HomeMy WebLinkAboutContract 42065[
r
I
CITY SECRETARY I //) AV --·
CONTRACT NO . "'f (7""V )
....
FORT WORTH
WATER
07 -29 -1 1
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
PO 1 : 16 IN
M&C Review Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
FORT WORT H
~
COUNCIL ACTION: Approved on 7/19/2011
DATE: 7/19/2011 REFERENCE NO.: **C-25030 LOG NAME: 60SOUTHSIDE PUMP
STATION
CODE: C TYPE: CONSENT PUBLIC
HEARING: NO
SUBJECT: Authorize Execution of a Contract in the Amount of $776 ,350.00 with Steve Dake
Construction , Inc. d/b/a Dake Construction for the Southside Pump Station Replacement
Project (COUNCIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with Steve
Dake Construction , Inc. d/b/a Dake Construction in the amount of $776 ,350 .00 for the Southside
Pump Station Replacement Project.
DISCUSSION:
The ex isting Southside Pump Station was constructed in 194 7 consisting of two pumps with a total
capacity of 10 million gallons per day that convey water to the southside of Fort Worth. The existing
pump station needs to be replaced due to the condition of the wood frame pump station building and
the age of the piping . The new pump station will be located in close proximity to the existing pump
station , which will allow the existing station to remain in service while the new pump station is being
built. The new pump station will include higher efficiency pumps and motors , upgraded electrical
service and switchgear , and new piping , valves and fittings . Upon completion of the new pump
station , the existing pump station w ill be demolished and removed .
The project was advertised for bid in the Fort Worth Star-Telegram on March 24 , 2011 and March 31,
2011. On April 21 , 2011 , the following n ine bids were received:
BIDDER TOTAL BID CONTRACT TIME
Steve Dake Construction, Inc. $776,350.00 270 Calendar Days
Legacy Contract ing $784,475 .00 p======================
Fryer Construction 03 ,875 .00
Associated Construction Partners 16,750.00
MELA Contractin 0 .00
J.S. Haren Company $854,000 .00
!Gracon Construction 1!$854 ,700.00
!Archer Western 1!$865,750.00
In addition to the contract cost, $23 ,650.00 is provided for project contingencies and $20 ,000.00 is
provided for staff inspection.
Steve Dake Construction , Inc. dba Dake Construction , is in compliance with the City's M/WBE
Ordinance by committing to 18 percent M/WBE participation. The City's goal on this project is 17
http ://app s.cfw net.org/council_packet/mc_re view .as p ?ID =l5 2 76&counci ld ate=7/19 /20 11 8/1 /2 011
M&C Review Page 2 of2
percent.
This project is located in COUNCIL DISTRICT 9. The address of the pump station is 1800 West
Waggaman Street.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated , of the Water Capital Projects Fund.
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
P265 541200 609160057480 $776.350.00
Fernando Costa (6122)
S. Frank Crumb (8207)
Chris Harder (8293)
·---------------------------·-··--·---------------··---· -----
ATTACHMENTS
60SOUTHSIDE PUMP STATION MAP 2.pdf
60SOUTHSIDE PUMP STATION maP.,Qdf
http://apps.cfwnet.org/council_packet/mc _review.asp?ID= l 5276&councildate=7 /l 9/2011 8/1/2011
ADDENDUM NO. 2
CITY OF FORT WORTH
WATER DEPARTMENT
C ULTURAL DISTRICT/ WILL ROGERS WATER AND SANITARY SEWER IMPROVEMENTS,
PART 2 -KIMBELL ART MUSEUM EXPANSION
City Project No . 01468
DOE No . 6609
Addendum No. 2. Is sue Date: April 7, 2011
Revised Bid Receipt Date: April 14 , 2011
T his add endum fo nns part of the co ntract doc ument s referenced above and modifie s the original Co ntract
Docum ent s. Ackn o wl edge receipt of this addendum by signing and attaching it to the Contract Do c uments
(in s id e ). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid .
CLARIFICATIONS
• Concrete Pa ving Widths
o Water Line A
• Co ncrete Paving Repair in Lanca ster Ave is to be full pan e l replacement per detail
STR-031 M/25 .
o Water Line B
• Co ncrete Paving Repair in Will Rogers Rd north of Lanca ster Ave is to be tren c h
repair per det a il STR-0 3 1 M/2 5 .
• Concrete Paving Repair in La nca ster Ave and Will Rogers Rd south of La ncaster
Ave is to be full panel replacement per det a il STR-031 M/2 5 .
• Res traint le ngth s
o Re straint lengths differ du e to pipe material selected and the restraint require me nts set forth
w ith each pipe material 's as sociated manual of water supply practice .
• Co ndu it and Cable Con struction
o Re pl acem ent conduit and cable for the affected street light s along Camp Bo w ie Bl vd are
in c luded in this contra ct. In stallation of the street li ghts a nd their found ation s are not
in c luded in this co ntract.
• Sp ec ifi cation Section D-50 Ex ploratory Exca vation (D-HOL E)
o If excav ation ha s a lr ea dy begun in a n a rea, no pa yment for D-hol es will be a llowed in the
sa me are a .
SPECIFICATIONS
• Part 4 .1 -Bi d Pro posa l
o DELETE th e Pro posa l, B-1 to B-22, in it s entir ety a nd REPL ACE w ith ·'Prop osa l -
Ad dendum No . 2, B-1 R to B-23 R" as attached .
CONSTR UC TIO N PLANS
• S hee t 3 -Proj ec t S pe ci fi c and Sewe r Genera l Notes
o Projec t Sp ec ifi c Note 19
DELET E Proj ec t S pe c ifi c No te 19 , in its ent ir ety.
ADDENDUM NO. 2
ADDENDUM NO. 2
o Project Specific Note 21
DELETE Project Specific Note 21, in it s entirety and REPLACE with the following :
21 . CONT RACTOR SHALL NOT STORE EXCESS IVE AMOUNTS OF PIP E AND
APPU RT ENANCES ALONG THE WATER LIN E RO UTE. MATERIALS ALLOWED
TO BE STORED WITHIN WORK ZONE SHALL ONLY IN CLUDE THOSE
MATERIALS REQU IR ED FOR CONSTRUCTION WITHIN SAID WORK ZONE .
o Project Specific Note 29
DELETE Project Specific Note 29, in its entirety and REPLACE with the following :
29 . THE CONTRACTOR SHALL BE RESPONSIBLE FOR FOLLOWING THE
GENERAL INTENT OF THE SEQUENCING AS SHOWN IN THESE PLANS. THE
SEQUENCING IS NOT AN ALL INCLUSIVE LIST OF THE ITEMS THAT WILL BE
REQUIRED TO COMPLETE THE WORK . THE SEQUENCING INCLUDED IN THE
PLANS IS RECOMMENDED. ALTERNATE SEQUENCING MAY BE SUBMITTED
BY THE CONTRACTOR FOR REVIEW AND APPROVAL BY THE CITY. THE
INTENT OF THE SEQUENCING IS TO MAINTAIN WATER SERVICE IN THE
EXISTING TRANSMISSION SYSTEM. THE CONTRACTOR MAY USE MULTIPLE
CREWS TO ACCOMPLISH THE WORK. THE CONTRACTOR SHALL SUBMIT A
WRITTEN PLAN TO USE MULTIPLE CREWS AND ANY CHANGES MADE TO THE
SEQUENCING. THE CITY SHALL HAVE THE SOLE AUTHORITY TO DETERMINE
IF THE INTENT OF THE SEQUENCING AND TRAFFIC CONTROL ARE
MAINTAINED.
o Project Specific Note 31
DELETE Project Specific Note 31, in its entirety and REPLACE with the following:
3 1. SITE AND SURFACE REPAIR SHOULD BE COMPLETED IN ACCORDANCE
WITH THE SHUTDOWN AND SEQUENCING, UNLESS OTHERWISE APPROVED
BY THE INSPECTOR . SURFACE RESTORATION MUST BE COMPLETED TO THE
CITY 'S SATISFACTION . IF THE CITY DETERMINES THAT SITE RESTORATION IS
NOT OCCURRING IN A TIMELY FASHION , THE CITY MAY DEFER FURTHER PIPE
INSTALLATION ACTIVITIES, UNTIL SURFACE RESTORATION IS COMPLETE .
• Sheet 33 -Traffic Control Plan Detail I -Line C
o REPLACE Plan Sheet 33 in its e ntirety with Shee t 33A as attach ed.
• Sheet 45 -Water Line No . 2
o DELETE the 20" Cleani ng Wye from the callout at Sta . I + 15 .00 of Line No . 2 th at reads as
follows:
"(I) 20 ''x20'' CLEAN I G WY E (PER C ITY STDS.)
ADDENDUM NO. 2
ADDENDUM NO. 2
A II other provi s io ns o f the contract documents , plans and specifications s hall remain unchanged .
Failure to return a sig ned copy o f the addendum with th e Propo sa l shall be grounds for re nd e rin g the bid
no n-re s pons ive . A s igned copy of thi s addendum shall be pl ace d into the Proposal a t th e time o f bid
s ubmittal.
Water Department
S. Frank Crumb, P.E.
Director { /
sy ToA'J r;h • l &.
Tony SholoG; P.E.
Engineering Manager (Water Dept.)
ADDENDUM NO. 2
/.:. ·I,, ·~· '
-~. ~, .,.
·:-.
:·:-·· .. , .·.
::·; <\.-;.. ... ··:·· ,.· .,
·\'._~~ \_. " / ~;\_...-.-
CITY OF FORT WORTH, TEXAS
CULTURAL DISTRICT/ WILL ROGERS WATER AND SANITARY SEWER
IMPROVEMENTS, PART 2 -KIMBELL ART MUSEUM EXPANSION
MARCH 2011
Jenifer Tatum, P.E.
Kimley-Horn and Associates, Inc .
TBPE Reg # F-298 __ .... ,,,,,,,,
---'\ ~ OF T ,, Water and Sanitary
801 Cherry Street, Unit 11
Suite 950
Fort Worth, TX 76102
Jeffrey Taylor, P.E.
Dunaway
TBPE Reg# F-1114
550 Bailey Ave
Suite 400
Fort Worth, TX 76107
-... h.. ••••••• t I. ,,
-,r •• *••1..d I 'C::, •• •.-, ' ;' .. •.u', ;' • l ... • ,,
~ • • • I , ................. :.:.,
:. JENIFER TATUM ~ " •• !t ••••••••••••••••• ,
,, °j\ ... 87915 /fE f
I O "• <'; Q .• W ~~
'1-<}.."• •• ~fNS~ ••• • ~{'""
I\ "~c. • • • •••~Q> -,,,ulONA\. ~,-:,-/ ,
,,,,,,~ ~\~\~
For Kimbell Art Museum
Expansion Area Water and
Sewer Improvements
For Gendy Street Rehab
Area Water Improvements
TABLE OF CONTENTS
01 -Project Information 0 1.1 -Title Page MS-Word
0 1.2 -Location Maps pdf
02 -Front End Documents 0 2.1 -Table of Contents MS-Word
0 2.2 -Notice to Bidders MS-Word
0 2.3 -Comprehensive Notice MS-Word
to Bidders
0 2.4 -Special Instructions to pdf
Bidders (water-sewer)
0 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
0 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
03 -MWBE Documentation 0 3.1 -MWBE Special pdf
Instructions
0 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
0 3.3 -MWBE Prime Contractor pdf
Waiver
0 3.4 -MWBE Good Faith Effort pdf
0 3.5 -MWBE Joint Venture pdf
04 -Bid Package 0 4.1 -Bid Proposal Workbook MS-Excel
0 4.3 -Bid Schedule MS -Excel
0 4.4 -List of Fittings MS-Excel
0 4.5 -Pre-Qualified Contractor MS-Excel
List
05-General and Special Conditions 0 5.1 -Part C General pdf
Conditions (water -sewer)
0 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
0 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
0 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
0 5.5 -Part E Specifications pdf
0 5.6 -Special Provisions
(paving -drainage)
0 5.7 -Wage Rates pdf
0 5.8 -Compliance with and pdf
Enforcement of Prevailing
Wage Rates
0 5.9 -Standard Details (water-dwf
sewer)
0 5.10 -Standard Details dwf
(paving-drainage)
City of Fort Worth , Texas
Table of Contents
PMO Re lease D ate: 06 .10 .2010
Page 1 of 2
TABLE OF CONTENTS
06 -Technical Specifications
07 -Contracts, Bonds and Insurance
08 -Appendices
09-Addenda
City of Fort Worth, Texas
Table of Contents
PMO Release Date : 06.10.2010
Page 2 of 2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Technical Specs Index
6.1 Technical Specifications
7.1 -Certificate of Insurance
7.2 -Contractor Compliance
With Workers' Compensation
Law
7 .3 -Conflict of Interest
Questionnaire
7.4 -Performance Bond
7 .5 -Payment Bond
7.6 -Maintenance Bond
7.7 -City of Fort Worth
Contract
Easements Index
Permits Index
Reports Index
Pavement Cores
Fort Worth Lawn and
Sprinkler Proposal
Addenda Index
pdf
pdf
MS-Word
pdf
pdf
pdf
pdf
pdf
pdf
Pdf
NOTICE TO BIDDERS
Sealed proposals for the following:
Cultural District/ Will Rogers Water and
Sanitary Sewer Improvements, Part 2 -Kimbell Art Museum Expansion
City Project No. 01468
Water Project No. P265-607170146887, Sewer Project No. P275-707170146887
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 7, 2011 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 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 :
Section A (Water): 1,190 L.F. 36" Water Line, 45 L.F.30" Water Line, 115 L.F. 20" Water
Line, 2,680 L.F. 12" Water Line, 40 L.F. 12" Water Line in 24"
Casing By Other Than Open Cut
Section B (Sanitary Sewer): 225 L.F. 8" Sewer Line
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. It shall be the bidding contractor's sole
responsibility to verify they have received and considered all addenda, prior to submitting a
bid .
The water and sanitary sewer work must be performed by a contractor that is pre-qualified by
the Water Department at the time of the bid opening. A general contractor, who is not pre-
qualified by the Water Department, must employ the services of a subcontractor who is pre-
qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders
(Water-Sewer)".
For additional information , please contact Jenifer Tatum, P.E., with Kimley-Horn and
Associates, Inc . at Telephone Number: (817) 335-6511 or by email: jenifer.tatum@kimley-
horn .com, and/or John Kasavich, Project Manager, Water Department at (817) 392-8480 or by
email : john.kasavich@fotworthgov.org .
A pre-bid conference will be held on March 29, 2011 at 1 :30 p.m ., in the Water Department
Conference Room 225 (2nd Floor City Hall). Bidders are encouraged to review the plans and
specifications prior to the pre-bid conference .
