; that he knows the seal of said corporation ; and that he
executed the above Power of Attorney and affi xed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the
direction of said corporation .
first above written .
CERTIFICATE
Of
4,.~~~"r~
COMMONWEALTH OF PENNSYLVANI A
Notanfl Seai
Teresa.Pasl.ella, NOi.a.')' Puhac
P!:,mouth Twp,, Mo1tgomery Co1;my
My Commission Exp!res Marr), 28. 2r:r.13
Member, Pennsylvania Asscciatiofl of Notaries
By~ U;;k
I Teresa Pastella , Notary Public
..:~ ?\fo."
I, the undersigned, an Assis n~ ry of Liberty Mutual Fi re 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 was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in -fact as
provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28 , 2006 .
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company ev idenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any ce~ificate relating
thereto by facs imile , and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recogni w,r,ces28iQ d ot~er surety
obligations to which it is attached . JUN l 2010
IN TESTIMONY WHEREOF, I have he reunto subscribed my name and affixed the corporate seal of the said company, this ______ day of
,,,-::;.;;~-;~ /.t~--...._, 1/! '\e;,
( ~ rliCO~VCRHUf \ j 1
; ~:'_)~)
~
't,
U)
U)
Cl)
C
'iii :::,
.Q
> C cu
C _o
m1-ucn
>,W
~E ... C.
00 =(') <t ..
->q'
o'tl
._ C
Cl) cu
~E a. cu
U) 0 ·-0 ~ .. -a,
-c 0 Cl)
~Cl) :s.!
::Cl> cu .Q
>o
Cl) >q'
~('II -co
E' -=~ -co c, oo u..-
<O {2. ,!
THE ST ATE OF TEXAS
COUNTY OFT ARRA NT
§
§
§
PAYMENT BOND Bond No . 190-018-817
KNOW AL L BY THESE PRESENTS:
That we, (l) S.J. Louis Construction of Texas, Ltd. by S.J. Louis, LLC its General Partner, as
Principal herein, and (2) Liberty Mutual Fire Insurance Company , a corporation organized ·and existing under the laws
oftheStateof(3)_W_i_sc_o_n_si_n _____ ~ as surety, are held and firmly bound unto the City ofForl Worth, a
municipal corporation loc ated in Tarrant and Denton Counties, Texas, Obligee herein, in 1he amount of Four
Million Six Hundred Ninty-five Thousand Eight Hundred Five and 66/100 ...................................... Dollars
(S4,69S,805.66) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors,
administrators, _successors and assigns, jointly and se verally, firmly by these presents:
WHEREAS, the 'Principal has entered into a certain writien contract with the O~ligee dated JUN..2.2al(}1 0
__ . 1!li.Q. which contract is hereby referred io and made a part hereof as if fully and to the same extent as if
copied at length, for the following project:
Water. Sewer, Drainage and Associated ·Pavement Repair on lforlcy Aq•nue and Crestline Drive
NOW, THEREFORE, THE CONDITION OF THTS OBLIGATION IS SUCH, that ir the said Principal
shall faithfully make payment to each a.i1d every claim ant (as defined in Chapter 2253, Texas Government Code, as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void; otherwise, to rem ain in full force and effect.
PROVfDED, HOWEVER, that this bond is executed pursuant to 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, io the sam~ extent as if it wen:: copied at length herein.
IN WITNESS WHEREOF, the duly authorized representati ves of the Principal and the Surety have
executed this instrument. JU
SIGNED and SEALED this_~a?J. 2Qf fh o10 .
ATTEST:
(P~~
(SE AL)
lfuc6Lllt1® w.1J
Witness as to Principal
~~ ATTEST: ~
Se cfe tary
(SE AL)
w,~~·
S.J. Louis Construction of Texas
Ltd. by S.J. Louis, LLC its
General Partner
PRINCIPAL
By ~flt/~
Name : [fj lJ . WlvinlM
T itle : 6&1et'O I rna11ap
Address : PO Box 834
Mansfield, TX 76063
LIBERTY MUTUAL FIRE INSURANCE COMPANY
SUR~
By:~ )'Y\ ~J-:J.__..---~--~
Name : Amy M. Burns
Attorney in Fact
Address : 4300 MarketPointe Drive
· Suite 600
Bloomington , MN 55435
Telephone Number: 952 -830-3000
NOTE: (1) Correct name of Principal (Contractor).
(2) Correct name of Surety .
(3) State of incorporation of Surety
Telephone number of surety must be stated . In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-i n-Fact.
The date of bond shall not be prior to date of Contract.
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
JUN 2 2 2010
On this day of , before me personally appeared [6 U. {m l fmtlrl
to me known , who being by me duly sworn that he is the &ene('(1/ maa ~v
of the S . J . Louis Construction of Texas , Ltd . by S.J. Louis , LLC its General ~rtner the
Limited Partnership described in and which executed the foregoing instrument; that he
signed his name thereto by order of the Board of Governors of said Limited Partnership .
Notary Public~~· 6-L-. ...
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this day of ·''" · 2 2 2~10' before me appeared AMY M. BURNS to be known ,
who being by me duly sworn , did say that (s)he is the aforesaid Attorney-in-Fact of the
LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation ; that the seal affixed to the
foregoing instrument is the corporate seal of said corporation, and that said instrument
was signed and sealed on behalf of said corporation by the aforesaid officer, by
authority of its Board of directors ; and the aforesaid officer acknowledged said
instrument to be the free act and deed of said corporation.
2878363
r~
1)
THIS POWER OF ATIORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND .
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.
KNOW ALL PERSONS BY THESE PRESENTS
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU, WISCONSIN
POWER OF ATIORNEY
That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by
authority of the Board of Directors hereinafter set forth , does hereby name , constitute and appo int KATHLEEN SORENSON, TODD A. KELSEY,
AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA ....................................................................................... .
, each ind ividually 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
FIFTY MILLION AND 00/100*"***************************** DOLLARS ($ 50,000,000.00************************ ) 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 Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein, among other things , it was:
:, VOTED
~i
that the Secretary and each Assistant Secretary be , and each of them is , authorized to execute powers of attorney qualifying the attorney
named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recogn izances and other surety
obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is , authorized to attest to the execution
of any such power of attorney, and to affix thereto the corporate seal of the Company.
ti -~o~ ~ That the Resolution set forth above is a true copy thereof and is now in full force and effect.
la
:I
.. C)
,., Cl) IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
Cl)
Cl)
Cl)
C:
"iii
:I .c
> C: m
C: _o
i61-(.) en
>W
... 2010 ij
5 ~> Liberty Mutual Fire Insurance Company has been affi xed thereto in Plymouth Meeting , Pennsylvania this 27th day of April , ~ E
:s::-!!f3-i~ LIBERTY MUTUAL FIRE INSURANCE COMPANY
'!! ~ / ;[,m•:::m•J! \
ref~ \~~~~ -~.. ~~~y
q) 0
By C..Jtt: w'-a<'~
Garnet W. Elliott , Assistant Secretary
5 ,S! COMMONWEALTH OF PENNSYLVANIA
-m COUNTY OF MONTGOMERY
ss
ria;~
C,Cll m Cl> ~~
On th is_...2Zth_ day of April 201 O , before me , a Notary Public , personally came Garnet W. Elliott , to me known , and
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company ; that he knows the seal of sa id corporation ; and that he
executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the
d irection of said corporation. ~!
I ~ E IN TESTIMONY WHEREOF,
:, > first above written . ~~~..-:::-::;;-:-.... n!~
c5t:::
!: ~
CERTIFICATE
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating
thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings , bonds , recognizances and · other surety
obligations to which it is attached.
JUN 22 2010
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of a---~ (.f-:~1
!, 0 ., / By ~r:::::d!~L.,/..!-....::;,.L=--------------
.. C.