Advertising Dates :
March 10, 2011
March 17, 2011
Rev 2-2-10_ TPW
NB-1
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
Cultural District / Will Rogers Water and
Sanitary Sewer Improvements, Part 2 -Kimbell Art Museum Expansion
City Project No. 01468
Water Project No. P265-607170146887, Sewer Project No. P275-707170146887
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1 :30 PM, Thursday, April 7, 2011 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 at the office of the design engineer Kimley-Hom 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:
Section A (Water)
1,190 L.F. 36" Water Line
45 L.F. 30" Water Line
115 L.F. 20"WaterLine
2,680 L.F. 12" Water Line
40 L.F. 12" Water Line in 24" Casing By Other Than Open Cut
Section B (Sanitary Sewer)
225 L.F. 8" Sewer Line
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General
Contract Documents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State
of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort
Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices.
Bid security is required in accordance with the Special Instruction to Bidders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities .
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of
contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. 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
Rev 212110_ TPW
CNB-1
COMPREHENSIVE NOTICE TO BIDDERS
MBE/WBE UTILIZATION FORM , SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME
CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate . The Documentation must be received no later than 5 :00 p .m ., five (5) City
of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation. Failure to comply shall render the bid non-responsive.
The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water
Department at the time of the bid opening . A general contractor, who is not pre-qualified by the Water
Department, must employ the services of a subcontractor who is pre-qualified . The procedure for pre-
qual ification is outlined in the "Special Instructions to Bidders (Water-Sewer)".
SUBMISSION OF BID AND AWARD OF CONTRACT
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 Water 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.
A pre-bid conference will be held on March 29, 2011 at 1 :30 p .m ., in the Water Department Conference Room
225 (2"d Floor City Hall). Bidders are encouraged to review the plans and specifications prior to the pre-bid
conference .
For additional information , please contact Jenifer Tatum, P. E., with Kimley-Horn and Associates, Inc. at (817)
335-6511 or by email : Jen ifer.Tatum@Kimley-Horn .com, and/or John Kasav ich , Project Manager, Water
Department at (817) 392-8480 or by email : john.kasavich@fotworthgov.org.
TOM HIGGINS /
INTERIM CITY MANAGERBy: Joft .1 ~ LLb
Advertising Dates:
March 10, 2011
March 17, 2011
Rev 212110_ TPW
Tony Sholola , P.E
Water Department
CNB -2
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTIONS TO BIDDERS
I) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation : a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the d a te of the openin g of bids .
a) The financial statement required sh a ll h a ve been prepared by an independent certified public
accountant or an independent public accountant holding a valid p ermit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (I) 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 mus t reflect the
experience of the firm seeking qualification in work of both the sa me 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.
t) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered .
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received . Failure to notify shall not be a waiver of any necessary prequalification .
2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond , payable to the City of Fort
Worth, in an amount of not less than five (5 %) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas.
In addition, the surety must (I) 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 ofa 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.
3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3 .7.
09/10/04
4. WAGE RA TES:
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 CI : Supplementary Conditions To Part C
-General Conditions, pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times .
5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal .
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications . The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8 . PAYMENT: If the bid amount is $25,000 .00 or less, the contract amount shall be paid within forty-
five ( 45) calendar days after completion and acceptance by the City.
9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees , program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms, conditions
09/10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with, or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced Jaws 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 W AIYER 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 ofnot less than three (3)
years .
12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a . The contractor will receive full payment (less retainage) from the city for each pay period.
09/10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete .
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days .
09/10/04 4
FORT°WORTH
"'--z • W a __.. City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE oal is not applicable.
POLICY STATEMENT
It is the policy of the C ity of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) i n the procurement of all goods and services to the City on a contractual basis . All requ i rements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The C ity's M/WBE goal on this project is 14 % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On C ity contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation , or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the followin
for the entire bid to be considered res onsive to the specifications .
1. Subcontractor Utilization Form, if goal is received by 5 :00 p .m., five (5) City business days after the bid
met or exceeded : opening date , exclusive of the bid opening date .
2. Good Faith Effort and Subcontractor received by 5 :00 p .m ., five (5) City business days after the bid
Utilization Form, if participation is less than opening date, exclusive of the bid opening date .
stated goal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid
Utilization Form , if no M/WBE participation : open ing date, exclusive of the bid opening date .
4. Prime Contractor Waiver Form, if you w ill received by 5:00 p.m ., five (5) City business days after the bid
perform all subcontracting/supplier work : opening date, exclusive of the bid opening date .
5. Joint Venture Form , if utilize a joint venture received by 5 :00 p .m ., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
-NON-RESPONSIVE TO SPECIFICATIONS .
Any questions, please contact the M/WBE Office at (817) 392-6104 .
Rev . 11 /1 /05
ATTACHMENT 1A
Page 1 of 4
FORT WORTH
~ City of Fort Worth
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
\S • .'.l". l.()UI $ Coi.>~TR '1c::tiol.) Of-Ter.As t.+d. I M/W/DBE I X I PROJECT NAME: NON-MNJ/DBE
Cul~ML. D1s+.t1d· / ~.II Ro~ w.vJCA ~~ SAlol,{""-.'I .s~ IM~oll.1 BID DATE
J>,'\t.T 2 -K'1M~ L4 A~T M"~"M E~PANSI~ APR IL 1'4, 2011
City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER
; Ct "tY {>tt,e,jECT No. 01&4£.&
\~ % 1£.J.ot, % t>.o. E. Pfl.ojE.CT ~. ~,
Identify fill subcontractors/suppliers you "Yill use on this project
M/WBEs listed toward meeting the projec;:t 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.
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing b·usiness at the time of bid opening within the Marketplace, that have
been determ ined to be bonafide minority. or women businesses by the North Central Texas . Regional Certification
Agency (NCTRCA}, or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE) .
. 11 _hauli~g.:s s9rvices:.· ijr~-utiliz,ed\th~·j fri .rtr.er -~m ~·.b~, Qi.ver.if 9r~;<!li ( a~/Jor·g.~·as~ .t,l:i.e ¥1YVJJµ"(!JsJ~ct_' oy;ns; an:~;;
·ope rates _:a\l~a~t:on.~,:f_uUy-;l i?e,n~~.~J~~~~.P~l*i_9~af·~r9·9k':to _,,~~!~J'e~ ·?.~-ttif,f J.'?QRa"?t:, .. 1p,{~M~~~;~·~.t J~a~.1f
tru_cks -fro'.'1 2~ho.~h~1\f0!W~~--rr;,~,;-.''T~l~~.1ngJ,ffl!J.B~.t8~~~r:~,~~~·r~t~r\~~i-AD?~1fi~£~!~~/qlf~M~~.~;9·r.e~.1 t:~:;!ti~\
T\1(WBE m,ay lease tr.i;icks~ fro~,_!;)~n :a fy,1!.y:vli3~S t : 1_ntlCJd \[lg:;~9w~~f:'OR~ra t<JJSJ( .but'.;W1(J19n1w.r:eGE_U.V ~'.Q~ed1t ,_:f91r the:,
-fees ·and commissions e-ar.necf b. t~ij•tyify'VB E:as dutlirie!¢ irr ·Met_1e,,fs'e'. ti feem;enJ:: · _· .· ···:::·'~::·-.:~:.:_-:·\· .:-.,r;;?f· < (
Rev . 5/30/03
ATTACHMENT 1A .
FORT WORTH
.~
Page 2 of 4
'~ Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/VVBEs.
Please list M/VVBE firms first, use additional sheets if necessary.
Certification ;,N}:
:;(Y;~,
(check one) r,~flj ~
SUBCONTRACTOR/SUPPLIER T N T h~: Detail Detail Company Name I ~~?
C X ,M>: Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T D "ii,
Telephone/Fax r B B R 0 ''s·< E E ;-l_
C T 'E'.
A
tA{rl.E Aw<.rit~TE ~SI).
~c.fol i-.). :t-?.;,~".ft:. fl:113 SvPPc..y ~ ~~i>"-
t::€,,)TON, TX 7u-z.o 7 \ >( X 'I... EM 6eDt"1&i'f · 4: 32,l'lz.te
Pl-toNE ! (q'{o) ~f>3-~C. Rock A..:d t>lex
F4x: ('fcfo \ ?,~3· CC47 .BAs£. MT&-.
U(r ~ ,4sSD<:'I ~,-es, u..c
33'tc. c°""*( ~. z. 15 P,Pc:. ANd \)
MEc..tSS4, ,,c i5'45'i '/.. X M l ~c. F, -Hi "1Cr.$ ~~ I
J'»IDNE ~ ( Z.l'f) ~'-l&f ~ O'f 'i o ~ 191,£00.~
FA)C: {Z.t'f') 5"&.fc.f-!b&f
~ I ·.
To BE: be.ree.M1~e~ VA-l~c MA~1AI~ ~
q..>c( M \ Sc.
I •
d)
..S"'A lf P1t>e. -i-\~o,cro. -
~
~
.; 11.{e,pr{~-
Rev. 5/30/03
; __
fORTWQRTH
-~
ATTACHMENT 1A
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) i'n-SUBCONTRACTOruSUPPLIER T N T -!./" Det~il Detail
Company Name I C X M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T D -~
Telephone/Fax r B B R 0 .)i E E C T ~E
A :.~~
"-'·
h
,.
I
Ii .
I•
..
'•
·. I , · '.
··-
Rev . 5/30 /03
I.
ATIACHMENT 1A
Page 4 of 4
Total Dollar Amount of M/WBE Subcontractors/Suppliers $""2;z 8 , ~9 ~ -Is z:z:~1 \<tz ~
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 3u/J>CCO~ . I •
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ ':s;J 4, '"~ f ~~,t'Jz. ~).VIJ}
:r...· ' • \ •.:· -
By affixing a signature to this form, the Offerer further agrees td provide, directly to the City upon request,
complete and accurate information regarding actual work perfornJed 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 intervie't_.'s with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the <;:ontract that will substantiate the actual work
performed by the M/WiDBE(s) on this contract, by an authorized officer or employee of the City.· Any ·
intentional and/or kndyving 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 i,,:iitiatir,g action under Federal, State or
Local · 1aws concerning : false statements. Any failure to comply with this ordinance and create · ·a material
· breach of contract may ~~esult in a determ 'ination of an irresponsible. Offerer and barred from participating in ·
City work for a period of ~ime not less_ than one ( 1) year. · · ·· · · · · ·. · ·
' .
{);_ /14!--/z_._
Authorized Signre . Prfnte_d Signature
Title Contact Name/Title (if differ nt)
Te l ephone and/or Fax
0t7 ·Cfo5 ·3 ~3£ C~L-L, e17-"li7;05~2.. FAA: ,
Company Name
Ad dress E-mail Ad dres s.
City/State/Zip 1
Rev . 5/30/03
84/13 /2811 86 :38 '3483838897 EAGL E AGGR EGAT E
To:
Fax Number:
Phone Number :
From:
Date:
Total Pages:
Subject:
Paul,
Facsimile Cover Sheet
Eagle Aggregate Transportation
(903) 383-0097
(903) 383-0096
Adam Lunsford
Estimator / Project Manager
S.J. Louis Construction of Texas Ltd .
4/18/11
1 (Tncluding Cover Sheet)
Cultural District/ Will Rogers Water and Sewer Improvements
Part 2-Kimbell Art Museum Expansion
City of Ft. Worth, Texas
Intent to Contract Minority Supplier
If awarded, this fax is to serve as record of the in tensions of S.J. Louis Construction of
Texas Ltd., to en ter into contract with Eagle Aggregate Transportation for the supply of
cmbedment rock and flex base materials on the above referenced project. This estimated
cost of the rock and flex base is $32,192.00 .
'[f you are i.n agreement with our estimates and intend to enter into contract please sign
this fonn and fax it back to our office at your earliest convenience .
Agreement by:
M _/ L"~ 'lfe,h
AdamLu~~
Estimator / Pro j ect Ma na ger
S..T . Louis Constmction of Texas Ltd.
Paul Madewell
Representat ive
Eagle Aggregate Transp .
S..J. Louis Construction of Te.xas ltd., LLP
P.O. Box 834
M "11s.fi eld, Tex.as 76063
(8 1 7) 4 77-0320 Office (817) 4 77 -0552 Fax
PA C£ e11e1
Disa vantaged Busines s
Enterprise Certification
Eagle Aggregate Transportation , LLC
Disad antaged Business Ent erprise
ha3 fil ed 1,i 1h the .-\g ncy au . .\flida,il a~ tlcfincd b~ 4 9 CI-HP.in 2CJ a nti i, h l·1ch, n -r li finl
10 prol'idc ~en icc(s) in t he folio\\ in~ area~:
48411 O; 423320 :
General F reigh t Tru e ing , Local ; Bnc , Sione , and Re lated Co nstru ction 11ater ial t.. ercnant
holesale rs :
No ember 2010
I hi, C ·rtilication i3 ,a lid hcg inin g ----------------_ --····-and ,up ,:r,:l'th:d .111 1 l l'c!l ,tr.1ti1111 111 11,111 1:,:
11h111 i,,iu11 of an .\nnual l p dal,· \lfi d a, it.. \I an~ 1i111, pn·, iou sl ) is!>ucd. This ce rt iii aliou must n c upda ted ann 11 .. dl) h~
thl'l'l' i\ a change in owncr\hip or co ntrol of rhc fir m . 11 o tilication 111u3t h (' 111ad1· i111111cdi ;11d~ lt1 th1· '\orth < ·1·1111 al Ina,
l<q~ionu l ·a 1ilicat io11 Ag1·m ·~·.
November (\-rt1firatc expira ti on ___________________ .:!ll ___ 1_1_
,,, . ~ _,
November
,20 __ ._2..~. h~ut d ll:tlc ---------------·
CERl lflCATION 'iU . WF DB47098Y1111
i • ! ,,',:!;··
'
~._; ..
f .~ · ..
'-r-~§.rn,·
I,· r
l >< ~ .. . 1-.;.1~;.,
>
To:
Fax Numb er:
Phon e N umber:
From:
Date:
Tota l Pages:
Subject:
Lynda,
Facsimile Cov e r Sh eet
LKT & Associates
(2 14) 54 4-3684
(2 14) 544-044 0
A d a m Lun sford
Est im a to r / Projec t Man ager
S.J . Louis C o n s trnction of T exas L td .
4/19/11
1 (In c luding Cover Sheet)
Cul tural District/ Will Rogers Water and St:wcr Improvc mcnls
P art 2 -Kimbell Art Mu seum Expansion
C ity of Ft. Worth, Texas
Intent t o Contract Minor ity Supplier
If awarded, this fo x is t o serve as record of the intensions of S.J. Louis Construction of
Tex a s Ltd ., to en ter into c ontract with LKT & A s s oci a te s fo r the supply of miscellaneous
pipe and fi tti n g m ateri a ls on t he a bove refer en ced p roj ect. Th is est im at e d cost o f th e pipe
mate ri al is S 191 ,00 0.00.
[f yo u arc in a greement with our estimates and intend Lo enter into contract pleas e sign
this fo1m and fax it back to our office at yo ur earliest conven ience.
Agr eement by :
\ '·-
~-_/ ~--tL?A -Ada m Lun~..==-=:::
.,/
(
Estimator Projec t \,,fan ager
S..J. Louis Con,;tr uction o!'Tt:xas Ltd .