00 =(') <t ..
_o:i-
o"'C
.. C:
Cl> m
~E c..m
(1)0
·-0 .r:. .. -a,
-C: 0 Cl)
~Cl) :s!
::G> m .c
>o
Cl) 0:,-.r:. ('I
-(X)
E'
.!::~
-(X) C: I oo
(.),.. co
~,!
MAfNT£NANCE BOND Bond No. 190-018-817
THE STATE OF TEXAS §
COUNTY OF TARRANT §
That S.J. Louis Construction of rexas, Ltd. by S .J. Louis, · LLC its General Partner
("Contractor"), as principal, and Liberty Mutual Fire Insurance Company a corporation organized under the
laws of the State of Wisconsin , ("Surety"), do hereby .acknowledge themselves to be held .and
bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution
and laws of the State of Texas, {"City") in Tarrant County, Texas, the sum of Four Million Six
Hundred Ninty.:.five Thousand Eight Hundred Five and 66/100 .......................... ; ........... Do llars
($4,695,805.66), lawful money of the United States, for payment of which sum well and truly be made
unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs,
executors, administrators, assigns arid successors , jointly and severally.
This obligation is conditioned, however, that:
WHERE_ AS, said CR nl~or has this day en_ tered into a written Con_ tract w_ith the City of Fort r ,.. ? / ZU l U
Worth , dated the _l_· _of__::_, 2010, a copy of which is hereto attached and made a part hereof, for
the performance of the following described public imprc:>Vements:
Water, Sewer, Drainage and Associated Pavement Repair on Harley Avenue and Crestline Drive
the same being referred to herein and in said contract as the Work and being designated as project
number(s) P265-607170146883/C200-207230014383/P275-607170146883 and said contract,
including all of tne specifications, 'conditions , addenda . change orders and written instruments referred
to therein as Contract Documents being incorporated herein and being made a 'part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to mainta in said work in good repair and
condition for said term of Two (2) years ; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary: and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
reoair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shall Keep and perfonn its said agreement to
maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and void, and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in !! counterparts. each of which
shall be deemed an original, this __ day of __ , AD.2010.
ATTEST:
{SE AL)
s~~
ATTEST:
{SE AL)
JUN 22 2010
S.J. Louis Construction of Texas, Ltd. by
S.J. Louis, LLC its General Partner
Contractor
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Surety
By :~~~~
Narne~urns
·tie : Attorney-in-Fact
4300 MarketPointe Drive, Suite 600
Bloomington, MN 55435
Address
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OF TARRANT
On this day of JUN 22 ,1010 before me personally appeared le::i v. LuYl;-Cmll/l.
to me known, who being by me duly sworn that he is the &enetYJ.J-mon w
of the S. J . Louis Construction of Texas, Ltd . by S .J. Louis , LLC its Generalartner the
Limited Partnership described in and which executed the foregoing instrument; that he
signed his name thereto by order of the Board of Governors of said Limited Partnership .
Notary Public ~ ,S · U
Nata Seal
ACKNOWLEDGMENT OF CORPORAT
STATE OF MINNESOTA
COUNTY OF HENNEPIN
MIC HELLE S. BLAIR
MY COMMISSION EXPIRES
Jan uary 27, 20 14
On this day of .IUN 22: 2010 before me appeared AMY M . BURNS to be known ,
who being by me duly sw orn , did say that (s)he is the aforesaid Attorney-in-Fact of the
LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the
foregoing instrument is the corporate seal of said corporation , and that said instrument
was signed and sealed on behalf of said corporation by the aforesaid officer, by
authority of its Board of directors ; and the aforesaid officer acknowledged said
instrument to be the free act and deed of said corporation .
2878322
~
''ii
THIS POWER OF ATIORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
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.
KNOW ALL PERSONS BY THESE PRESENTS
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU, WISCONSIN
POWER OF ATIORNEY
That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by
authority of the Board of Directors hereinafter set forth , does hereby name, constitute and appoint KATHLEEN SORENSON, TODD A. KELSEY,
AMY M. BURNS, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA ....................................................................................... .
, 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
FIFTY MILLION AND 00/100**************** .. ************* DOLLARS ($ 50,000,000.00************************ ) 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 Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein , among other things , it was:
> VOTED
~t
that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney
named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds , recognizances and other surety
obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution
of any such power of attorney, and to affix thereto the corporate seal of the Company. as
~
: ~ That the Resolution set forth above is a true copy thereof and is now in full force and effect. la
:l
... C'I , G> IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
::,;. ca
"C
(I)
(I)
Q)
C
'uj
:l .c
>-c ca
C _o m1-ucn
>,W -:l Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 27th day of April
ij)~ 2010 , :g E
=-":? ~
~ "C ~!
LIBERTY MUTUAL FIRE INSURANCE COMPANY
By C4 #-.ca'~
Garnet W. Elliott , Assistant Secretary
5 ! COMMONWEALTH OF PENNSYLVANIA
-ca COUNTY OF MONTGOMERY
ss
rt:~
C'I (I) ca a> ,, ...
• Q)
On this_-2Ztb_ day of April 201 O , before me , a Notary Public , personally came Garnet W. Elliott , to me known , and
acknowledged that he is an Assistant Secretary of Liberty Mutual Fire 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 Fire Insurance Company thereto with the authority and at the
direction of said corporation . rJ!
I.~ ~ IN TESTIMONY WHEREOF,
, >-first above written. ':>~pi.~""""' ...
~~ ~ :l -(,)
CERTIFICATE
COMMONWEALTH OF PENNSYLVANIA
Notarial Sea!
Teresa Paste!la , Notary Publi.r.
Plymouth Twp ., Montgomery Cot..nty
My Cormnission Expires Ma;r.h 28 . 2013
MeMher, Pennsytvanla ~sociatbn of NotariEtS
By~ U;;k
I Teresa Pastella , Notary Public
OF
1',..~'-Jt>,~"'{.>
(~ ~v
I, the undersigned , an Assis RM ry of Liberty Mutual Fire 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 was one of the officers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as
provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28 , 2006 .
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board
of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28 , 2006
wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating
thereto by facsimile , and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding
upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety
obligations to which it is attached . ·
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and ~ffixed the corporate seal of the said company, t tl~2 2 2010 day of
~~
t:~f. .. ~HHI ii\
1 : 111tee11,ol\uu \ } 1 !\__~:'_) ~} By ..&;C~L./-L..:;..;.,f..----------
... Q.
00 =(') <( ..
-oq"
o"C
._ C
a> ca
~E
Cl. ca
(1)0
·-0 ~-· -0>
-c 0 Q)
~Q) :s! = Q) ca .c
>o
G) oq"
~N -a:,
E' ·=~
-a) c, oo
(,)'1""'
0 t9 F,-
THE STATE OF TEXAS
CITY OF FORT WORTH. TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This Contract made and entered into this the JUN ~ l~!!!.__ A .O., 2010, by and be~ween the
CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton,
Parker, and W ise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"),
and S.J. Louis Construction of Texas, Ltd. by S.J. Louis, LLC its General Partner, ("Contractor").
Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties."
WITNESSETH: That said parties have agreed as follows :
I.
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 a s follows:
Water, Sewer. Drainage and Associated Pavement Repair on Harley Avenue and Crestline Drive
2.
That the work herein contemplated shall consi st 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 Pl a ns 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 w ritten herein.
3.
The Contractor hereby agrees and binds himself to c ommence the construction of said work
within ten ( I 0) 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 w ith reasonable diligence after the
commencement thereof and to full y complete a nd finish the same read y for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 340 calendar days.
If the Contractor should fail to complete the work as set forth in the Plans and Speci t ' t1 i
Documents within the time so stipulated , plus any a dditional time allowed as pr vi ed ·
.~L-~ll'U,.