. \ .. /. /,0 11is C1111 ,rn1crio11 of fn·11, /,rd., LLP
/>. 0. B1J\· 8 .U
1/a11,J il'ld. l c .\111 -M/63
rst-J .1--.0.1:11 U/fi, ,· rs,-; -1 -o,,_, f11\
,,
·--~·:·· .:.;;.!:. ·, ~-.-' -
Disadl van ~aged Business
Ente 1tp ii ~e C ert ification
LKT & Associates, LLC
Disad vantaged Business Enterprise
ha s tiled with the Age n cy an Affidavit as defi ned by 49 CF R Part 26 and is hereby certifi ed
to provide se r vic e(s) in th e following areas:
423720; 42469 0; 423830 ;424910 ;
Plumbing and Hea tin g Equipm ent and Suppl ies (Hydronics) Merchant Wholesa lers ; Oth er
Chemica l and Allied P rod uc ts Merch ant Wholesalers ; Industrial Machinery and Equ ip ment
·,'
,' .l'
l'his Certi!ication is va lid bcgi ning ____ O_c_to_b_e_r_2_0_1_0 _______ and s up erccd ed an y registration or listin g
prcYiously issued. This certification must ne updated a nnu ally by sub mission of an Annual U pdate Aflidav it..At an y time
there is a change in ow n ersh ip or control of the firm , notification mu st be mad e immediately to th e No rth C entral T exas
Rqi;ional Certification Agency.
C crcificak C\(liratio 11 October ,2 0 11 --------------Certification Ad mini s trator
October 10
Issued date ,20 -------------------
CERTl FIC TIO:\ .'W.
WFD847027Y 1011
TO: The Purcha s ing Department
C ity o f Fort Worth, Texas
PROPOSAL
Fort Worth , Texas
04 /14 /2 011
FOR : Cultural Dist.-ict I Will Rogers Water and Sanitary Sewer Improvements, Part 2 -
Kimbell Art Museum Expansion
City Project No. 01468
Section A: Water Project No. P265-607I70146887
Section B: Sewer Project No. P275-707170146887
Pur suant to the foregoing "Notice to Bidders," the undersigned has examined the plans , specifications and
the site, understands the amount of work to be done , and hereby proposes to do all the work and furnish
all lab or, equipment, and materials necessary to fully complete all the work as provided in the plans and
specifications, and subject to the inspection and approval of the Director, Water Department of the City of
Fort Worth . If required by this project, Contractor must be pre-qualified in accordance with the projects
s ponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposa l by the
City Council and required by this project, the bidder is bound to execute a contract and furnish
Performance , Maintenance Bond for the water replacement contract only, and Payment Bond approved by
the City of Fort Worth for performing and comp leting said work within the time stated for the following
sums, to wit :
Total quantities given in the bid proposal may not reflect actual quantities , by represent the best accuracy
based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and
awarding the contract.
Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid
for all Units /Sections .
SECTION A (WATER)
City Project No. 0 1468; Wa ter Project No. P265-607170 146887
Pay
It em
I a.
CPMS
No.
Es t imated Unit
uantit
Name of Pay Item wit h
U n i t P r ice i n Wo r ds
Uni t Bid
Price
*Note: Bids shou ld be s u bmitted fo r o nl y o ne of the pi pe mate ria l al terna tes a or b .
BID-570 LF *Pipe -Pressure -36-lnch (Pressure Class
00601 150 DI Water Pipe by Open Cut (All
Depths) (Restrained Joints) with Flowable
Fill Backfill Per Detail WTR-029M) -
In stall @
t-10 ~(Ll Dollar s
And t,JO s,r.:i Cents $ ND °&ID
Per Unit
£3 -IR (Adde ndulll #2 )
A m o un t
B id
$No 8 16
Pay CPM:; E timat cd Uni t Na m e of Pay Item with Unit Bid, Amo unt
Item No. Quantity Unit Price in Wo rd s Price Bid
l b. BID -520 Lf *Pip e -Pr es sur e -36-In ch (B ar-Wr a pp ed
0 0602 Co ncrete Steel Cy lind er Water Pip e
A WWA CJ OJ by O pen Cut (All De pth s)
(R es trained Joint s) with Fl owabl e Fill
Backfill Per Detail WTR -029M ) -Install @ I
~p G/PHt
/:§'f//1..,()<'9...
tit.NP!.¢ b f'l -Y Do ll ars )58"0 $ $ ~.::r,..;
And t:l.. () Ce nt s f •
Per Unit
*Note: Bid s shou ld be s ubmitted for only one of the pipe material alternates a orb.
2a . BID-2 75 LF *Pipe -Pre ssure -36-In ch (Pres sure C la ss
0 0601 150 DI Water Pipe by Open Cut (All
Depths) with Flowable Fill Backfill Per
Deta il WTR-029M) -Install @
1.)0 8 16 Dollars
And g,~ Cents I.J 0 e,r t:.
t:,,l c) /.JO ~16
Per Unit $ $
2b . BID-325 LF *Pipe -Pressure -36-Inch (Bar-Wrapped
00602 Concrete Stee l Cy linder Water Pipe
A WW A C303 by Open Cut (All Depths)
with Flowable Fill Backfill Per Detail
WTR -029M) -Install @
'['i,c,p H11rJ()b/J 6ff11 6twtr Dollars ~'58 . 00 $ €331/3 $[) .o"' $
And t.JO Cents
Per Unit
*No te: Bids shou ld be submitted for only one of the pipe material alternates a or b.
Ja . BID-150 LF *Pipe -Pressure -36-Inch (Pressure Cla ss
00601 150 DI Water Pipe by Open Cut (All
Depths) (Restrained Joints) with Backfill
Per Detail WTR-029M)-Install @
1'00 e, I I') Dollars
And NO ii,> { t:. Cents
Per Unit $ N o ~I t, $/J V Bt O
J b. BID-120 LF *Pipe -Pr es sure -36-ln c h (Bar-Wrapped
00 602 Co ncrete St eel Cy linder Water Pipe
A WWA CJOJ by Op en Cut (All De pth s)
(Res train ed Joints ) with Bac kfill Per Deta il
WT R-029 M) -In sta ll @
aAI~ µ11,vt:J ti4 ')/ /(/11 rw o Do ll ars $ !bZ. DO $ /41 4/iO. c><.)
And /JC Ce nts .
Per Unit
l3 -2 R (Add endum #2)
Pay CPMS Es timated U nit Name of Pay Item with Unit Bid Amoun t
Item No . "Oua'ntity Unit Price in Words ,l,1dct . Bid
4a . BID-195 LF * Pipe -Pressure -36-Inch (Pressure C la ss
00601 150 DI Water Pipe by Open Cut (All
Depth s) with Backfill Per Detail WTR-
029M) -In stall @
.Jo e,11) Dollars
And ~o (31D Cen ts
Per Unit $ N o f.3 i<P $ NO 6 /i::>
4 b. BID -225 LF * Pipe -Pres s ure -36-ln ch (Bar-Wrapped
00 602 Co ncrete Steel Cylinder Water Pipe
A WWA CJOJ by Open Cu t (All Depths)
with Backfill Per Detail WTR-029M) -
Install @
6,/1, Hv,vo.tel) S!xllf (WO Dollars $/6'2 ."" $ 3(p, J.j io. ,;.>
And .vt> Cents
Per Unit
*Note: Bids sh ould be submitted for only one o f the pipe material alternates a orb.
Sa . BID-45 LF * Pipe -Pressure -JO-Inch (Pressure Class
00599 150 DI Water Pipe by Open Cut (All
Depths) (Restrained Joints) with Flowable
Fill Backfill Per Detail WTR -0 29M) -
In stall @
No (3 IC> Dollars
And ~o BIO Cents
Per Unit
$
l'10 '61 () $1'l" f3/D
Sb. BID-45 LF *Pipe -Pressure -JO-Inch (Bar-Wrapped
00600 Concrete Steel Cylinder Water Pipe
A WWA CJOJ by Open Cut (All Depths)
(Restrained Joints) with Flowab le Fill
Backfill Per Detail WTR-029M) -In stall @
7"110 /{v,v0i{i4 >cV6NCUAI Dollars $ ;J/1. oc:> $ 4, 7(.,S'. po
And No Cents .
Per Unit
*Note: Bids should be submitted for o nl y one of the pipe material alternates a orb.
6. BID-40 LF Pipe -Casing -24-lnch -(Steel Casing Pipe
00121 with 12-lnch Pre ss ure Class 350 DI Water
Pipe by Other Than Open Cut (All Depths)
(Restra in ed) with Stainless St ee l Spacers
per Technical Specifications) -In sta ll @ .,~~tr /..J~o.rz.i.:o r{,,MT ~.,t:.-Do ll ars co ~
And Ne Ce nt s $ '395, $ l5,Soo,
Per Unit
8 -J R (Addendum #2)
Pay CPMS Es ti ma ted Unit Name of Pay Item with Unit Bid Amo unt
Item No. Q ua ntity Uni t Price in Word s Price Bid
7. I3ID -115 Lf Pip e -Pr ess ur e -20-ln ch (Pr ess ure Class
0 11 72 25 0 DI Water Pi pe by Ope n Cut (A ll
Dep th s) (Res trai ned) wi th Flowab le Fill
Bac kfi ll Per De tai l WT R-029M) -In sta ll
.,-~~ tk~ s l~ Do ll ars cc ex
N<::> $~· $ 35;190 ,
And Ce nt s
Per Un it
8. BID-1,57 5 LF Pi pe -Pr ess ur e -12-In ch (PVC C-900 DR-
00591 14 Wate r Pip e by O pen Cu t (A ll Dep th s)
w ith Flowa bl e Fill Bac kfi ll Per Deta il
WT R-029 M) -In sta ll @
CNtr: /-&Nou.12 ::Il:h itr'r' o-./c Do ll ars o c:::.
tiQ 131, -And Ce nt s $ $2Ci6,.3Z5
Pe r Unit
cP
9 . BID-1,000 LF Pip e -Pre ss ur e -12-ln c h (PV C C-900 DR-
005 9 1 14 Water Pipe by Op en Cut (All Depth s )
Backfill Per Detail WTR-0 29M) -In sta ll @
[\/, t-l<...'"'N a>J~-Do ll ars
00 00
And f\Jo Ce nt s $ 9 1. --$Cf /, t:o:J.
Pe r Unit
10 . BID-50 LF Pip e -Pr ess ur e - 12-In c h (Pressur e Cl ass
00 590 3 50 DI Water Pip e by Ope n Cut (All
De pths) Ba c kfill Per Deta il WT R-0 29M) -
In sta ll @
N 1r1t:."N £/c;.H-r-Do ll ars 0 0 c;J:)
And l\J o Ce nt s $ g8 , $4. ']r.o .
Pe r Unit
I I. BID-50 LF Pip e -Pr ess ur e -12-ln c h (Pr es sur e C la ss
00 590 350 DI Wat er Pip e by Op e n Cut (All
De pth s) with Flowabl e Fill Backfill Per
Detail WTR -029M ) -In sta ll @
ONC fJIA-oJQ~ 'ltt,/2-4-Y ~ki.+rt)o ll ars oO C)r, •
$ 138. -$ ,, 20'.J. And r'1o Cent s
Per Unit
12 . B ID -30 LF Pip e -Pr ess ure -8-In ch (P VC C-900 DR -
0061 8 14 Water Pip e by Op en C ut (A ll De pth s)
wit h Backfill Pe r Detail WT R-029M) -
Insta ll @
6PTY Doll ars
And t.J o Cents
Per Uni t
~ C(;,
$ 5:). $ 11500.
1:3 -4R (Adde nd um #2)
Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Item No. Quantity Unit Price in Words Price Bid
13 . BID-305 LF Pipe -Pressure -6-In ch (PVC C-900 DR -
00616 14 Water Pipe by Open Cut (A ll De pths)
with Backfill Per Detail WTR -029M) -
In stall@
F, ?T'I Dollars a:::, C
$ so. -i Js;zso . And tJo Cents
Per Unit
14 . BID-50 LF Pipe -Pr essure -4-Inch (DI Class 51) Pipe
00604 Water Service Line to Meter Vault by Open
C ut Per Detail WTR -029M -Install @
P,n-t Dollars
And tJc Cents
Per Unit
$ so . ~ 00 $~Sc.o. -
15 . BID-60 LF Water Service -2 inch (Type K Copper
00763 Water Service Line to Meter Per It em D-
• 51 .7) -Install @
,w~IY._ Dollars
tJc cP ()() And Cents $~. $ /.Z OO ·
Per Unit
16 . BID-60 LF Wat e r Service -I Y:i inch (Type K Copper
00753 Water Service Line to Meter Per Item D-
51.7)-lnstall @
n PTEEN Dollars 00 00
And rJc Cents $ LS-. $ '7<:x:;.
Per Unit
17 . BID-1 EA Water Service - 2 inch -Tap to Main (Per
00767 Item D-51.7) -Install @
ON€ "TJ.b.lf 1.1 "1 0 Dollars
t\Jo 00 (SC)
And Cents i L.C<X). il.a::o.
Per Unit
18. BID-1 EA Water Service -I Y2 inch -Tap to Main
00755 (Per Item D-51 . 7) -In stall @
(Jl../c J HO-J,5:Ar-J i~ Do llars co
~o $ tooo. il.OCC·
$l
And Cents
Per Unit
19 . BID-1 EA Pipe -Tapping Sleeve & 6 Inch G .V . -6 inch
00693 x 6 inch -In sta ll @
hi!'.€ 'J~Q ht£ /k-roo llars
No a:., QC)
And Cents i S,&;;o . $ 5°:5._C:I).
j
Per Unit
l3 -SR (Add endum #2)
' ·,_.\
Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Item No. Quantity Unit Price in Words Price Bid
20 . BID-1 LS Water Service -2 Inch -Temporary (Per 11 cm
00 76 8 D-51 .8) -In stall @
Ci~C: 11-bUSANO Dollar s
ND Cl!; oo
And Cents $ lo::Jj, ljoce:..-
Per Unit
21 . 131D -2 EA Valve -36-ln ch -(Resilient Seated) Gate
00726 Valve wi th Box (Per Det a il WTR-005M) -
In sta ll @
Y1 vii' J.µu><u-1)
fu~1~ 1""~ 1~~0 Dollars
No Cents
aO ~ And $13~.-$ 81,C;a:).
Per Unit
22 . BID-14 EA Valve -12-lnch -(Resilient Seated) Gate
00717 Valve with Box (Per Detail WTR-002M) -
Install @
~l.i..X.>1~~0 S.:~\ ~o~~llars
00 0
And Ne:> Cents $ Z., ?Cn. -$ 31, 2,ee.