Conditions , there shall be deducted from a ny monies due or which may thereafter become u.,,.e ........ ._.
FT.W
sum of $630 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 iniury,
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 iniury 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 .
The Contractor agrees, upon the execution of this Contract, and before beginning work, to make,
execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a
sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of
Chapter 2253 of the Texas Government Code, as amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be made in
one lump sum. Payment shall not be made for a period of 45 calendar days fro e ate t e wor as
been completed and accepted by the Owner. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
B. 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 material in the
prosecution of the work.
C. 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 Owner.
D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to
insure the prompt, full and faithful performance of the general guarantee contained in the Contract
Documents.
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 Four Million Six · Hundred Ninty-five Thousand Eight Hundred Five and
66/100 .................................................................................................................. Dollars, ($4,695,805.66).
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 ~
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 ~ counterparts with its corporate seal attached.
JUN 22 2010
Done in Fort Worth, Texas, this the __ day of A.O., 2009.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPROVAL RECOMMENDED :
ATTEST 7~ci2--
S.J. Louis Construction of Texas, Ltd.
by S.J. Louis, LLC its General Partner
PO Box834
Mansfield, TX 76063
CONTRACTOR
TITLE
ADDRESS
November 1960
Revised May 1986
Revised September 1992
CITY OF FORT WORTH
FERNANDO COST A, ASST CITY MANAGER
CITY SECRETARY
(SE AL)
O}D
Date
APPROVED AS TO FORM AND
LEGALITY :
C-Z'ft'lr t-z ____ _....__
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
UNITI
(Water and Sanitary Sewer Improvements)
GEOTECHNICAL REPORT
UNITII
(Paving and Drainage Improvements)
GEOTECHNICAL REPORT
GEOTECHNICAL INVESTIGATION
HARLEY A VENUE RECONSTRUCTION
FROM RIP JOHNSON DRIVE TO UNIVERSITY DRIVE
FORT WORTH, TX
FREESE AND NICHOLS, INC.
4055 INTERNATIONAL PLAZA, SUITE 200
FORT WORTH, TX-76109
BY
HVJ ASSOCIATES, INC.
DALLAS, TX
MARCH 18, 2010
REPORT NO. DG-09-18060
HVJ
• • •
March 18, 2010
Mr. Mark A. McCoy,
Freese and Nichols, Inc.,
4055 International Plaza Suite-200,
Fort Worth, TX-76109.
Re: Geotechnical Investigation
Houston
Austin
Dallas
San An t o nio
9200 King Arthur Or.
Dallas.TX 75247-3610
214.678.0227 Ph
214.678 .0228 Fax
www.hvj .com
Harley Avenue Reconstruction -From Rip Johnson Drive to University Drive
Owner: City of Fort Worth
HVJ Report No. DG0918060
Dear Mr. McCoy:
Submitted herein is the report of our geotechnical services for the above-referenced project. The
study was conducted in general accordance with our proposal number DG-09-18060 dated
September 30, 2009 and revised March 4, 2010. The study is subject to the limitations presented in
this report.
We appreciate the opportunity of working with you on this project. Please read the entire report
and notify us if there are questions concerning the information presented or if we may be of further
assistance .
Sincerely,
HVJ ASSOCIATES, INC.
Texas Firm Registration No. F -000646
DRAFT
Fadi N. Faraj, PE
Dallas -Professional Services Manager
FF/RE
Ravi Teja. Elepe, MS
Staff Engineer
This d oc um ent was rel ease d for the purpose o f interim revi ew under the authority of Fadi N . Faraj, P.E. 96707 o n March 18, 2010 . It
is no t to be used for construction, bidding, or p ermit purposes .
The following li sts th e pages which complete this report:
• Main Text -15 pages • Appendix A - 2 pages
• Pl ates -10 pages • Appendix B -11 pages
CONTENTS
1 EXECUTIVE SUMMARY ................................................................................................ I
2 INTRODUCTION ............................................................................................................ 1
2.1 Project Description ............................................................................................................. I
2.2 Geo technical Investigation Program ................................................................................... 1
3 FIELD INVESTIGATION ............................................................................................. _ .. !
3.1 Geotechnical Borings .......................................................................................................... I.
3 .2 -Sampling Methods .............................................................................................................. 1
4 LABORATORY TESTING ............................................................................................... 2
4 .1 Sample Examination and Classification Testing .................................................................. 2
4.2 Geotechnical Laboratory Testing ........................................................................................ 2
5 SITE CHARACTERIZATION ......................................................................................... 3
5 .1 Site Location ....................................................................................................................... 3
5 .2 General Geology ................................................................................................................. 3
5.3 Soil Stratigraphy .................................................................................................................. 3
5.4 Groundwater Conditions .................................................................................................... 4
6 JUNCTION BOX RECOMMEND A TIO NS ................................................................... .4
6.1 General ............................................................................................................................... 4
6.2 Junction Box Foundation Recommendations ..................................................................... .4
6 .3 Junction Box Excavation .................................................................................................... 5
6.4 Select Fill and General Earthwork Recommendations ........................................................ 6
7 PAVEMENT DESIGN RECOMMENDATIONS ........................................................... 6
7.1 General. .............................................................................................................................. 6
7.2 Rigid Pavement Section ...................................................................................................... 6
7.3 Rigid Pavement Thickness and Load Capacity .................................................................... 7
7.4 Preparation of Subgrade ..................................................................................................... 8
8 DESIGN REVIEW ........................................................................................................... 9
9 LIMITATIONS .................................................................................................................. 9
ILL UST RA TIO NS
Plate
SITE V ICINITY MAP ..................................................................................................................................... 1
GEOLOGY MAP ............................................................................................................................................. 2
PLAN OF BORINGS ...................................................................................................................................... 3
BORING LOGS ............................................................................................................................................ 4-7
KEY TO TERMS .............................................................................................................................................. 8
BRACED EXCAVATION LATERAL EARTH PRESSURE D IAGRAM ......................................... 9
APPENDICES
Ap pendi x
SUMMARY OF LABORATORY TESTING RESULTS ........................................................................ A
SULFATES, CHLORIDES AND pH TEST RESULTS .......................................................................... B
1 EXECUTIVE SUMMARY
HVJ Associates, Inc. was retained by Freese and Nichole, Inc. to provide geotechnical investigations
for Harley Avenue Street reconstruction From Rip Johnson Drive to University Drive in Fort
Worth, Texas. This project involves providing pavement design recommendations in accordance
with City of Fort Worth, and design guidelines for the foundation of Junction Box. The purpose of
the geotechnical investigation is to perform borings at the site, perform laboratory tests, and provide
design guidelines for the proposed pavement and junction box.
Subsurface conditions at the site were evaluated by drilling and sampling three 15-foot and one 20-
foot borings, below the existing ground. A brief summary of the investigational findings consists· of
the following description: ·
1. The subsurface soils at boring B-1, consists of stiff to very stiff clayey sand with
gravel till 4 feet, followed by very stiff high plasticity clay to a depth of 11 feet,
followed by sandy gravel layer till 14.5 feet, and 0.5 feet of weathered limestone to a
maximum termination depth of 15 feet.
2. The subsurface soils at boring B-2, consists of stiff to very stiff high plasticity clay to
a depth of 8 feet, followed by stiff low plasticity clay till 11 feet, followed by sandy
gravel layer till 14.5 feet, and 0.5 feet of weathered limestone to a maximum
termination depth of 15 feet.
3. The subsurface soils at boring B-3, consists of 10" concrete pavement and base
material, followed by a very stiff to hard clayey sand layer to a depth of 12 feet,
followed by sandy gravel layer till 14.5 feet, and 0.5 feet of weathered limestone to
maximum termination depth of 15 feet .