Per Unit
23. BID-10 EA Valve -6-lnch -(Resilient Seated) Gate
00745 Valve with Box (Per Detail WTR-002M) -
Install @
DN~ ~s;,.. ~a.1..rO
,p,~..,
Dollars 00 00 $ /6l5CJJ , And Cents $ J.'8:). -
Per Unit
24. BID-1 EA Valve -8-lnch -Blow Off -with Sump
00748 Manhole (Per Detail WTR-015) -Install @
~ 1~\0 r-;~ ~~{l.J!O
Dollars OC5 c:,o
And r-Jb Cents $"1,..fu , $ 7i5txJ. -
Per Unit
25. BID-1 EA Valve -4-lnch Combination Air Releas e
01154 and Vacuum Valve with Vau lt (Per Det ai l
WTR-014A) -Install @
'"lv.a\A'.!"' 'f~Q T1A.O f..J~otJ.."DD o l lars CP cc
And NC Cents $12,Zcis . -$ IZ1Z.co . -
Per Unit
26 . BID -1 EA Va lve -I-In c h Combi nati on Air Rele ase
007 13 and Vacuum Va lve (Pe r Detail WTR-013)
-In stall @
1~~"\k~MO fcµ2. r\..rlu.i!J.:.--0
Do ll ars CP oO
And No Cents $ 3,q:o . -$.314<:o. -
Per Unit
B -6R (Ad ckndurn #2)
• ~ ~
Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Item No. Quantity Unit Price in Words Price Bid
27 . BID -6 EA Fire Hydrant (Per Detail WTR-006) -ht=1°"f
00546 Install @ ~'O
~ W.. 2J-b.$!'tt? o-l: Dollars
~ OI
And DJ.o NO Cents $4,[sa .-$Z1. ~Q:l .
Per Unit
28. BID-15 VF Fire Hydrant-Barrel & Stem Extension -
00548 In sta ll @
-::r~~ l:hwou:n StAtt Dollars cO a::i
And Nu Cents $ ~. $S:4cc ,
Per Unit
29 . BID-11 .5 TON Pipe Fit1ings -Ductile Iron -Less Than 16 -
00568 Inch Ductile Iron Pipe -Install @
Tu~ ~ tt:l§;'JNQ Dollars
00
$ 34, ,52'u, 0 ~ And Cents $ .1;cco.
Per Unit
29a . BID-21 .0 TON Pipe Fittings -Ductile Iron -Greater Than
00569 16-Jnch Ductile Iron Pipe -Install @
NO SIC> 31,v I \,,.~a&c::o ?"1 r-JO ?.,11::) tJO B 1D -r;:. ,fl?. ~ff~ '_, Dollar _p-l ~
tJO rw -r:Jn _:rv-> Cents 00
And BIO ~~ $~,
Per Unit ..Tv-J
29b. BID-1 LS Pipe Fittings -Bar -Wrap ped Concrete Steel
00571 Cylinder Type Fittings -Install @
ri.nY "1t:iDJSl}.J Q Dollars
NO 6:) ()Cl
And Ce nts $~('.)CQ. -$~at).-
Per Unit
*Note: Bids shou ld be submitted for only one of the pipe material alternates a orb.
30. BID-1 EA Meter Vault for 3 Inch Turbo & 2 Inch
00557 Bypass (no meter) -In sta ll @
h Pi2-.:G,..J 'JHOuSPNO Dollars
And Nu Cents ~ 00
$ L5;_c.co . i L5',ciX5, -
Per Unit
3 I. BID-1 EA Meter Vault w /6 Inch Turbo (no bypass)
00559 (with Sampling Station Per Detail WTR-
024) -In sta ll @
---r~ hvE 7Ho.JS4-.JQ Dollars a:> ~
izSicxn.-$?5;00~. '-
And /\J(.) Cen ts .
Per Unit
B -7R (Addendum #2)
r • :;..-; ...
Pay CPl\1S Es tim a te d Unit Na me of Pay Ite m w ith L_nit B id A mo unt
Ite m No. Qu a ntit y Unit P ri ce in Wor ds Pl"ice Bi d
32. BID-4 80 LF Pavem ent -2-inch HMAC -Temporary
00442 (Pavement Repair Per Figure STR-030) -
In stal l @
'/W(;}·UJ M,vl:: Dollars 0 ~ o:i
~()
$5 . $ 12.cco .
And Cents
Per Unit
33. BID-370 LF Pavement -Permanent HMAC Pavement
00443 and Reinforced Concrete Base Repair (Per
Detai l STR-029M) -Install @
S 1.J..It Dollars 00 ex -
r-J o $ fj). $ZZ,Z CQ -
And Cents
Pe r Unit
34 . BID-2 ,2 65 SY Pavement-Conc rete on 2/27 Concrete Base
00458 (Per Detai l ST R-031 M) -Install @
C:Ne" ~(.}tU.--0 Dollars cf?
And No Cents $ ICC>, $~8:0.
Pe r Uni t
35. BID-100 LF Pavement -Pave r on Concrete Base (Brick
00465 Pave r Repair Per De ta il 1/25)-In sta ll @
-r L&.(;;)-{f'i -Hv<: Do ll ars cf:' co
And rJo Cents $Z.5. $4SX>.
Pe r Unit
36 . BID-11 0 LF Pavemen t -Paver on Conc rete Base (B ri ck
00465 Pavement Repair Per Figure 2000-3) -
Insta ll @
-rktN1'( Ftv~-Dolla rs Q_O 0c
~o $ ZS. $Z?5:5 ,
And Cents
Pe r Uni t
37 . BID -1 EA Signal-Loop Detecto r Saw Cut -Remove
0106 1 and Rep lace @
/WO Jt46,w Jli>?t,1: ~{l.eO
£161-t ,
Dollars
11P c.c:, rvo i z; ~0 8 .
-,
i 2 308-And Cents
Pe r Unit
I
38. BID-3 ,675 SY Topsoil (Per Item D-44) -In s ta ll @
00147
i2£f2.0 Dollars 1S
And --ri.v&-.1.' 1 P\v<:::-Cen ts $0,
s
$ ?/8.
Per Unit
39. BID-1 ,125 SY Grass-Bemrnda Sod (Per Item D-44) -
00132 Install @
--r:wo Dollars SE Jb
And n0Y Cents $2', $28/Z.
Pe r Unit
B -8R (Addendum #2)
, . ..
Pay CPMS Estimated Unit Name of Pay Item with . l;i1 nit Bid Amount '
Item No. Quantity U ni t Price in Words Price Bid
4 0 . BID-2 ,550 SY Gras s-Hydromulch See ding (Per It em D-44 )
001 34 -In sta ll @
~Ero Do llars 4-9 00
And fi~TY Cent s $ 6 . $ l6ZQ.
Per Unit
41. BID -170 SF Walk (Co ncrete Sidewa lk Repa ir Per D-19 )
00 52 8 -In stall @
JEd Do llar s oo OC)
And ND Cents $ /6. $ I, JOO.
Per Unit
42 . BID-320 LF Curb and Gutter (Per Item DA-24) -
00423 Replacement @
h~ Dollars ClO 00
Nu $ JS: -$4, 8cc, And Cents
Per Unit
43 . BID-4,410 LF Trench Safety System for Depths Exceeding
00372 5-foot (Per Item D-25) -Install @
at.Jr.:: Dollars 06 /. (IC
And t--fo Cent s $ $14 /o.
Per Unit
44 . BID-1 EA Dchole Exploratory Excavation (Tunnel
005 42 Investigation Per Item D-50) -Study @
T ~ ::J}n.),5.8.N D 61111 &<J4!Po I lars oc
()C,.
And N6 Cent s $Z,SCO. $sscc.
Per Unit
45 . BID-8 EA Dehole Exploratory Excavation (Per Item
00542 D-50) -Study @
011= /1-b.._J~,4,-J D Dollar s (X:) cc
And Cents $ /, 000 . -$8,cco,
Per Unit
46. BID-1 EA Structure (Connection to Existing 36" Water
00711 Line at Line C Station 0+00 ) -Install @
.XVE"N J>hl5Mo £1 t/1;-&au,;,Do ll ars 00 ~ $1,5co . -$]'sic..
A nd No. Ce nt s
Per Unit
4 7. B ID -1 EA Struc ture (Co nn ec ti o n to Exis t ing 30 " Water
00 7 11 Lin e at Line C Stati o n I 2+24 .84)-Insta ll
@
.:ivoJ~~ f:vc: ~O(U'O
dO 00 Do ll ars $ t,5(X). $ l,!3:0 ,
A nd ND Ce nt s
Pe r Uni t
B -9 R (A ddendum #2)
..
Pay CPMS Est ima ted Unit Name of Pay Item w ith . ~ Un '.t B id A mo unt
Item No. O ua ntitv Unit Price in Words · t Price Bid
48 . B ID-1 EA Stru ctur e (Co nn ec ti on to Exis tin g 20 " Wate r
00 7 11 Lin e at Li ne 2 St at io n 0+00) -Insta ll @
5d1'# '11-uJs~ -hve::: fk..afZ!..12 Do llar s ~ oc.
$ l5CD · $J:9;o .
And ~o Ce nt s
Per Unit
49 . BID-1 EA Struc tu re (Co nn ection to Exis t in g 20 " Wate r
00 7 11 Line at Lin e 2 Stat ion I+ I 5) -Ln sta ll @
5c.,-v6-4 '~ h v,;-J.J.w o.24) Do ll ars oo cc
$]3'$, -$7i,,%.
And !Yo Ce nts
Per Unit
50 . BID-2 EA Water -Cut and Plu g Ex istin g Water Line
003 6 7 (A t Differe nt Loc ati ons Other Th an
Propo sed Wate r Impro vem ent s Per Item D-
28) -Ab andon @
~ ~'-'Ni) 6_vu /1.,,wg_/tdJ Dollars
rto 00 cc,
And Cents $ L.5c:D . -$3;.C:co .
Per Unit
51. BID-4 EA Fir e Hydrant (Remove and Sa lvage Existing
00 54 7 Fire Hydrant Per Item D-2 8) -Remove @
rrt,.)Q 'Tho...i< ~o f.,1 1: f-1....,,a .... tl)ollars c,;;;, co
And N6 Cents $Z,.5(X), $/0.CCl:J .
j
Per Unit
52 . BID-1 EA Structure (R emove & Salvage Existing Air
0 11 40 Releas e Va lve a nd Appur1en ances Per It em
D-28) -Remove @
a-J i;.-~ hw LJ~ollars 00 00
And NQ Ce nt s $L,SOO , $ / ,5ro.
Per Unit
53 . BID-2 EA Stru cture (Remov e & Sal vage Ex isting
0 11 40 Meter and Gate Val ves, Ab and on Ex istin g
Vault Per It em D-2 8) -Re move @
Ttw Th:+?stHQ hl{c.-J.juitJ.,LeO Do ll ars
~ Ob
And rfo Ce nts $ Zi5C1J , $~ax:,.
Per Uni t
54. BID -100 LF P ipe -Pr ess ure -Ex tra De pth Gre ate r T han
00 620 I -fo o t (Depth Gre ater Th an That Sh ow n in
the Co nstruct io n Plans) -In sta ll @ ,
6)../ Do ll ars Q;> ~
A nd No Ce nt s $ /6 . $ I, (XX:).
Per Uni t
8 -I OR (Add end um #2 )
' ..
Pay CPJ\1S Estimated Unit Name of Pay Item with Unit Bid Amount
It em No. Quantity Unit Price in Words Price Bid
55 . 811)-5 EA Tree (Per It em DA-I 22 and Sheet I 78) -
00182 In stall @
~.z_. J-J u N 0~-0 Do ll a rs ~ C,(.:,
And i'iD Cents $ ~.-$2;'ac.
Per Unit
56 . BID -1,300 LF C abl e-Num 8 XHHW (BLA C K) -In sta ll @
00380
1tue:> Dollar s co oc:
And rJo Cents $2, -$Z.bco.
Per Un it
57 . BID-650 LF Cab le-Num 8 XHHW, WHITE -In sta ll @
00381
,r-1.,ua Dollars
N6 oo cP
A nd Cen t s $ z . -$ 1,3::o,
Per Unit
58. BID-560 LF Conduit-(2-lnch Sch . 40By Open Cut) -
00382 In stal l @
-rM"l~
00
Dollars 60
$ /3. -$ z.m:>.
And NO Cents
Per Unit
59 . BID-105 LF Cond uit-S c he dul e 40 PVC, 2 Inch Bore -
0 1112 In sta ll @
Ju.&i.1'1._ F, vc:.-Do ll ars cJ:) °'
And rl_o Ce nt s $Z5", $2,QS
Per Unit
60. BID-320 LF Conduit-(4-Inch Sch. 40 By Open C ut )-
00382 In stall @
..-] We-{1"'/._ Do llars 00 00
Na $ Zo. -$~,@ · And Ce nt s
Per Unit
61 . BID-7 EA E lec tri ca l Gro und Box -In sta ll @
00391
;:-)_ I r-J ~-j.jo.l).J,()_ P..eO Do ll ars
And rJo Cent s co Oo
Pe r Unit $ ?oo. $b,.:O),
6 2 . BID -5 EA Li ght-Salva ge Ex is ting Street Li ght
009 73 Equipment( and Street Li ght) -Re m ove @
ON€ 1k JZJ..."Y) hP,-X Do llar s c£: 60
$ /5::>-7$). -
And rJo Cents $
Pe r Unit
B -1 IR (Addendum #2)
I I
CPMS ' .-,-·
Pay · E ~;mated Unit Name of Pay Item with · jnit Bid Amount
Item No. Quantity Unit Price in Word s Pric e Bid
63 . BID -1 LS Traffic Co nt ro l (Per It e m DA -11 7) -Insta ll
00 18 1 @
fu!.A-~~~o Do llar s 6C OU
An d No Ce nt s $ 4cc.o . -$ 4Co:). -
Pe r Un it
64 . B ID -15 EA Pave men t Markin g-Lan e Ma rk e rs Ty pe II -
004 33 AA-4 (P e r DA -6 9) -Insta ll @
----r i.,.:o ~()7.c:i) M PTi Do ll ar s 00 00
And NO Ce nt s $~.-$3, °15().
Pe r Unit
65 . BID -10 EA Paveme nt Markin g-La ne M ark ers Ty pe II -
00 434 C R-4 (Per DA-69) -In sta ll @
----r l.ll:'.) ~O&.i;D h?[tDo llar s d:) 00
riG $Z£), -$?~, And Cent s
Per Unit
66 . BID-30 EA Pave me nt Ma rkin g-Lan e Mark e rs T y pe W-4
00 435 (Pe r DA-69 ) -In sta ll @
II.U:> ~62.l.12 f1rrt. Do ll ars co I
f'.}o 00 -And Ce nt s $ZSb, -$ z:9:n .
Pe r Unit
67 . BrD -60 EA Pave me nt Ma rkin g-L ane Ma rkers Ty pe Y-4
0043 6 (P e r DA-69) -In sta ll @
T '0<::. ~'i/.12.ci.2 h Pf1 Do ll a rs
Co f"lo oc
A nd Ce nt s $ z.g;,. -$L5f'rn .
Pe r Unit r
68 . BID-60 LF Pave me nt Markin g-S to p Ba r-Whit e-18 " -
0043 8 In sta ll @
[;vc:-Do ll ars
No oO cc
And Ce nt s $ 5. -$ 3:o. -
Pe r Unit
69 . B ID-220 LF Pave me nt Markin g-12 Inch-C ro ss walk
0043 1 Line-White -In sta ll @
E~e--1 Do ll ars 6 D l'J o ~
$ IS. ----An d C en ts $ 3;xn .
Per Un it
8 -12R (Add e ndum #2)
Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Item No. Quantity Unit Price in Words Price Bid
70. BID-400 LF Pave ment Mark ing-4 In ch -E d ge Lin e-Whit e
00432 -In sta ll @
~o Do ll ars
No oo CP
And Ce nt s $ 2. -$ a:o .-
Pe r Unit
71. BID-1 LS In stall ati o n of Irri ga t io n Sys tem By Oth ers
0 01 2 1 (Per It em DA-1 26 and A pp endi x) -In sta ll
@
Sev e n Th o usand Fi ve Hundr ed Do ll ars
$ 7,500 $7,500
And No Cent s
Per Unit
TOTAL: SECTION A (WATER)
(Tr;nsfe( Total to Page B-19R)
l3 -I 3R (J\cl cle ndu m #2)
SECTION A (WA TERl,-SUBSTITUTIVE AL TERNA TE BID ITEMS
·• J
Pay CPMS Estimated U nit Name of Pay Item with U nit Bid Amount
It e m No. Quantity Unit Price in Words Price Bid
6. BID-40 LF Pipe -Pre ss ure -12 -lnch (Pressure Class
00121 350 DI Water Pipe by Open Cut Through
Existing Abandoned Lancaster Pedestrian
Tunnel from Water Line A Sta. 3+94 to
4 + 34(A ll Depths) with Flowable Fill
Backfill Per Detail WTR-029M) -In stall @
Fvc Dollar s oc flt-u2iZ..t.:O ~
t-Jo $.SC::O· $Zqcw.
And Cents
Per Uni t
SECTION A (WATE R) -ADDITIVE ALTERNATE BID ITEMS
Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount
Item No. Quantity Unit Price in Words Price Bid
72. BID-I LS Structure (Repair Existing Abandoned
00711 Lancaster Ped est ri an Tunnel and Backfill
any Voids in Tunnel wit h Flowable Fi ll )-
Install
5c.~T'f ~vtr' ltto.Js~Q Dollars ~ 00
And No Cents $ 7S.cx:o • $ "fS:OQ:j ,
Per Unit
73 . BID-54 SY Pavement-Concrete on 2/27 Concrete Base
00458 (Per Detail STR-031 M) -Install @
OJ~<:.-J-l.No2k:u Dollars
00 And rJo Cents $ loo . ~ $Si 4<:o . -
Per Uni t
BIDS W I LL BE AWARDED BASED ON THE TOTAL BASE BIDS FOR EACH SECT ION (WATER AND SEWER).
S UBSTITUTIVE AND ALTERNATE BID ITEMS 6, 72, AND 73 FOR SECTION A (WATER) WILL BE
EVALUATED SEPARATE FROM THE BASE BID FOR COMPARISON TO BASE BID ITEM 6 UPON
COMMENCEMENT OF CONSTRUCTION AND COMPLETION OF TUNNEL INVESTIGATION . THESE ITEMS
MAY BE USED AT THE DISCRETION OF THE CITY OF FORT WORTH.
B -14R (A ddendum #2)
L. fD ·1 I 1st o uct1 e r().',l ~ SECTION Al WATER MAIN RELOCATIONS 1thngs or -:
Quantity of Size of Fitting Type of Fitting We ight per Tota l Weight
Fittings Fitting (lb s.) (lbs.)
2 36-inch 90 DEGREE BEN D 3108 (j,z If:.
I 36-inch 22.S DEGREE BEND 9~ 3 9C.3
2 36-inch 11.25 DEGREE BEND /f, 3" 3'Z12..
I 36-inch PLUG ) cco ) DOC
I 36-i nch WYE ,5zs L'5'""?~,;-
I 36 -inch x 12-i nch TE E 2-SOI ,;;:,:,,q-,..,1
I 36-inch x JO-inch REDUCER I 88'1-/887-
2 30-inch 45 DEGREE BEND / "ffo6 .~J.ZC
3 30-inch PLUG / 006 ~
I 20-inch WY E 1575" 1.s:J.:,
2 20-in ch PLUG 8CO 1,c,e
I 20-inch SOUD SLEEVE Z".16 2-"=10
I 20-i nch x 12-inch TEE 4-.3Z 4?2.
2 20-inch x 6-inch TEE ~ "1c 134c
2 12-inch 90 DEGREE BEND ,,4 248
23 12-inch 45 DEGREE BEND 42.,.,-?11~
s 12-in ch 22 .5 DEGREE BEND A-~ ... -Z,/7_')
I 12-inch x 4-inch TEE 5oC) 'i2:,0
6 12-inch x 6-inch TEE -~5 :~:::i5r-\
2 12 -inch x 8-inch TEE ~~ 492.
3 12 -inch x 12-inch TEE ."i"'-" ,, 9j""
4 12-inch PLUG z,2... PA~
7 12-inch SOLID SLEEVE I '71' /.~'I ~
I 12-inch x 6-i nch REDUCER ~e;c; 2.~
I 12-inch x 8-inch REDUCER :7.~ z.,5:)
5 12-inch WYE 214 lo":10
I 12 -in ch CROSS 22.."'>'" ?:?,-S-
2 8-inch 45 DEGREE BEN D J--=1-S' 3~
7 8-inch PLUG 17$ e:i "'°
I 8-inch SOLID SLEEVE /50 ISO
2 8-in ch x 6-inch REDUCER 1'10 .-~~
I 6-inch 90 DEGREE BEND too ICC
I 6-inch SOUD SLEEVE ,a> ,oei
,·
Total Weight £"1, q,1 lbs. ( Z9 Tons)
13 -15R (Aclclenclum #2 )
., 0 'Q.
SECTION B (SEWER) ' ..,/ ..
City P rojec t No. 0 1468; Sewe r Pro j ec t No. P 275-707 170 146887
Pay
It e m
I.
2.
3 .
4 .
5.
C PMS Es tim a ted U nit
Number Quant ity
BJD-165 LF
00332
BID-50 LF
00332
BID-15 LF
003 3 1
BID -4 EA
00 2 13
BID -6 VF
00214
Name of Pay It em with
U nit Price in Word s
Pip e -Sewer -8-lnch (Pres sure C la ss 3 50
DI Se wer Pip e with Pr otec to 40 I Int e rn a l
L inin g by Op en C ut with Fl owa bl e Fi ll
Bac kfill Per Deta il WT R-029M) -In sta ll
@
dJ(f f:k..w~ "Twt:2...vc.: Do ll ars
And NO Ce nt s
Pe r Unit
Pip e -Sew e r -8-lnch (Press ur e Class 350
DI Sewer P ipe wi th Pro tecto 401 Interna l
Lining by Open Cu t with Backfill Per Deta il
WTR-029M) -Install @
o r.Jc.-~o.zc-u Jl&.:C Do ll ar s
And f\lc Cents
Per Unit
Pipe -Sew e r -6-lnc h SDR-35 PVC (b y
Open Cut with Backfill Per WT R-029M) -
In sta ll @
h P\'/ Do llar s
And tv6 Cents
Per Unit
Manhol e - Std . 4-Foot Diameter (t o 6-Foot
De pth) Per Item D-26 and Dtl. SAN -003 /30
-In sta ll @
')~(} ~f28:'
~{J/2.<.-0
'T/-\'!28':" Do lla rs
And No Cents
Per Unit
Manho le -Std . 4-F oo t Di amete r-Added
De pth (ove r 6-Foo t De pth ) Per It e m D-26
an d Dt l. SAN-003 /30 -Install @
')"'.» ~a.12.c-o F , p,r -; Dollars
And \-'3 6 Cents
Pe r Uni t
Unit Bid
Price
oO $ l /2 . -
oo
$ IC>Z.. -
00
$ so .
~
$ 3300 ,
00
$Z56 ,
8 -16 R (Adde nd um #2)
Amount
Bid
cc::
$lB 4 fb .
I
co
$5,LCO ,
00
$ rSD .
OC:
$ 13,ZCO ,
(X) -$ 1,5::o '
,----~------"-------.-----------------......-~~ ........ · ------Pay
Item
6 .
7 .
8 .
9 .
JO .
I I.
12.
13 .
CPMS Esti ma ted Uni t
N um be r Quant it
BID -4 EA
00 19 8
BID -230 LF
0020 1
BID-1,000 LF
00 2 02
BID-1 EA
00 205
BID -4 EA
00 206
BID-4 EA
00 21 7
B ID-1 EA
003 6 2
BID-2 30 L F
00372
Na me o f Pay Ite m w it h
Unit Price in Wo rd s
Co llar -Ma nh o le (Pe r It em D-26 a nd Dtl.
SAN -009/30 ) -In sta ll @
1 w:. /-lwa ei.:n -hPr:z'. Do llars
And NQ Cent s
Pe r Unit
In s pecti o n -Pos t Co nstru c ti o n C lean in g &
TV (Pe r It e m D-37) -Study @
exJc Do llars
And '!wisH. iY J'.=?\v'C:-C ents
Pe r Un it
Ins pe ct io n -Pre -Con struct ion C leaning &
TV (Pe r It em D-34 ) -Study @
al'Je Do ll ars
And S:.v~TY '.Ptvt Ce nts
Per Unit
Ma nho la (A ba ndo n Existing Sa ni tary Sewe r
Man ho le Pe r Dtl. 150 /24) -Aba ndon @
~;zia>
0/'Jc.-11-bJ.5~D ~IV~ Do ll ars
And rJo Cents
Pe r U nit
Ma nh o le -Re move @
f1\..WOJ}.J.:YJ -r IM:) 1Ho.l:)~'1Q F,JE Do llars
An d NQ Cents
Pe r Uni t
Man hole -Vacu um Test (Per Item D-35) -
Services @
~11 'J ~1"'(
p\..;t-
Cit-JC Do ll ars
And rJo Ce nts
Pe r Unit
Sewe r Se rvi ce -6-ln c h 2-w ay C leanout s
(Pe r It e m D-60 and Dtl. SAN-011 /3 0 ) -
In sta ll @
0vN()'2<.!0
01 Jf: "f 1-b:6~1.t) 1t.c-b Dollars
And rJ o Ce nts
Pe r Unit
T renc h Safety Sys t em fo r De pth s Exceed in g
5 -foo t (Pe r It e m D-26) -In sta ll @
~ Dollars
And o,.J~ Cen ts
Pe r Unit
Unit Bid
Price
oO
$~·
L§
$ I .
?,S"
/. -$
00
$ /,S:CO,
a:>
$~~·
$ /ZS:
q9
o:J
$ lzw . -
oJ -
$ C).
B -1 ?R (A dden dum #2)
A mo un t
Bid
~
$li6::o.-
SC
$ 281_.
oc
$/,ID .
co
$ /,SCJ:).
(IC)
$ Jo,cx:::o .
00
$SCO , -
00
$L,2eo . -.
~
$ 2.
. . ,,,. ....----r-------.---------.------------------1 --..------Pay
It em
14 .
15.
16 .
17 .
18 .
19 .
20 .
CPMS Est im a ted Un it
N um be r Q ua n ti
BID-1 LS
00181
BID-60 SY
001 47
BID-60 SY
00134
BID-14 0 LF
00443
BID-20 LF
00423
B I D-14 5 SF
00528
BID-40 LF
008 4 1
TOTAL: SECT ION B (SEWER)
Name of Pay Item wi th
Un it Price in Wo rds
Traffic Control (Per Item DA -117) -Install
@
o-Jc ~l\h.l .Q Dollars
And rvo Cents
Per Unit
Topsoil (Per Item 0-44) -In stall @
C(2i2o Do llars
And 'I_ 1.1.)fHT'( r:~~ Cents
Per Unit
Grass-Hydromulch Seeding (Per Item D-44)
-Insta ll @
oJe-Dollars
And ~Q Cents
Per Un it
Pave ment -Permanent HMAC Pavemen t
an d Reinforced Concrete Base Repa ir (Pe r
Detail ST R-029M) -Install @
$11 1'1 Do ll ars
And /VQ Ce nt s
Per Unit
Curb and Gutter (Per It em DA-24) -Ins tal l
@
Ft~ Do ll ars
And Cents
Pe r Unit
Wa lk (Co ncre te Sidewalk Repair Per D-1 9)
-In sta ll @
'1£,./ Do ll ars
And tlo Ce nts
Per Unit
Concrete -Encasement -Insta ll @
F,~ Fi//{::-Do llars
And p./o Ce nt s
Per Unit
Unit 1Bid
Price
00
$ /.C:Cie:i. -
~
$0, -
c o
$ {.
oc
$~, -
C:,O
$ /5. -
00
$ 10 . -
00
55 -
$
$
eo
68,094.
A m o unt
Bi d
C)C:,
$ /. ceo.
co
$ 15 .
00
$ kb .
oc,
$ Bl .:to .
oc
$ fu.
6o
$ {,%;>.
6()
$Z,2a).-
(T ra nsfer Tota l to Page B-19 R )
B -18R (Addendum #2 )
SECTION A (WATER)
SECTION B (SEWER)
TOTAL (SECTION A + B)
SUMMARY OF BID
13 -19 R
}
$ I t.180 ~41. o!i
(Addendum #2)
~------'-' ---L'---------------------:,-;-------------,
Name of pre-qualified subcontractor for water and sanitary sewer installation (if applicable):
51:L ,=--Pc.£.FoQ..JV\ J5y s . .:r. Louis C]wsf. o ,:-°7}<,
B-20R (Addendum #2)
PROPOSAL
Within ten ( 10 ) days of notifi ca tio n by C ity , the und ersigned will execute the fonnal co nt rac t and will
d e liv e r an ap prov ed Surety Bo nd and such oth er bond s as required by the Co ntra ct Documents, for the
faithful perfo rmanc e of this Contract. The attached bid sec urity in the amount of 5% is to be co me th e
property of the City of Fort Worth , Texas, in the event the contract and bo nd or bonds are no t executed
and deli ve red within the tim e above se t forth as liquidated dam age s for the de lay and additional wo rk
caused th ere by .
lf as a requirement of this project, the under signed bidder certifies that they ha ve be en furni shed at least
o ne set of the General Contract Documents and General or Special Specification s fo r Proj ec ts , and that
they have thoroughly read and completely understand all th e requirement s and co ndition s o f th ose
General Documents and the specific Contract Documents and appurtenant plans .
The undersigned assures that its employees and applicants for employment and tho se of any labor
o rganizati o n, 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 180 calendar days as set forth in the written work order to be furni shed by
the Own er. 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 bidd ers in the State of , our principal place of business ,
are required to be perc ent lower than resident bidders by state law. A copy of
the statute is attached .
b. Non-resident bidder s in the State of ________ , our principal place of bu s in ess,
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
St ate of Texas.