4 . The subsurface soils at boring B-4, consists of 8 feet of stiff clayey sand layer,
followed by hard low plasticity clay till 11 feet, and stiff sandy lean clay till 15 feet,
followed by 5 feet of medium dense clayey sand layer to a maximum termination
depth of 20 feet.
5. Groundwater was encountered in all the borings except boring B-3 during or after
completion of the drilling operations. Groundwater was encountered at a depth
between 5 and 12 feet during and after completion of drilling of borings B-1, and B-
2 . At boring B-4 ground water was encountered at 19 feet during drilling, but it was
not encountered after drilling operations . It should be noted that groundwater levels
will fluctuate with seasonal changes in moisture conditions.
6. A laboratory testing program, consisting of moisture contents, Atterberg limits,
minus 200 sieve analyses, and unconfined compressive strength tests, were
performed on select soil samples. The testing results were summarized and included
in Appendix A .
7. We recommend the junction box to be supported on a mat foundation at a depth of
12 feet. The mat foundation should be designed such that the applied net bearing
pressure does not exceed the total allowable bearing pressure of 1,500 psf if the
foundation is placed on natural soil at a depth of 12 feet. This bearing capacity value
includes a factor of safety of two.
8. A minimum of 10-inch thick concrete pavement is recommended for a 30-year
design life period. In addition, we recommend that eight inches of the subgrade soils
be stabilized with 6% lime at locations where the subgrade soils are cohesive (clays)
and with lime-flyash (2% lime, 8% flyash) at locations where the subgrade soils are
. cohesionless (clayey sands). These percentages are provided for estimation purposes.
The exact amount of lime or lime-flyash shall be determined for subgrade soils by
conducting laboratory tests on the exposed subgrade material during construction. ·
Please note that the executive summary provided above does not fully detail our findings and
opinions. Descriptions of the full extent of our findings and opinions are only presented
through our full report.
11
2 INTRODUCTION
2.1 Project Description
HVJ Associates, Inc. was retained by Freese and Nichole, Inc. to provide geotechnical investigations
for Harley Avenue Street reconstruction From Rip Johnson Drive to University Drive in Fort
Worth, Texas. A site vicinity map is presented on Plate 1. This project involves providing
pavement design recommendations in accordance with City of Fort Worth, and design guidelines for
the foundation of Junction Box.
The purpose of the geotechnical investigation is to perform borings at the site, perform laboratory
tests, and provide design guidelines for the proposed pavement and junction box.
2.2 Geotechnical Investigation Program
The primary objectives of this study were to gather information on subsurface conditions at the site
and to provide design recommendations for the proposed pavement and junction box. The
objectives were accomplished by:
1. Drilling and sampling three 15-foot and one 20-foot borings, below the existing ground.
These borings were used to determine soil stratigraphy and to obtain samples for
laboratory testing;
2. Performing laboratory tests to determine physical and engineering characteristics of the
soils; and
3. Performing engineering analyses to develop design guidelines and recommendations and
presenting this information in a report.
Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing
program, and the general subsurface conditions observed. Also presented in this report are
descriptions of both the prescribed design recommendations and the construction considerations.
3 FIELD INVESTIGATION
3.1 Geotechnica) Borings
The field exploration program undertaken at the project site was performed on March 10, 2010 .
Subsurface conditions at the site were evaluated by drilling and sampling three 15-foot and one 20-
foot borings, below the existing ground. A site plan showing the approximate boring locations is
presented on the Plan of Borings, which is provided on Plate 3.
3.2 Sampling Methods
Soil samples were obtained continuously to 10 feet and at five-foot intervals thereafter . Cohesive soil
samples were obtained with a three-inch diameter, thin-walled (Shelby) tube sampler in general
accordance with ASTM D -1587 . Each sample was removed from the sampler in the field and was
carefully examined and classified according to the Unified Soils Classification System. The shear
strengths of the cohesive soils were estimated in the field with a hand penetrometer. Suitable
portions of each sample were sealed and packaged for transportation to our laboratory. Granular
soils were sampled with the Standard Penetration Test (SPT) sampler in accordance with ASTM
D1586 standard.
Detailed descriptions of the soils encountered in the borings are given on the boring logs presented
on Plates 4 through 7. A key to the soils classification and symbols used in the boring logs is also
presented on Plate 8.
4 LABORATORY TESTING
4.1 Sample Examination and Classification Testing
Soil samples transported to our laboratory were further examined and identified in accordance with
ASTM D 2488 -Description and Identification of Soils. A preliminary soil classification was
assigned to each soil sample based on ASTM D 2487 -Classification of Soil for Engineering
Purposes. Classification testing was subsequently conducted on select samples, including
measurement of moisture contents, Atterberg limits, and percentage of particles finer than No. 200
sieves . The result of each test was used to confirm or modify the given preliminary soil
classification.
4 .2 Geotechnical Laboratory Testing
Select soil samples were tested in the laboratory to determine applicable physical and engineering
properties. All tests were performed according to the relevant ASTM Standards . These tests
consisted of measurements of moisture content, Atterberg limits, percentage of particles passing the
number 200 sieve, hand penetrometer reading, unconfined compression strength, dry unit weight,
Sulfates, Chlorides, and pH.
The Atterberg limits and percent passing the number 200 sieve were utilized to verify field
classification of the soils according to the Unified Soils Classification System. The hand
penetrometer and unconfined compression tests were performed to obtain approximations of the
undrained shear strength of the soil.
The type and number of tests performed for this investigation are summarized below:
Type of Test
Moisture Content (ASTM D2216)
Atterberg Limits (ASTM D4318)
Percent Passing No. 200 Sieve (ASTM Dl 140)
Hand Penetrometer
Sulfates, Chlorides, and pH
Unconfined Compression (ASTM D2166)
Dry Unit Weight (ASTM D2166)
2
Number of Tests
21
8
10
19
1
9
9
-'
Laboratory test results are presented on the boring logs on Plates 4 through 7. A summary of the
laboratory testing results is also included in Appendix A. Sulfate, Chloride, and pH test results are
presented in Appendix B.
5 SITE CHARACTERIZATION
5.1 Site Location
The project site is located in central part of Fort Worth, TX. Four borings are drilled at Harley
A venue which are located to the north of IH 30 and west of IH 35W next to Trinity park.
5.2 General Geology
According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of
Texas, Dallas Sheet," the project site area is located on Duck Creek Formation, map symbol (Kdc),
limestone, aphanitic, in part bioclastic, locally burrowed, pyrite nodules up to 0 .2 foot, beds 0.2-2
feet thick, pinch and swell, medium gray to yellowish gray; weathers dark gray with yellowish-brown
patches, locally forms topographic benches; marine megafossils and Gryphaea and ammonites;
thickness 30-100 feet, thins southward. A geology map containing the project site is provided on
Plate 2.
5.3 Soil Stratigraphy
Our interpretation of soil, at the project site is based on information obtained at the boring
locations. This information has been used as the basis for our conclusions and recommendations.
Significant variations within areas not explored by the project borings will require reevaluation of
our findings and conclusions.
Boring B-1:
The subsurface soils at boring B-1, consists of stiff to very stiff clayey sand with gravel till 4 feet,
followed by very stiff high plasticity clay to a depth of 11 feet, followed by sandy gravel layer till 14.5
feet, and 0 .5 feet of weathered limestone to a maximum termination depth of 15 feet.
Boring B-2:
The subsurface soils at boring B-2, consists of stiff to very stiff high plasticity clay to a depth of 8
feet, followed by stiff low plasticity clay till 11 feet, followed by sandy gravel layer till 14.5 feet, and
0.5 feet of weathered limestone to a maximum termination depth of 15 feet .