Receipt is acknowledged of the following addenda:
Addendum No . 1 (initials) j.t'k'
Addendum No . 2 (initials) uJJ
Addendum No . 3 (initials) __ _
Adde ndum No . 4 (ini ti a ls) __ _
Addendum No . 5 (in iti als) ___ _
Addendum No . 6 (initials) __ _
(SEAL) if Bidder is Corporation
Date : _________ _
B -21 R
Re spectfully submitted ,
• By :C,: JI !Jat&& ~J . Lc:h .-t-f'f!Y)
Title :\::J~ ffi~.y:
Com pan y:ST Lc,.,..1·~ lo.s-+rt....<-··ti'co o+lt'I-A5 L+cl..
Address: ~.Scdb Qh A\.ff\w....
~+,LlcL~ {4C!43
Telephone{'i 1-i) Lfrc-D3QO
(Addendum #2)
' . ,
MA TE RIAL SUPPLIER INFORMATION FORM -36-inch Water Pipe
CONCRETE PRESSURE PfPE BAR-WRAPPED STEEL CYLTN DER TYPE
The CONCRETE PRESSURE PIPE BAR-WRAPPED STEEL CYLTNDE R TYPE pipe supplier
information form bound with this project manual shall be provided by the Contractor at the time that bid s
were submit1ed .
133<::i3
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 DUCTILE TRON PIPE pipe supplier information form bound with this project manual shall be
provided by the Contractor at the time that bids were submitted .
Ac\eco
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Locati on of plant in which pipe and fittings are to be manufactured
8 -22R (Addendum #2)
MA TE RIAL SUPPLIER INFORMATION FORM -20-inch Water Pipe
DUCTILE IRON 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 s ubmitted .
n, r
Name of Manufacturer Type of Pip e
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.
D, AMa""1 o Pvc.
Name of Manufacturer Type of Pipe
llome Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
DUCTILE IRON PIPE
The DUCTILE IRON PIPE and valve supplier infonnation form bound with this project manual shall be
provided by the Contractor at the time that bids were submitted.
Ac1eco
Namt! of Manufacturer Type of Pipe
AL
Home Office Address of Manufacturer
Locati o n o f plant in which pipe and fittings are to be manufactured
B -23R (Addendum #2)
..
I
I
I
1 , , , , , ,
• I
I
I
I
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. IZJ
BIDDER:
5:S: lci,.,.i $\sf\S..\o...c.....·t.\:JD af:Jb, o.~,Ud.. By:_\...es.==-=..c.._Y.,__,,~\,.. .... ).u.b ... ·ct:m..LL..L ....... n...._D..___ _____ _
Company (Please print)
Address
City/State/Z ip
Signature : d4 V /J_tfj;;.,.,,_,
Title : \:le.o.u:c.l Cbo..D~
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
PART C -GENERAL C O NDITIONS
TABLE OF CONTENTS
O CTOBER 19, 2009
TABLE OF CONTENTS
Cl-I DEFINITIONS Cl -1 (1)
Cl-1.1 Definition of Terms Cl-1 (1)
Cl -1.2 Contract Documents Cl-1 (2)
Cl-1.3 Notice to Bidders Cl-1 (2)
>-Cl-1.4 Proposal Cl-1 (2)
Cl-1.5 Bidder Cl-1 (2)
Cl-1.6 General Conditions Cl-1 (2)
~ .. Cl-1.7 Special Conditions Cl-1 (2)
Cl-1.8 Specifications Cl-1 (2)
Cl-1.9 Bonds Cl-1 (2) -Cl-1.10 Contract Cl-1 (3)
Cl -1.11 Plans Cl-1 (3)
Cl-1.12 City Cl-1 (3)
Cl-1.13 City Council Cl-1 (3)
Cl -1.14 Mayor Cl-1 (3)
Cl -1.15 City Manager Cl-1 (3)
,._ Cl-1.16 City Attorney Cl-1 (3)
Cl-1.1 7 Director of Public Works Cl-1 (3)
Cl-1.18 Director, City Water Department Cl-1 (3)
Cl-1.19 Engineer Cl-1 (3) -Cl-1.20 Contractor Cl-1 (3)
Cl -1.21 Sureties Cl-1 (4)
Cl-1.22 The Work or Project Cl-1 (4)
Cl -1.23 Working Day Cl-1 (4)
Cl-1.24 Calendar Days Cl -1 (4)
Cl-1.25 Legal Holidays Cl-1 (4) -,
Cl-1.26 Abbreviations Cl-1 (4)
Cl-1.27 Change Order Cl-1 (5)
Cl-1.28 Paved Streets and Alleys Cl-1 (5) ----Cl-1.29 Unpaved Streets or Alleys Cl-1 (6)
Cl-1.30 City Street Cl-1 (6)
Cl-1.31 Roadway Cl-1 (6)
Cl -1.32 Gravel Street Cl-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
... _ C2-2.1 Proposal Form C2-2 (1)
C2-2 .2 Interpretation of Quantities C2 -2 (1)
C2-2 .3 Examination of Contract Documents and Site of Project C2 -2 (2)
C2 -2.4 Submitting of Proposal C2 -2 (2)
(1)
/-
C2-2.5 Rejection of Proposals C2-2 (3)
C2-2.6 Bid Security C2-2 (3)
C2-2.7 Delivery of Proposal C2 -2 (3)
C2-2 .8 Withdrawing Proposals C2-2 (3)
C2-2.9 Telegraphic Modifications of Proposals C2 -2 (3)
C2-2.10 Public O pening of Proposal C2-2 (4)
C2-2 .11 Irregular Proposals C2-2 (4)
C2-2 .12 D isqualification of Bidders C2-2 (4) ' C ~·
C3-3 AW ARD AND EXECUTIO N OF DOCUMENTS: lw
C 3-3.l Consideration of Proposals C3-3 (1)
, . ... C3 -3 .2 Minority Business Enterprise/Women Business C3-3 (1)
,. ' . Enterprise Compliance
C3-3 .3 Equal Employment Provisions C3-3 (1)
C3 -3.4 Withdrawal of Proposals C3 -3 (1)
C3-3 .5 A ward of Contract C3-3 (2)
C3-3.6 Return of Proposal Securities , ' C3-3 (2)
C3-3 .7 Bonds C3-3 (2)
C3-3 .8 Execution of Contract ',. C3-3 (3)
C3-3.9 Failure to Execute Contract C3-3 (3)
C-3-3 .10 Beginning Work C3-3 (4)
C3-3.ll Insurance ' C3-3 (4)
C3-3 .12 Contractor's O bligations C3-3 (6) " C3 -3.13 Weekly Payrolls C3-3 (6) "" ,, " ' C 3-3.14 Contractor's Contract Administration C3-3 (6) "" C3 -3 .15 Venue ~ C3-3 (7)
,, '
•'
' . r
C4-4 SCOPE OF WORK . ,•
"' ',;,,:.,..'lo
C4-4.l Intent of Contract Documents C4-4 (1)
C4-4 .2 Special Provisions C4-4 (1)
C4-4.3 Increased or D ecreased Quantities C4-4 (1)
C4-4.4 Alteration of Contract Documents ' C4-4 (2)
C4-4.5 Extra Work ·, ,,
C4-4 (2) \ q
C4-4.6 Construction Schedule C4-4 (3)
C4-4 .7 Schedule Tiers Special Instructions C4-4 (6)
CS-5 C O NTROL OF W ORK AN D MATERIALS
'(
CS-5.1 Authority of Engineer CS-5 (1)
CS-5 .2 Conformity with Plans "'' CS-5 (1)
C S-5.3 Coordination of Contract D oc uments CS-5 (I) " CS -5.4 Cooperation of Contractor C5-5 (2)
CS-5.5 Emergency and/or Rectification Work C5 -5 (2)
CS-5 .6 Field O ffice C5-5 (3) ~.
l I ' CS-5.7 Construction Stakes C5-5 (3)
(2)
C5-5.8 Authority and Duties of City Inspector C5-5 (3)
C5-5 .9 Inspection C5-5 (4)
C5-5.I0 Removal of Defective and Un authorized Work C5-5 (4)
C5-5.l l S ub stitute Materials or Equipment C5 -5 (4)
C5-5.12 Samples and Tests of Materials C5-5 (5)
C5-5 .13 Storage of Materials C5-5 (5)
C5-5.14 Existing Structures and Utilities C5-5 (5) -~ C5-5 .15 Interruption of Service C5-5 (6)
C5-5.16 Mutual Responsibility of Contractors C5-5 (7)
C5 -5 .17 Clean-Up C5-5 (7)
;_, C5-5 .18 Final Inspection C5-5 (8)
C6-6 LEGAL RELATIO NS AND PUBLIC RESPO NSIBILITY
C6-6. l Laws to be Observed C6-6 (1)
C6-6.2 Permits and Licenses C6-6 (1)
C6-6.3 Patented Devices, Materials, and Processes C6-6 (1)
C6-6.4 Sanitary Provisions C6-6 (1)
C6-6 .5 Public Safety and Convenience C6-6 (2)
C6-6.6 Privileges f Contractor in Streets, Alleys, C6-6 (3)
and Right-of-Way
C6-6 .7 Railway Crossings C6-6 (3)
C6-6 .8 Barricades, Warnings an d Flagmen C6-6 (3)
C6-6 .9 Use of Explosives, Drop Weight, Etc. C6-6 (4)
C6-6.10 Work Within Easements C6-6 (5)
C6.6.l 1 Independent Contractor C6-6 (6)
C6-6.12 Contractor's Responsi bility for D amage Claims C6-6 (6)
C6-6 .13 Contractor's Claim for Damages C6-6 (8)
C6 -6.14 Adjustment or Relocation of Public Utilities, Etc . C6-6 (8)
C6-6.15 Temporary Sewer and Drain Connections C6-6 (8)
C6-6 .16 Arrangement and Charges for Water Furnished by the City C6 -6 (9)
C6-6.I7 Use of a Section or Portion of the Work C6-6 (9)
C6-6.18 Contractor's Responsibility for the Work C6-6 (9)
C6-6 .19 No Waiver of Legal Rights C6-6 (9)
C6-6 .20 Personal Liability of Pu b lic O fficials C6-6 (10)
C6-6 .21 State Sales Tax C6-6 (10)
....-"I
C7 -7 PROSECUTION AND P ROGRESS
C7-7.1 Subletting C7-7 (1) --C7-7 .2 As signment of Contract C7-7 (1)
C7 -7.3 Prosecution of The Work C7-7 (1)
C7-7.4 Limitation of Operations C7-7 (2) -C7-7 .5 Character of Workmen and Equipment C7 -7 (2)
C7-7 .6 Work Schedule C7-7 (3)
C7-7.7 Time of Commencement and Completion C7-7 (3)
C7 -7 .8 Extension of Time Completion C7-7 (3)
(3)
.. '
C7-7 .9 Delays C7 -7 (4)
C7-7.10 Time of Completion C7 -7 (4)
C7-7.l 1 Su spension by Court Order C7-7 (5)
C7-7 .12 Temporary Su spension C7-7 (5)
C7-7 .13 Termination of Contract due to National Emergency C7-7 (6)
C7 -7 .14 Su spension or Abandonment of the Work C7-7 (6)
and Annulment of the Contract:
• C7-7 .15 Fulfillment of Contract C7-7 (8)
C7 -7 .16 Termination for Convenience of the Owner C7 -7 (8)
C7-7.17 Safety Methods and Practices C7-7 (11)
C8-8 MEASUREMENT AN D PAYMENT
C8-8 .1 Measurement Of Quantities C8-8 (1)
C8-8 .2 Unit Prices C8 -8 (1)
C8-8 .3 Lump Sum C8-8 (1)
C8-8.4 Scope of Payment C8-8 (1)
C8-8.5 Partial Estimates and Retainage C8-8 (2)
C8-8 .6 Withholding Payment C8 -8 (3)
C8-8 .7 Final Acceptance C8-8 (3)
'I C8-8.8 Final Payment C8-8 (3)
C8-8.9 Adequacy of Design C8-8 (4)
C8 -8.10 General Guaranty C8 -8 (4)
C8-8 . l l Subsidiary Work C8-8 (4)
C8-8 .12 Miscellaneo us Placement of Material C8 -8 (4)
C8-8 .13 Record Doc uments C8-8 (4)
·~
! '
' ., {
' . '
.·
',,
(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)
(Sample)
(Sample)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
C 1-1.3 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.
C 1-1.4 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.
C 1-1.5 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 In s tructions 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.
C 1-1.13 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.
Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
C 1-1 .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.
C 1-1.18 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.
C 1-1.19 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.
C 1-1.20 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.
Cl-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
C 1-1.24 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:
I.
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 Gallo n s
Highway Transportation Officials per D ay
ASCE American Society of Civil CFS Cubic Foo~ 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
A SA American Standards Association O.D. Outside Diameter
HI Hydraulic Institute Elev . Elevation
Asph . Asphalt F Fahrenheit
Ave . Avenue C Centigrade
Blvd. Boulevard In . Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin. Linear or Lineal Yd . Yard
lb. Pound SY Square yard
MH Manhole L.F . Linear Foot
Max . Maximum D.I . Ductile Iron
Cl-1.27 C HANGE ORDER: A "Change Order" is a written supplemental agreement
b etween the 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 which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a C hange Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley havi ng one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4. Concrete, with or without separate base material.
5 . Any combination of the above.
C l-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 .
C 1-1.31 ROA D WAY: The roadway is defined as the area between parallel lines two
(2') back of the cu rb 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 fo und on the street surface before any improvement was made.
•'
'
; .
' . ' ...
t , r .
.,
A ,, ,.
}
~
t
' !
Cl-I (6)
~
-
-
,. -
'
,
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form , which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested . The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule ," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids .
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one ( 1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten ( 10) percent of the estimated project cost will be required .
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis . Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2 (1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the · Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
" Documents just as though such addenda were actually written into the original Contract
Documents .
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion , and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based . It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed .
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern .
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
' .
' • i . .
i
...
-
r-
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures, additions not called for, conditional or uncalled for
alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened .
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids.
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless 1t 1s
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas .
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writing, addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2 (3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders ." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids .
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for,
unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to , the following reasons:
a) Reasons for believing that collusion exists among bidders .
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one · under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2 (4)
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AWARD 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 (I)
·~ '
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 propos als , and in no event will an award be made until after
investigations have been made a s to the re sponsibility of the proposed awardee .
The award of the contract, if award is made, will be to the lowest and best respon sive
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 propos al securities , us ually those of the three lowest
bidders , will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids , after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents , the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. PERFORMANCE BOND: A good and sufficient performance bond in ~
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials . This performance bond shall guarantee the
payment for all labor, materials , equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are ac complished and final payment is made
on the project by the City .
b . MAINTENANCE BOND: A good and sufficient maintenance bond , in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10 .
c. PAYMENT BOND: . A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise , guaranteeing the
prompt, full and faithful payment of all claimants a s defined in Article
C3-3 (2)
.. ~.
'\
--
d.
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56th Legislature, Regular Session, 1959, effective April 27,
1959, and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made .
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) day s, 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 A wardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3.11 INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insura·nce 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.
COMPREHENSNE 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 acts
of sub-contractors).
C3-3 (4)
r '
-
2 .
3.
4.
5.
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).
6 . Contractual Liability (covers all indemnification requirements of
Contract).
d . AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
e.
f.
g.