Baring B-3:
The subsurface soils at boring B-3, consists of 10" concrete pavement and base material, followed by
a very stiff to hard clayey sand layer to a depth of 12 feet, followed by sandy gravel layer till 14.5
feet, and 0.5 feet of weathered limestone to maximum termination depth of 15 feet.
3
Boring B-4:
The subsurface soils at boring B-4, consists of 8 feet of stiff clayey sand layer, followed by hard low
plasticity clay till 11 feet, and stiff sandy lean clay till 15 feet, followed by 5 feet of medium dense
clayey sand layer to a maximum termination depth of 20 feet.
Detailed descriptions of the · soil strata encountered in all of the borings are given in the boring logs
presented on Plates 4 through 7. Keys to the terms and symbols used for soil classification on the
boring logs are also included on Plate 8.
5.4 Groundwater Conditions
Groundwater was encountered at a depth between 5 and 12 feet during and after completion of
drilling of borings B-1, and B-2. For boring B-3 ground water was not encountered during or after
completion of drilling, and for boring B-4 ground water was encountered at 19 feet during drilling
and there was no trace of water after completion of drilling operations.
However, it should be noted that groundwater levels will fluctuate with seasonal changes in moisture
conditions.
The water levels measured during and after drilling are reported on the boring logs presented on
Plates 4 to 7. the following table summarizes the groundwater level readings during drilling and after
completion of the drilling operations:
Boring No. Water Depth During Water Depth After
Drilling (ft) Drilling (ft)
B-1 12 15
B-2 8 5
B-3 --
B-4 19 -
6 JUNCTION BOX RECOMMENDATIONS
6.1 General
We understand that the project involves a junction box at an approximate depth of 12 feet below the
existing ground surface. The junction box will be located near boring B-4.
6.2 Junction Box Foundation Recommendations
We recommend the junction box to be supported on a mat foundation at a depth of 12 feet. The
mat foundation should be designed such that the applied net bearing pressure does not exceed the
total allowable bearing pressure of 1,500 psf if the foundation is placed on natural soil at a depth of
12 feet. This bearing capacity value includes a factor of safety of two (FS = 2).
The applied net bearing pressure may be determined by:
4
1. Sununing the load applied to the foundation, the weight of the foundation, and the
weight of any soil backfill placed directly above the foundation .
2 . Subtracting the weight of soil excavated from above the foundation depth.
3. Dividing the total by the base area of the foundation .
The weight of soil may be taken as 130 pcf for soils above the water table and 65 pcf for soils below
the water table.
6.3 Junction Box Excavation
Pit Excavation Stability. Pit excavations shall be shored or some other equivalent means may be
used to provide safety for workers and adjacent structures. Assessment of the need for excavation
shoring or other measures required to provide a stable excavation, and the use of appropriate
construction practices and/ or equipment is the contractor's responsibility.
The lateral earth pressures recommended for short-term design are generally lower than the long-
term pressures as the state of stress in the soil changes from "at rest" to "active" conditions
immediately after excavation. In calculating the "design" lateral earth pressures, a combination of
lateral soil pressures; hydrostatic water pressures; and surcharge loads need to be considered. We
recommend that pressure distribution as shown on Plate 9 be used, and that the hydrostatic water
pressure be computed by assuming the groundwater table to coincide with the ground surface.
Calculation of these pressure components is explained on Plate 9.
Pit Bottom Stability. Bottom instability results from inadequate shear strength in clay soils to resist
stress relief at the base of the excavation, or from piping of water bearing granular soil. This mode
of failure results in loss of ground at the ground surface outside the pit and heave of the excavation
base inside the pit. Our calculations indicate that pit will have a factor of safety in excess of 2.0
against bottom heave . Our calculations assume no water is encountered during the excavation.
Based on our boring log, water was encountered at a depth of 19 feet during drilling. If groundwater
is encountered during construction, adequate dewatering of water bearing layers below the base of
the pit should be performed to bring the water level in those layers to at least three feet below the
base of the excavation.
Loss of Ground. Installation of pits may experience some loss of ground around the outside of the
excavation due to sloughing of material into the excavation . If proper construction procedures are
followed, little or no loss of ground should occur. If loss of ground is excessive, it may cause
damage to structures, pavement and services located near the excavation. If loss of ground does
occur, soft disturbed soils may develop beneath existing pavement and utilities located close to the
excavation location .
Corrective measures to address loss of ground problems often include improved dewatering and/ or
grouting around the pit from the ground surface or within the pit. Repairs associated with loss of
ground often include making up for ground loss through placement of cement stabilized sand fill.
5
6.4 Select Fill and General Earthwork Recommendations
Select fill required to raise the grade or backfill should consist of lean silty or sandy clay with a liquid
limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed
in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor
maximum dry density as determined by ASTM D698.
7 PAVEMENT DESIGN RECOMMENDATIONS
7.1 General
We understand that the project will also involve the reconstruction of the pavement along the
existing Harley Avenue from Rip Johnson Drive to University Drive. We understand that this street
is classified major arterial.
7.2 Rigid Pavement Section
The recommendations presented in this report for the pavement design were developed in
accordance with the "AASHTO Guide for Design of Pavement Structures", 1993 Edition. The
design procedure for determining concrete slab thickness for rigid pavement is based on an
extension of the algorithms that were originally developed from the AASHTO Road Test. The
categories required for the design of pavement includes: (a) design variables, (b) performance
criteria, (c) pavement structural characteristics, (d) material properties for structural design, and (e)
reinforcement variables. Parameters relative to these categories are discussed below.
Traffic Load and Design Period. Based on City of Fort Worth Pavement Design Standards Manual
2005, and assuming the streets are classified as Major Arterial, we have estimated a traffic loading of
13,500,000 ESAL (18-Kip equivalent single axle load). This estimate is based on annual ESAL of
300,000, a growth rate of 2 .5 %, and a design life of 30 years in accordance with the City of Fort
Worth Pavement Design Standards Manual.
Reliability Level and Overall Standard Deviation. A reliability level (R) of 85 percent was selected
for the pavement design performance. A mean value of the overall standard deviation (S 0 ) was
selected to be 0.39 for rigid pavement.
Serviceability . The serviceability of a pavement is defined as its ability to serve the type of traffic
that uses the facility. The condition of the pavement after the performance period is characterized
by a Terminal Serviceability Index (Pt), which is a function of the pavement structure. We
recommend that a Terminal Serviceability Index of 2.5 be used for all pavements. Since the time at
which a given pavement structure reaches its terminal serviceability depends on traffic volume and
the original or initial serviceability (P 0 ), some consideration also must be given to the selection of
P 0 . As obtained at the AASHTO Road Test, a P O value of 4.5 was selected.
Drainage. The treatment for the expected level of drainage for a rigid pavement is through the use
of a drainage coefficient, Cd. A Cd value of 1.0 wa s selected for good quali ty o f drainage . We have
assumed that good quality drainage will be used on this project.
6
-
Load Transfer. The load transfer coefficient, J, is a factor used in rigid pavement design to account
for the ability of a concrete pavement structure to transfer load across discontinuities, such as joints .
Based on the values developed by AASHTO, a mean value of the load transfer coefficient G) of 2.7
was selected for the design of jointed reinforced concrete pavement with tied curbs.
Loss of Support. This factor, LS, was included in the design of rigid pavement to account for the
potential loss of support arising from sub base erosion and/ or differential vertical soil movement.
An LS value of 1.0 was selected according to the AASHTO suggestion for the condition of
stabilized soils beneath the pavement.
Effective Modulus of Subgrade Reaction. Based on an estimated California Bearing Ratio of 2.0 %,
we have estimated a subgrade resilient modulus of 3,000 psi. Based on the loss of support factor
(LS) described previously (LS=l.O), an effective modulus of subgrade reaction (k) was found to b~
52 pci.