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 insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
performance, payment, maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth. Tarrant County, Texas . Each such
agent shall be a duly qualified, one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth-
Dallas area. The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance .
C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials, labor and services when due .
C3-3 .13 WEEKLY PAYROLLS: A certified . copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person, persons, partnership, company, firm, association , corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office (or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area , notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
;/
' ....
·-.
--
appropriately signed and sealed, as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents. The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work , or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may , at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason .
C3 -3.15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas .
C3-3 (7)
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 considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents , furnish all labor, tools, materials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein .
C4-4.3 INCREASED OR DECREASED QUANTITIES : The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary , and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
C4-4 (1)
....
·-
r
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole . Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents.
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a . Unit bid price previously approved.
b. An agreed lump sum.
C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and ( 4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
( 4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties .
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions , either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work .
C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i .e . file formats associated with the
scheduling software). The approved scheduling software systems 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)
p
..
,''
(, ...
. .
~ ~
' '
I
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any.
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER .
The following guidelines shall be adhered to in preparing the baseline construction
schedule.
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
b . The construction progress shall be divided into activities with time durations no
greater than 20 work days . Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general act1v1t1es as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration.
The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of
this contract document by reference for all purposes, the same as if copies verbatim
herein .
For each general activity, the construction schedule shall identify all trades or
subcontracts applicable to the project whose work is represented by activities that follow
the guidelines of this section .
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction, pre-acceptance activities , and
C4-4 (4)
events in their logical sequence for equipment and materials. Include applicable activities
and milestones such as :
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6. Erection and installation
7 . Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9 . Owner's operator instructions (if applicable) ' ,
10. Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall
prepare and submit monthly to the OWNER for approval the updated schedule in
accordance with C4-4.6 and C4-4.7 and the OWNER 's Schedule Guidance Document
inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and
record actual progress as described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable :
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a . The CONTRACTOR's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates, submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b . Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted .
C4-4 (5 )
\
V
/
'
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.
CS-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
CS-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.
CS-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.
CS-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)
'""
discrep ant 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 force s or by contract. The City shall deduct
an amount equal to the entire co sts for such remedial action , plus 25 %, from any funds
due the Contractor on the project. . -
CS-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.
CS-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.
CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR : City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished . Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of in spection 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 di spute 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 is sue any instruction s contrary tot he requirement s of the
CS -5 (3)
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
CS-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 .
CS-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
C5-5 (4)
capable of performing the same function as that specified ; and identifying all variations
, of the proposed substitute from that specified and indicating available maintenance
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense . Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-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.
CS-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.
CS-5 .14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions
shown .on the plans relative to the existing utilities are based on the best information
available . Omission from, the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains, water mains, conduits , sewer lines and service lines for
C5-5 (5)
all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply .
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances . The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines . Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight (48)
hours in advance of construction including exploratory excavation if necessary . All
verification of utilities and their adjustment shall be considered subsidiary work.
CS-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:
l. 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:
CS-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 d~ficiencies cited to the
Contractor in the written notice, and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site of the project all surplus and discarded materials , temporary
structures, and debris of every kind. He shall leave the site of all work in a neat and
orderly condition equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project.
CS-5 (7)
CS-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 IO 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 ass,ume 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 served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic, with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed
except by special 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 valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
' '
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or de stro y 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
in structions 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 hi s intentions to begin
work on that portion of the project which is rel a ted to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES.WARNINGS AND WATCHMEN : Where the work is
carried on in or adjacent to any street, alley , or public place, the Contractor shall at his
own expense furnish , erect, and maintain such barricades , fences , lights, and danger
signals, shall provide such watchman , and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary .
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade . A sufficient number of barricades shall be erected and maintained
to keep pedestrian s 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 comp~nsation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period, as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to
use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property. The Contractor shall notify
the proper representative of any public service corporation, any company, individual, or
utility, and the Owner, not less than twenty-four hours in advance of the use of any
C6-6(4)
activity which might damage or endanger their or his property along or adjacent to the
work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way or
work area considered necessary by the Contractor shall be provided by him at his
expense. Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area . The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns,
fences, culverts, curbing, and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work.
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act, omission, neglect , or
misconduct in the manner or method or execution of the work, or at any time due to
defective work , material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing, rebuilding, or otherwise
C6-6(5)
-
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area. The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore, no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nuisance or hazardous condition results,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6 .6 .11 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same, and shall
be solely responsible for the acts and omissions of its officers, agents, servants,
employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with , directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers, agents, employees, contractors, subcontractors, licensees or invitees of the
C6-6(6)
Owner; and said Contractor doe s 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)
....
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate , refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25th day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers . The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions .
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service . The existing sewers and connections shall be kept in service
and maintained under the Contract , except when specified or ordered to be abandoned by
the Engineer. All water, sewage , and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND Y AL YES 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, m 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)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS :
C7-7.1 SUBLETTING: The Contractor shall perform with his own organization ,
and with the assistance of workmen under his immediate superintendance, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times , when the work is in operation , be represented either in
person or by a superintendent or other designated representatives .
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does , without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm , or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled , unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies , if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period .
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment , materials , and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
-
.-
-
....
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations. are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT:· Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who, in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful, intemperate,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition .
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use .
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working day s shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS " or
the date stipulated in the "WORK ORDER " for beginning work , whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays , providing that the following
requirements are met:
a.
b .
A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
Any work to be done on the project on such a specific Saturday , Sunday or
Legal Holiday mu st be , in the opinion of the Enginee r, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires.
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION : The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
ab andonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized .
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood , tornadoes, epidemics , quarantine re strictions , strikes , embargoes,
or delays of sub-contractors due to such causes.
C7 -7(3 )
J
s. '
....
-
-
-
When the date of completion is based on a calendar day bid, a request for extension of
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery .
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7 .9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material, if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to ari equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council : and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
' '
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclu sive $ 35.00
$ 5,001 to $ 15,000 inclusive $ 45.00
$ 15,001 to $ 25,000 inclusive $ 63.00
$ 25,001 to $ 50,000 inclusive $ 105.00
$ 50,001 to $ 100 ,000 inclusive $ 154 .00
$ 100,001 to $ 500 ,000 inclusive $ 210.00
$ 500,001 to $1 ,000 ,000 inclusive $ 315 .00
$1,000,001 to $2,000 ,000 inclusive $ 420.00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible .
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews .
If it should become necessary to suspend work for an indefinite period , the Contractor
shall store all materials in such manner that they will not obstruct or impede the public
unnecessarily nor become damaged in any way, and he shall take every precaution to
prevent damage or deterioration of the work performed; he shall provide suitable drainage
about the work , and erect temporary structures where necessary .
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION , and should it be
C7-7(5)
....
-
.i.
-
-
-
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
Contractor may be reimbursed for the cost of moving his equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
construction may be resumed. Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time .
C7-7(6)
. ' '
, .
c . Failure of the Contractor to provide and maintain s ufficient labor and
equipment to properly execute the working operation s.
d. Substantial evidence that the Contractor has abandoned the work .
e . Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f . Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents .
g . Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1.
j.
k.
A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
If the Contractor commences legal action against the Owner. ' '
A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties . When work is suspended for any cause or causes, or when the
contract is canceled , the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may , at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents . The
Sureties, in such event shall assume the Contractor's place in all respects , and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents . All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents .
C7-7(7)
.,
' ·*'
' ' ;
.... ,
-
-
-
-
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto . The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due . When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7 .15 FULFILLMENT OF CONTRACT: The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under this contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A . NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated , and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
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 of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times, and to the extent, if any, directed by the Engineer:
5.
6.
a.
b.
the fabricated or unfabricated parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
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.
complete performance of.such work as shall not have been
terminated by the notice of termination; and
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. -
-
F .
-
......
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 prov1S1ons 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.
FAILURE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7 .16(0) 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 deterrhine, 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.
DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
I. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
G.
H.
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.
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 .
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
respon sible for initiating , maintaini ng and supervi sing all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws , ordinances , and
regulations so as to protect person and property from injury, including death , or damage
in connection with the work.
C7-7(11)
.... '
-
--
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8. l MEASUREMENT OF QUANTITIES: The determination of quanttt1es 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 CS-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 .
CS-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the l 51 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.
CS-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)
I
. '
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents . It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship . The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in .the Proposal, for each
bid item . Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions . Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda, modifications, shop drawings and samples at the
C8-8(4)
ii,..., ,I
r
" '
' ' ·-·
r k ;
~
' u
t,.i J ..
" 1,.
~
~
> ., .
~ ,,
•, .-...
.,
~ . ~
.-
~ ,
,.-~
•
site, in good order and annotated to show all changes made during the construction
process . These shall be delivered to the Engineer upon completion of the work .
C8-8(5)
.-
-
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
B.
C.
D .
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 RETAlNAGE: 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 ofless 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.
Part C -General Conditions : Paragraph C3-3 .1 l of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions .
C3-3 .1 l INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
E. C6-6.12 CONTRACTOR 'S RESPONSIBLITY FOR DAMAGE CLAIMS : Page C6-6
(8), is deleted in its entirety and replaced with the following :
Contractor covenants and agrees to indemnify City's engineer and architect , and their
personnel at the project site for Contractor's sole negligence . In addition, Contractor
covenants and agrees to indemnify, 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 established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the 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.
G. C3-3.1 l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL
Revised
10/24 /02
Pg.2
.....
. -
-
-
-~
-
.--
INSURANCE REQUIREMENTS"
a . The City, its officers, employees and servants shall be endorsed as an additional insured
on Contractor's insurance policies excepting employer's liability insurance coverage under
Contractor!s workers' compensation insurance policy.
b . Certificates of insurance shall be delivered to the City of 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 authorized to do business in the State of Texas and have a -current
AM. Best rating of A : VII or equivalent measure of financial strength and solvency.
£ 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.
l. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg. 3
' ,,:'7 r I ~
H .
I.
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
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 CS-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.
C8-8 .10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the following :
Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or responsibility for faulty materials or workmanship. The Contractor shall
remedy any defects or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of fin al
acceptance of the work unless a longer period is sp ecified and shall furnish a good and sufficient
maintenance bond in the amount of 100 percent of the amount of the contract which shall assur e
the performance of the gene ra l guaranty as abov e outlin ed. The Owner will give notice of observ ed
defects with reasonable promptness.
Revised
10/24/02
Pg.4
-
-
-
-
.-.
J.
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 (4) exchange paragraphs C2-2 .7, C2-2.8 and C2-2.9 with the
following:
C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project as
designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P .O . Box 17027, Fort Worth, Texas
76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened.
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any 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
K. C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated
November 1, 1987; (City let projects) make the following revisions:
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to
read:
Revised
10/24/02
Pg. 5
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law ; or (2) have obtained reinsurance for
any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE ".
3. Pg . C3-3(6), Paragraph C3-3.l 1 INSURANCE d elete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
L. RIGHT TO AUDIT : Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT , Page C8 -8 (5), add the following:
C8 -8.14 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 work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits .
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further , that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space , in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance notice
of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows:
Revised
10/24 /02
1. 50 copies and under -10 cents per page
Pg .6
,
·-
--
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M. SITE PREPARATION:
N.
0 .
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations . The contractor's attention is directed to paragraph C6-6.10 work
within easements, page C6-6(4), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe.
Reference Part C -General Conditions , Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN :
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
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
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years .
Revised
10/24/02
Pg. 7
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 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 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 thafthe 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
,.
PART D -SPECIAL CONDITIONS
D-1 GENERAL ............................................................................................................................ 3
D-2 COORDINATION MEETING ................................................................................................ 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7
D-5 CROSSING OF EXISTING UTILITIES ................................................................................. ?
D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8
D-8 TRAFFIC CONTROL ................................................................................................... : ....... 9
D-9 DETOURS ......................................................................................................................... 10
D-10 EXAMINATION OF SITE ............................................................................................... 10
D-11 ZONING COMPLIANCE ................................................................................................. 10
D-12 WATER FOR CONSTRUCTION .................................................................................... 10
D-13 WASTE MATERIAL ....................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........... · ............................................. 10
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11
D-16 BID QUANTITIES .................................................................................... ." ..................... 11
D-17 CUTTING OF CONCRETE ............................................................................................ 11
D-18 PROJECT DESIGNATION SIGN ................................................................................... 11
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12
D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12
D-22 2:27 CONCRETE ........................................................................................................... 13
D-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION ........................................... 13
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15
D-26 SANITARY SEWER MANHOLES .................................................................................. 16
D-27 SANITARY SEWER SERVICES .................................................................................... 19
D-28 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES .................. 20
D-29 DETECTABLE WARNING TAPES ................................................................................. 23
D-30 PIPE CLEANING ............................................................................................................ 23
D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23
D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23
D-33 SUBSTITUTIONS .......................................................................................................... 23
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27
D-36 BYPASS PUMPING ....................................................................................................... 28
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28
D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30
D-39 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32
D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32
D-42 SITE RESTORATION .................................................................................................... 32
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33
D-44 TOPSOIL , SODDING, SEEDING & HYDROMULCHING ............................................... 33
D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39
D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40
D-49 CLAY DAM ..................................................................................................................... 40
02/09/2010 SC -1
PART D -SPECIAL CONDITIONS
D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40
D-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40
51 .1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .40
51.2 Blocking ....................................................................................................................... 41
51.3 Type of Casing Pipe ..................................................................................................... 41
51 .4 Tie-lns .......................................................................................................................... 41
51 .5 Connection of Existing Mains ...................................................................................... .41
51 .6 Valve Cut-Ins ............................................................................................................... 42
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 ......................................................... '. ........................................ 46
51 .12 Ductile Iron and Gray Iron Fittings ............................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL ........................................................................... .47
D-53 DEWATERING .............................................................................................................. 47
D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47
D-55 TREE PRUNING ............................................................................................................ 47
D-56 TREE REMOVAL ........................................................................................................... 48
D-57 TEST HOLES ................................................................................................................. 48
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ......................................................................................................................... 49
D-59 TRAFFIC BUTTONS ...................................................................................................... 49
D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50
D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50
D-62 CONSTRUCTION STAKES ........................................................................................... 50
D-63 EASEMENTS AND PERMITS ........................................................................................ 50
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51
D-65 WAGE RATES ............................................................................................................... 51
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....................................... 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 53
D-68 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ...................................................................................................... 55
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .............................................. 56
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................... 56
D-71 AIR POLLUTION WATCH DAYS .................................................................................. 57
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ....................................... 57
0210912010 SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 -
Supplementary Conditions to Part C of the Contract. Anything contained in "this Part D that is
additive to any provision in Part C -General Conditions and part C 1 -Supplementary Conditions
to Part C of the Contract are to be read together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR: CULTURAL DISTRICT/ WILL ROGERS WATER AND
SANITARY SEWER IMPROVEMENTS, PART 2 -
KIMBELL ART MUSEUM EXPANSION
FORT WORTH, TEXAS
CITY PROJECT NO. 01468
WATER DEPARTMENT PROJECTS NO . P265-607170146887 & P275-707170146887
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 respons ible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules, regulations , requirements, instructions , drawings or details referred to by manufacturers
name, or identification include therein as specifying, referring or implying product control,
performance, quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore , work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in lhe current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work .