Concrete Elastic Modulus and Modulus of Rupture. A mean value of 600 psi for S'c was selected
for the design.
A value of 3.42 x 106 psi was used for the modulus of elasticity of the concrete (Ee) using the
correlation recommended by the American Concrete Institute.
Ee= 57,000(fc) O.S
Where,
E e = elastic modulus of concrete in psi and,
f c = compressive strength of concrete in psi; a value of 3600 psi is used here.
7 .3 Rigid Pavement Thickness and Load Capacity
Based on the above parameters, a minimum of 10-inch thick concrete pavement is recommended
for a 30-year design life period. In addition, we recommend that eight inches of the subgrade soils
be stabilized with 6% lime at locations where the subgrade soils are cohesive (clays) and with lime-
flyash (2% lime, 8% flyash) at locations where the subgrade soils are cohesionless (clayey sands).
These percentages are provided for estimation purposes. The exact amount of lime or lime-flyash
shall be determined for subgrade soils by conducting laboratory tests on the exposed subgrade
material during construction.
Reinforcing Steel Requirement" Longitudinal and transverse reinforcing steel is required to resist
warping stresses in the pavement section and to hold pavement cracks that develop tightly closed . In
addition, reinforcement is required at pavement joints in order to prevent deflections across the
joint.
Recommendations for reinforcement at pavement joints are described in the AASHTO Pavement
Design Manual. The amount of longitudinal and transverse reinforcement required depends on the
distance between pavement joints. Various bar sizes and spacing's can be used to satisfy these
reinforcement requirements, and the overall cross-sectional area of steel (As) required per foot of
slab width can be calculated as follows:
A =FLW
s 2f s
7
Where:
As Required cross-sectional area of reinforcing steel per foot of width
F Coefficient of resistance between slab and subgrade
L Distance between free transverse joints or between free longitudinal edges,
feet
W Weight of pavement slab, psf
fs Allowable working stress in the steel, psi
Slab Length. This refers to the joint spacing or distance, L, between free transverse or longitudinal ·
joints.
Steel Working Stress . The allowable working stress (fs) in steel reinforcement is a value equivalent to
75 percent of the steel yield strength.
Friction Factor. This factor, F, represents the frictional resistance between the bottom of the slab
and the top of the underlying sub base or sub grade layer. Based on City of Fort Worth Pavement
Design Standards Manual 2005, Friction Factors between pavement slab and material beneath slab
shall be in accordance with Part II -Table 2.8 of the AASHTO Design Guide, except the friction
factor for natural subgrade shall be no less than 1.0. Based on the values recommended by
AASHTO, a friction factor of 1.8 can be used for the condition of stabilized soils beneath the
pavement.
Steel Requirements. The design consultant should determine reinforcing schedule after the joint
spacing (Lin the equation above) is determined .
Based on City of Fort Worth Pavement Design Standards Manual 2005, all rigid pavements shall be
jointed reinforced concrete pavements CTRCP) or continuously reinforced concrete pavements
(CRCP). Only steel reinforcement will be allowed. No plain jointed concrete pavements CTCP) will
be allowed. Continuously reinforced concrete pavements (CRCP) will be allowed only if approved in
advance in writing by the Engineer.
Reinforcement for JRCP shall be designed in accordance with Part II -Section 3.4 of the AASHTO
Design Guide, except maximum spacing for number 3 reinforcing bars shall be 24 inches center to
center, and for larger bars the maximum spacing shall be 36 inches center to center.
Reinforcement for CRCP (if CRCP is allowed by the Engineer) shall be designed in accordance with
Part II -Section 3.4 of the AASHTO Design Guide, except transverse reinforcement shall have a
maximum spacing for number 3 reinforcing bars of 24 inches center to center, and for larger bars
the maximum spacing shall be 36 inches center to center.
7.4 Preparation of Suhgrade
The subgrade soils along the pavement alignment generally consist of both cohesive and
cohesionless soils. We recommend that at least eight inches of the subgrade be stabilized.
Stabilization of the subgrade should increase the modulus of subgrade reaction and provide
8
-
subgrade stability for construction during inclement weather. In addition, subgrade stabilization
should enhance long-term pavement performance by reducing the tendency of the soil to displace by
pumping. We recommend the following procedures for subgrade preparation.
1. Clear the existing pavement section.
2. Strip the surface soil to suitable depths. In areas where soft, compressible or loose soils
are encountered, additional stripping may be required. Stripping should extend a
minimum of two feet beyond the edge of the proposed pavement where possible .
3. Surfaces exposed after stripping should be proof-rolled in accordance with TxDOT
Standard Specification Item 216 or equivalent City of Fort Worth specification. · If
rutting develops, tire pressures should be reduced. The purpose of the proof-rolling
operation is to identify any underlying zones or pockets of soft soils and to remove such
weak materials.
4. Before stabilizing the subgrade, scarify the upper eight inches of exposed surface as
required, mix with lime where cohesive soils are encountered or lime-fl yas h where
cohesionless soils are encountered, and compact it to 95 percent of standard proctor
maximum dry density (ASTM D698). The amount of lime or lime-fl yas h shall be
determined for subgrade soils by conducting laboratory tests on the exposed subgrade
material during construction.
8 DESIGN REVIEW
HVJ Associates, Inc. should review the design and construction plans and specifications prior to
release to make certain that the geotechnical recommendations and design criteria presented herein
have been properly interpreted.
9 LIMITATIONS
This investigation was performed for the exclusive use of Freese and Nichols, Inc. for the proposed
Harley Avenue Street reconstruction in Fort Worth, Texas. HVJ Associates, Inc. has endeavored to
comply with generally accepted geotechnical engineering practice common in the local area. HVJ
Asso ciates, Inc. makes no warranty, express or implied. The analyses and recommendations
contained in this report are based on data obtained from subsurface exploration, laboratory testing,
the project information provided to us and our experience with similar soils and site conditions. The
methods used indicate subsurface conditions only at the specific locations where samples were
obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be
relied on to ac curately reflect the strata variations that usually exist between sampling locations.
Should any subsurface conditions other than those described in our boring logs be encountered,
HVJ Associates, Inc. should be immediately notified so that further investigation and supplemental
recommendations can be provided.
9
PLATES
t
Map Source: geodata.gov
US Maps & Data
DATE: 3/11 /10
9200 Kin i Arthur Or.
Dallas,TX75247
21 4-678-0227
2 14 -678-0228 Fax
APPROVED BY :
FF
PREPARED BY:
RE
STREET RECONSTRUCTION-HARLEY A VENUE, FW
SITE VICINITY
PROJECT NO.: DG-09-18060 DRAWING NO .: PLATE I
t Source: Geologic Atlas of Texas Dallas Sheet
UT Austin Bureau of Economic Geology
DATE : 3/11/10
9200 K.in2 Arthw Dr .
Dallas , TX 7S247
2 14-678.0227
214-678.0228 Fax
APPROVED BY :
FF
PRE PARED BY :
RE
STRE ET RECONSTRUCTION-HARLEY A VENUE , FW
GEOLOGY MAP
PROJECT NO.: DRAWING NO .:
DG-09-18060 PLATE2
~
,,..
:5.. JV'
... -
• ~
-.......
-,
:--',
=
co
C -,
:::,
CD ,-+
~ :::, a.
'<
0 -, <' CD
Date 03/12/20 I 0
C
:::, <" CD -,
Cl)
~
0 -, <' CD
9200 Ki.ng Art hu r Dr .
Dallas, TX 752~7
214-678-022 7
214-678-0228 Fu
APPROVED BY:
FF
PREPARED BY :
MC
PLAN OF BORINGS
Harley A venue. RIP Johnson to University Drive
PROJECT NO : DRAWING NO :
Not to Scale DG-09-18060 PLATE3
Work Order#: 365316
Analyst: JOR
(~ ____ B_S_I _B_S_D_R_e_c_ov_e_r_ie_s ____ ~)
Project Name: Harley Raod
Project ID: DG-09-18060
Date Analyzed: 03 /12/2010
Lab Batch ID: 797804 Sample: 797804-1-BKS
Date Prepared: 03 /12 /2010
Batch#: 1 Matrix: Solid
Units: mg/kg BLANK /BLANK SPIKE/ BLANK SPIKE DUPLICATE RECOVERY STUDY
Sulfate by SW-846 9038 Blank Spike Blank Blank Spike Blank Blk. Spk Control Control
Sample Result Added Spike Spike Added Spike Dup. RPD Limits Limits
(A) Result %R Duplicate %R % %R %RPO
Analytes IBJ ICJ (DJ IE) Result IF) IGJ
Sulfate <1.00 20.0 20.4 102 20 20.0 100 2 80-120 20
Analyst: JOR
Lab Batch ID: 797800 Sample: 797800-1-BKS
Date Prepared: 03 /12/2010
Batch#:
Date Analyzed: 03/12/2010
Matrix: Solid
Units: mg/kg
Total Chloride by EPA 325.3
Analytes
Chloride
Re lati ve Percent Difference RPD = 200*1(C-F)/(C+F)I
Blank Spike Recovery [DJ = lOO*(C)/[B)
Blank Spike Duplicate Recovery [GJ = IOO*(F)/[E)
All re sults are based on MDL and Validated for QC Purposes
Blank
Sample Result
(A]
<5.00
BLANK /BLANK SPIKE / BLANK SPIKE DUPLICATE RECOVERY STUDY
Spike Blank Blank Spike Blank Blk. Spk Control Control
Added Spike Spike Added Spike Dup. RPD Limits Limits
Result %R Duplicate %R % %R %RPO
(BJ ICJ (DJ (EJ Result IF) IGJ
50.0 50.5 101 50 53 .0 106 s 75-125 30
Page 6 of 10 Final Ver. 1 .000
·{
Flag
Flag
Work Order#: 3653 16
Lab Batch ID: 797804
Date Analyzed: 03/12/2010
Reporting Units: mg/kg
Sulfate by SW-846 9038
Analytes
Sulfate
Lab Batch ID: 797800
Date Analyzed: 03/12/2010
Reporting Units: mg/kg
Total Chloride by EPA325.3
Analytes
Chl ori de
Matrix Spike Percent Recovery [D J = lOO*(C-A)/B
Relative Percent Difference RPD = 200 *1(C-F)/(C+F)I
l ...... ___ F_o_r_m_3_-_M_S_I_M_S_D_R_ec_o_v_e_r_ie_s __ _____.Jl
Project Name: Harley Raod
Project ID : DG-09-18060
QC-Sample ID: 365316-001 S
Date Prepared: 03/12/2010
Batch #: Matrix: Soil
Analyst: JOR
MA TRIX SPIKE/ MA TRIX SPIKE DUPLICATE RECOVERY STUDY
Parent Spiked Sample
Sample Spike Result
Res ult Added [CJ
[Al [BJ
117 200 315
QC-Sample ID: 365316-001 S
Date Prepared: 03/12/2010
Spiked Duplicate Spiked Control
Sample Spike Spiked Sample Dup. RPD Limits
%R Added Res ult [Fl %R % %R
[DJ [El [GI
99 200 319 IOI I 80-120
Batch #: Matrix: Soil
Analyst: JOR
MA TRIX SPIKE/ MA TRIX SPIKE DUPLICATE RECOVERY STUDY
Parent Spiked Sample Spiked Duplicate Spiked Control
Sample Spike Result Sample Spike Spiked Sample Dup. RPD Limits
Result Added [CJ %R Added Result [F] %R % %R
[A] [BJ [DJ [E] [G]
<50.0 500 545 109 500 530 106 3 75-125
Matrix Spike Duplicate Percent Recovery (GJ = lOO*(F-A)/E
ND = Not Detected, J = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, I = Interference, NA = Not
ApplicableN = See Narrative, EQL = Estimated Quantitation Limit
Page 7 of 10 Final Ver. 1.000
Control
Limits Flag
%RPO
20
Control
Limits Flag
%RPO
30
l ____ Sa_m---=-p_le_D_u-=--p_li_ca_t_e_R_e_c_o_v_er....;;.y ____ J
Project Name: Harley Raod
Work Order#: 3653 16
Lab Batch #: 797879
Date A nalyzed : 03 /12/20 10
QC-Sample ID: 3653 16-0 01 D
Da te Pre pared : 03/12/20 10
Batch #: I
Project ID: DG-09 -1 8060
A nalys t :JOH
Matrix : Soil
Reporting Units: SU SA MPLE / SAMPLE DUPLICATE RECOVERY
Soil pH by SW-846 9045C Parent Sa mpl e Sa mpl e Co nt ro l
Re s ult Duplicate RPD Li mits Fla g
IA ) Res ult o/o RPD
Analyte IBJ
pH 8.25 8.36 I 20
S pike Relati ve Diffe rence RPO 200 • 1 (B·A)/(B+A) I
Al l Resu lts are based on MDL and validated fo r QC purposes.
BRL -Be low Re porting Limi t
Page 8 of 10 Fin al Ver. 1.000
._, ___ .· ....•
~-· . :
+O:.
'" 1. --~ ..._ ~01 Harry Hines Blvd ., Dallas. Tx 75220 214-902-0300
0 4143 Greenhnar Drive, Stafford. h 77•177 :?o l -~40-4200
0 5332 Blackber ry Drive , San Ant ,,nio, Tx 78238 210-509-3334
·, Co'i'flpany-CltY, Phone
· :; i '\J ,1 i !o t1 c,. ~_s '2.1 4--6 1 f? -0 '1-'L 1
ANALY ',,'.:i REQUEST & CHAIN OF CUSTODY RECORD
D 126Wl West 1-20 Ea ,., ,;,1es,a. Tx 7U765 4.,,-569-1800
0 842 Cantwe ll, Corp w ~.
Lab Only:
~
•i, Tx 78408 361-ri:4-0371 Serial #: r.:'. 4 0 8 b ~ Page
TA h 12h 24 h 48h 3J Sd 7d 10d 2 1d Standard TAT is project specific.
It is typi ca lly 5-7 Working Days for level II ;.,,d 10+ W orking days for level Ill and IV data .
of
·fr · -~me-Location O Previously done at XENCO Project ID
i _.·_:.:~_~_f.-__ -_:· ·~He~--'~(),cl -Jw __________
1
___ . ________ '.D ~ -_oq_ -_ ~Ro 60 __________ _
':,t ~State:· ~AL, FL ,GA, LA . MS, NC, ProJ. Man~ger ,J!'M) ,
<:.·· ~~. sc. __ N • UT Other--------------___ f~ ,_. _ l:~ ~ ~----------------------------
, Remarks ~
~ .. ' ~Mai~:Results to ..a-PM and () . , ~ Fax No:
J!\1P-e..~1'$~_e-.a_~-~--t.R~'m.J._@hvJ:.~9~-----~-~~-~--G_J.K::_Q_~~
',:'-··
~ to . 0 Accounting D Inc. Invoice-wrih Final Report D Invoice must h ave a P . O
~~~-~lI.i11$_g_(iQ_r.f2J-=_9-2_1!.!LL<..~n3-A:dh~'.C-~-~~-~~lL<U_IT.i::JA!
; ·',::,. /Pricing: ---------------------------P.O No:_] 0 U O j) __ o Call for P.a. ____________ _
, ~trognlm: UST ORY-CLEAN Land-Fill Waste-Oisp NPOES OW TRRP
't !?:.1)· .
. PP . P..;r-Contract CLP AFCEE _NAVY_ DOE_ 000 USACE _OTHER:---------------------
~Jal DLs ( GW OW QAPP _ MDLs _ RLs _ See Lab PM _Included_ Call PM ) -----------------
Sample ID
i
j
' •·
: I I . i~I 1·~ i
i e' !-g
'0 . ._ :u C)
!
e ..
C ·;;
c
0 u ..
-I ..
N ! iii
~
i
Cl)
C ·;;
c
0 u
j:B, .,
' ·!
i
.,
i Q. .,
>, Cl) I->
~ .,
Cl) ..
C c:: ] ! Cl)
C ..
0 :!! u 0..
Pj
s : .L
8
9 .
-······ --
I .
i
i
i
-I
-1 I
.L
I
j •••
Date & Time nelinquished to ( Initials ancJ Sign)
/'
Time Tot;,I Conta in e rs per COC : i :ooler Temp:
1/)
ro
'O
QJ e n. n.
cp r
QJ ' a.
u:
(I)
iii
0
c
' 'O ' 'O
' <(
·1 ·t): 'J Ju/ IC '2) Upon signings this COG you accepl XENCO terms and Conditions unless otherwise
:·.;,·,,. .. -.. ,~ .• '..', .. 3_'. __ i~_·._;,_:i _·.··-.. i :4 ) . agreed on writ ing . Repo rts are the Intellectu al Prorerty or XENCO until paid . Samples
. ~---will l>e hel d 30 da ys aft ,,r final report is e-mniled unless hereby requested . Rush
:.'.. :c'.l~ · · '6) I,_ _:._, __DQ2.;,a,.._C_h_a_,9:.e_s_a_n_d_C_o_ne_c_·ti_on_,_F_ee_s_n_r_e '"'p_re_-a-'-p-"-p_ro_v_ed_if _n_ee_d_e_d_. --------~
/,Preservatives : Various (V). HCI pH<2 (H), H2 S04 pH <2 (S), HN03 pH<2 (N), Asbc Ac:icl&NaOH (A), ZnAc&NaOH (Z), (( ,·>1.<4C) (Cl. t l,,ne (NA). Se.e Label (L), Other (0) _. ___ _
. <;~nt size: 4oz(4). 8oz(8), 32oz (32), 40ml VOA (40), 1L (1), 500ml (5), Tcdlar Bag (B ). Various (V). Othe r __ _
··;;/ .. /··('_:· . . ... /;' '.~1 i i Wt~:~[:;tl:.J.tuct (P), Solid(~), Water (v:i, ~iquid (L) . Committed to Exrf'llence in Servic e and Quality. . . www.xenco .com
,~ ;_ .• 1{~,-;Slgnature of this dOCUIJ'lent _and.!J!hOQU!Shmept of these samples constitutes a valld purchase order fro1o1 r lient company 10 Xenco Laboratorie s and IIS al1 11iates,
.. • '-~ .,. ,· •.. ~. . • '"":'•-=.:.::--;,, ·-.:1', ...l·~ ..... ;,, .· .-i!lift··,.,,·. .. • . · ... • •
· ._. '· -~ .• ,·, ··-..:~ :.-.:i..:.-v....,...,,• .... tAnti~rd terms and conditions of service unle~:. previoiusly neg,,tiated under a fully executed client contract.
__Con t. Ty pe : Glass Amb (A), Glass Clear (C), Plastic (P), Various (V)
2
3
4
5
6
7
8
9
10
. ,,.,.
'';~;,; Prelogin / Nonconforman:.: Report -s ~ '.1ple Log-In
Clieni:H'1/ _) '
Date/Time: -;3/;il; D
Lab ID#: 56 ;z,3/6-Q
Initials: ;:, , 7
Sample Receipt Checklist
I 1. Samples on ice? _B...:.l_u.;_e_-'---_W_a_te_r _ _,e_--'! ____ _
iz. Shipping comain e r in good condition ? -Yes) No None I
c.:i 3:..:·--=C:..:u:..:s.:..:t-=o-=d_.,_y--=s-=e-=a.:.:I s:...:.:.in:...:t.::.a.::.ct:....o~n--=s"-h"'--ipL-1.C-p~i n~g,_c_o_n_ta_i_n_e_r _,_( c_o_o_l_c_r)'-a_n_d_b-'o-'-t'"'"tl.c..es.c..?_. --~--Y_e_s_--;-__ N_o ____ ]ZE-"'-=I-A=)-'-------~
14. Chain of Custody present? -~ No
I L ,,
_ 5. Sample in st··.:c~:c ns c :::-r::Jl e tc c .~ c ~:::i n c; c :.;::::: ·'
~--:~i 'J'----IT._.!s_s_i_n~a_/_e_x_t_rn_s_a_rr._.~_l c_·,_': .. _? ___________________ Y ~ ·=:
I 17 . Chain of custody s i gned when relinquished/ received? No
'· ..... _~.,,,,,,-
18. Chain of custody aqrees with sample label(s)? t :::3 ·
10. Sam ? No
11. Sam No
12. Sam reserved? Yes No
13. Sam le container intact? No
,14 . Sufficient sampl!? amount for indicrit!?d t e stis \? ------~-e_s~/ ______ N_o ____________________________ _
i ---= I
:1s. All samples received within sufficient hold time? W No
I
16. Subcontract of sam le(s ? Yes No
, 17. VOC sample have zero head space? Yes No
! 18. Cooler 1 No . I Cooler 2 ~-b . ! Cooler 3 No . i Cooler 4 No. Cooler 5 No. ----~-----------------
lbsl 0 cl lbs l 0 ci lbs ! 0 cl lbs i °C : lbs ·
Nonconformance Documentation
Contact: __________ _ Contacted by : ___________ _ D.ite/Time : ________ _
Regarding:
Corrective Action Taken:
Check all that apply :
·.-';..:·'. ...
.
D Client understands and would like to proceed with analysis
.-D Cooling process. had ,begun ~t,ortly afh::ir sam.P.ling eyent -?~-· ... ·.-·:>:·r;J::.1,.>·~·::: .-._,;-,;_-·-,,:y_.~ -• _.;\ .. -.· .. ,·.;~·-.... _.-:· ........ · .· .• ··-.-·>·\:~·": ---.. ·'
:: ~ .
UNIT I
(Water and Sanitary Sewer Improvements)
CATHODIC PROTECTION STUDY
--
UNIT I
(Water and Sanitary Sewer Improvements)
PAVEMENT SECTION
,,
CITY OF FORT WORTH
Project: Harley Ave Paving, Drainage, Water, and Sanitary Sewer Line
Improvements Units I & II
DOE No: 5380
The following pavement information is based off of previous projects
Pavement cores were not performed on these streets
LOCATION: Burnett Tandy
7" PCC
6" Brown Stabilizer
ATTERBURG LIMITS: LL: PL: PI: SHRKG: Q9'-• 0
MUNSELL COLOR CHART: Yr.
UNIT WEIGHT: N/A #/CFT
LOCATION: Rip Johnson
7" PCC
6" Brown Stabilizer
,ATTERBURG LIMITS: LL: PL: PI : SHRKG: Q9'-• 0
MUNSELL COLOR CHART: Yr.
UNIT WEIGHT : N/A #/CFT
LOCATION: Crestline
2" HMAC
8" Brown Stabilizer
ATTERBURG LIMITS: LL: PL: PI: SHRKG: Q9'-• 0
MUNSELL COLOR CHART: Yr.
UNIT WEIGHT : N/A #/CFT
LOCATION: W.R. Watt
7 " PCC
6" Brown Stabilizer
ATTERBURG LIMITS : LL: PL: PI: SHRKG: Q9'-• 0
MUNSELL COLOR CHART: Yr.
UNIT WEIGHT: N/A #/CFT