This contract and project , where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions :
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
02109/2010 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 .
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 .
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.
02/09/2010 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 cert ificate 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 prov iding services on the project; and
02/09/2010 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 certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery , within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice, in the text , form and manner prescribed
by the Texas Worker's Compensation Commission, informing all persons providing services on
the project that they are required to be covered , and stating how a person may verify coverage
and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to :
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401 .011 (44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project , a certificate of
coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project ;
4. Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage , prior to the other person beginning work on the project ; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate, of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project ; and
02/09/2010 SC-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
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling, or delivering equipment or materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee ."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate, for a period of time,
existing lines. The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines.
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is 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 dee·med subsidiary work , the
cost of wh ich shall be included in the price bid in the Proposal for each bid item .
0-6 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 w ith 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 .
0-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
02/09/20 10 SC-8
-
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads . The Contractor shall not, at any
time , cross the ex isting or new pipe with a truck delivering new pipe to the site. Any damage to the
existing or new pipe will be repa ired or replaced by the Contractor , at the Contractor's expense , to
the satisfaction of the City .
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent cross ings of the pipes are allowed. It still is, however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
construction operation.
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to. starting work . As part of the
"Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701d Vernon's Civil Statutes , pert inent 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 tempo rary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly
or if it does not meet the required specifications, the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic periods " as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."
The lump sum pay item for traffic control shall cover design and / or installation , and maintenance
of the traffic control plan .
02109/2010 SC-9
PART D -SPECIAL CONDITIONS
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area .
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties , procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during the preparation of the Proposal and all u.nusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary , clean-up shall be done on
a daily basis . Clean up work shall include , but not be limited to :
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents ' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed .
No more than seven days shall elapse after completion of construction before the roadway , right-
02/09/2010 SC-10
PART D -SPECIAL CONDITIONS
of-way , or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance . The City of Fort Worth shall give final acceptance of the
comp leted 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 OPERA TE 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 .
D-18 PROJECT DESIGNATION SIGN
02/09/2010 SC-11
PART D -SPECIAL CONDITIONS
Project signs are required at all locations . It shall be in accordance with the DetairWTR_-035 . The
signs may be mounted on skids or posts . The Engineer shall approve the exact locations and
methods of mounting . In add ition to the 4' x 4 ' project signs , project signs shall be attached to
barricades used where manhole rehab ilitation 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 WTR-035 , except
that they shall be 1 '-0 " by 2 '-0 " in size . The information box shall have the following information :
For Questions on this Project Call :
(817) 392-8306 M-F 7 :30 am to 4:30 p.m.
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials , labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed.
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where mains are required to be placed under existing sidewalks and/or
driveways , such sidewalks and/or driveways shall be completely replaced for the full existing width,
between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction , Item 504 .
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construct ion, 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
208.3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications , General Contract Documents .
02/0912010 SC-12
PART D -SPECIAL CONDITIONS
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of
Backfill Materials, Construction Specifications, and General Contract Documents .
D-22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair .
Since this call-out includes the word "concrete", the consistent interpretation of the Transportation
and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of
concrete.
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways, gravel. surfaced roads, within
easements, and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein.
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall b~ entirely the Contractor's own. All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements, and any temporary construction
easements . All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth of
the various test holes. If excavated material is obviously granular in nature, containing little or no
plastic material, the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D"
Backfill, and E2-2.11 Trench Backfill for additional requirements . When Type "C" back-fill material
is not suitable, Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general, all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029 . Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces, lumps of
clay, soil, loam or vegetable matter and shall meet the following gradation :
02/09/2010 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P .I. = 10 or less
Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size
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. 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all
trench backfill . Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested. No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City.
4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe.
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness, etc., to existing pavement as
detailed in the Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts, Figures STR-028 through STR-031.
The results of the street cores that were conducted on the project streets , to determine HMAC
depths on existing streets, are provided in these specifications and contract documents.
02/09/2010 SC-14
PART D -SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface . This finished grade shall be
maintained in a serviceable condition until the paving has been replaced . All residential driveways
shall be accessible at night and over weekends .
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width.
Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line.
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at the earliest possible date.
A permit must be obtained from the Construction Services Section by the Contractor in
conformance with Ordinance No . 3449 and/or Ordinance No. 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction . This permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section .
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of
this item govern all trenches for mains, manholes , vaults, service lines, and all other
appurtenances . The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety .
C. DEFINITIONS :
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen (15) feet.
2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical surfaces between
levels .
0210912010 SC-15
PART D -SPECIAL CONDITIONS
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire man.hole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings . Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings, or where necessary and approved by the Engineer , shall be
replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame . If the walls or cone section below this . level are structurally unsound,
notify the Engineer prior to replacement of the grade rings and manhole frame. Existing
br ickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris .
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames , a flat top section shall be installed.
Joint surfaces between the frames , adjustment rings, and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint , or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole . No steel shims, wood , stones, or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame .
In paved areas or future paved areas , castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation .
3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-
450 Heavy Tnemecol", or equal , to a minimum of 14 mils dry film thickness .
4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling .
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all
labor, equipment , and materials necessary for construction of the manhole including, but not
limited to, joint sealing , lift hole sealing and exterior surface coating. Payment shall not include
pavement replacement , which if required, shall be paid separately .
02/09/2010 SC-18
,-
PART D -SPECIAL CONDITIONS
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole , including , but not limited to , excavat ion ,
backfill , disposal of materials, joint sealing, lift hole sealing and exterior surface coating .
Payment shall not include pavement replacement, which if required, shall be paid separately .
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole, including but not
limited to, joint sealing, lift hole sealing, and exterior surface coating .
Payment for concrete collars will be made per each . Payment for manhole inserts will be
made per each .
D-27 SANITARY SEWER SERVICES
Any reconnection , relocation, re-routes , replacement, or new sanitary sewer service shall be
required as shown on the plans, and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps . The
service connections shall be constructed by the Contractor utilizing standard factory manufactured
tees . City approved factory manufactured saddle taps may be used , but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case
basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required . Severed service
connections shall be maintained as specified in section C6-6 .15 .
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
02/0912010 SC-19
PART D -SPECIAL CONDITIONS
(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) requirement is satisfied. Elevations shall also
be verified at all bend locations on the service re-route . All applicable sewer mains , laterals
and affected service lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is .,.
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied . If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as . approved by the Engineer) is
satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any
sewer service for which no grade verification has been submitted . All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense . The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code . Connection to the existing sewer service line shall
be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling
A.S .T.M. C--425 with series 300 stainless steel compression straps . The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line.
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property. Furthermore, the contractor shall utilize the services of
a licensed plumber for all service line work on private property . Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Wort_h
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 .
02109/2010 SC-20
PART D -SPECIAL CONDITIONS
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1.5 Salvaging of Materials .
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade.
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade .
C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1 .5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill . Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials . The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade. If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade .
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade . Concrete shall then be used as
backfill material to match existing grade.
F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2 .9 Backfill . Backfill material shall be suitable excavated
niaterial approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade .
G. ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall
be removed to the top of the full barrel diameter section , or to point not less than 18 inches
below final grade . The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either clean
washed sand of clean , suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface. Payment for work involved in
backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole .
02109/2010 SC-21
PART D -SPECIAL CONDITIONS
H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting
the structure disconnected . The complete manhole, including top or cone section, all full barrel
diameter section, and base section shall be removed . The excavation shall then be backfilled
and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill.
Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer.
Surface restoration shall be compatible with surrounding surface .
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be
required to cut, plug, and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required ..
J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard.
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location .
Payment will be made for salvaging, abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e ., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main, the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main.
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
02/09/2010 SC-22
PART D -SPECIAL CONDITIONS
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 2Yi 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
tapes, and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall
be swept daily and kept clean during installation . A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage .
D-31 DISPOSAL OF 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
02/09/2010 SC-23
PART D -SPECIAL CONDITIONS
The specifications for materials set out the minimum standard of quality , which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material , which has
been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if a
material , product , or piece of equipment bearing the name so used is furnished , it will be
approvable , as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City . If a product of any other name is proposed for use , the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute . Where
the term "or equal ", or "or approved equal" is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose. However, the Contractor shall have the full responsibility of proving that the proposed
substitution is, in fact , equal , and the Engineer, as the representative of the City , shall be the sole
judge of the acceptability of substitutions. The provisions of .this sub-section as related to
"substitutions " shall be applicable to all sections of these specifications .
0-34 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 the ir 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.
02109/2010 SC-24
PART D -SPECIAL CONDITIONS
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.
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 .
8. 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 televis ion 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
0210912010 SC-25
PART D -SPECIAL CONDITIONS
of the distance meter shall be checked by use of a walk ing meter, roll-a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection. In addition, other points of significance
such as locations of unusual conditions , roots, storm sewer connections, broken pipe,
presence of scale and corrosion , and other discernible features will be recorded, and a
copy of such records will be supplied to the City .
3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer , as long as such photographing does not interfere with the Contractor's
operations.
4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed . Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days .
Equipment shall be provided to the City by the Contractor for review of the tapes. The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate serv ice
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 with this work shall be incidenta l 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
02/09/2010 SC-26
PART D -SPECIAL CONDITIONS
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal, transportation and disposal of sand
and debris from the sewers to a legal dump site .
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall
be incidental and no payment shall be made .
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections .
The cost of retrieving the TV Camera , under all circumstances , when it becomes lodged during
inspection , shall be incidental to TV Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
0-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes .
B. EXECUTION :
1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with
all connections in place. Lift holes shall be plugged, and all drop-connections and gas
sealing connections shall be installed prior to testing .
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole. The plugs shall be installed in the lines beyond the
drop-connections, gas sealing connections, etc . The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations . A vacuum of ten inches of mercury (1 O"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 C 1244-93:
02/0912010
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 .
SC-27
PART D -SPECIAL CONDITIONS
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 r~quired test time . Any manhole,
which fails to pass the initial test, must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
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 television 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
02/09/2010 SC-28
PART D -SPECIAL CONDITIONS
satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
C. EXECUTION :
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line . No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
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
02/09/2010 SC-29
PART D -SPECIAL CONDITIONS
and may be retained a maximum of 30 calendar days . Equipment shall be provided to the
City by the Contractor for review of the tapes . Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections, the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City . If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made. Also, no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis . The quantity of TV inspection shall be
measured as the total length of new pipe installed. All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shall furnish, at its own expense , certifications by a private laboratory for all ...,
materials proposed to be used on the project, including a mix design for any asphaltic and/or
Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken. The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto .
8 . Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement, and mortar which are
to be used later in the concrete. The Contractor shall provide a certified copy of the test
results to the City.
C. Quality control testing of in-place material on this project will be performed by the city at its own
expense. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the City. The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requiring testing . The Contractor shall provide access and trench safety system (if required)
for the site to be tested, and any work effort involved is deemed to be included in the unit price
for the item being tested .
02/09/2010 SC-30
-
PART D -SPECIAL CONDITIONS
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site . The ticket shall specify the name of the pit supplying the fill material.
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations . The temporary
measures shall include dikes, dams, berms , sediment basins, fiber mats, jute netting,
temporary seeding, straw mulch , asphalt mulch, plastic liners , rubble liners, baled-hay retards,
dikes, slope drains and other devices .
B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible-earth material exposed by preparing right-
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 m_ay 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 grad ing,
mulching, seeding , and other such permanent pollution-control measures current in
accordance with the accepted schedule . Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion -control measures shall be performed as directed by the
Engineer .
2. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams .
3. Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer , mechanized equipment
shall not be operated in live streams .
4 . When work areas or material sources are located in or adjacent to live streams , such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream. Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream.
5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other
obstructions placed during construction operations that are not a part of the finished work .
02/0912010 . SC-31
PART D -SPECIAL CONDITIONS
6 . The Contractor shall take sufficient precautions to prevent pollut ion of streams , lakes and
reservoirs with fuels , oils , bitumen , calcium chloride or other harmful materials . He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes
and reservoirs and to avoid interference with movement of migratory fish .
C. MEASUREMENT AND PAYMENT : All work , materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this work .
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construction
and adjacent property when construction is not in progress and at night. Drives shall be left
accessible at night, on weekends, and during holidays . The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction.
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
D-41 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors' operations including lawns, yards, shrubs,
trees, etc ., shall be preserved or restored after completion of the work, to a condition equal to or
better than prior to start of work.
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor 's expense . Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
as soon as possible with a tree wound dressing .
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming , removal, or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the
Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association . A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture . Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City.
To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer . The basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot.
02109/2010 SC-32
., -
-
PART D -SPECIAL CONDITIONS
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List , for the bid to be considered responsive . Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements.
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil , Sodding and Seeding .
1. TOPSOIL
DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil, free from rock and foreign material , in all parkways and medians to the lines and
grades as established by the Engineer.
CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation . All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source . Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways.
2. SODDING
DESCRIPTION : Sodding will consist of furnishing and planting Bermuda, Buffalo or St.
Augustine grass in the areas between the curbs and walks, on terraces , in median strips, on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification . Recommended Buffalo grass varieties
for sodding are Prairie and 609 .
MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass
secured from sources where the soil is fertile. Sod to be placed during the dormant state of
these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a
healthy , virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy,
virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots.
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted .
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating , hauling , and planting . Sod material shall be kept moist from the time it is dug
until planted . When so directed by the Engineer, the sod existing at the source shall be
0210912010 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent required prior to excavating . Sod material shall be planted within three
days after it is excavated .
CONSTRUCTION METHODS : After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St.
Augustine grass.
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows ,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade. Holes of equivalent depth and spacing may be used instead of furrows .
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression . Hand tamping may be required on terraces .
b. Block Sodding .
At locations on the Drawings or where directed, sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered, and any voids left in the block sodding shall be filled with additional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod, which , in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently
close to hold the block sod firmly in place .
When necessary, the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun. Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance .
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3 . SEEDING
DESCRIPTION : "Seeding" will consist of preparing ground , providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications.
MATERIALS:
02/09/2010 SC-34
PART D -SPECIAL CONDITIONS
a. General. All seed used must carry a Texas Testing Seed label showing purity and
germination , name , type of seed, and that the seed meets all requirements of the Texas
Seed Law . Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
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 .
0210912010 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing . Where applicable , the shoulders , slopes , and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun .
BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed . If the sowing of seed is
by hand , rather than by mechanical methods , the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods , is not applicable since no seed bed preparation is required.
DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45, Construction
Methods .
The seed, or seed mixture , specified shall then be planted at the rate required and the
application shall be made uniformly . If the sowing of seed is by hand rather than by
mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type . All rolling of the slope areas shall be on the contour.
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-45,
Construction Methods.
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened.
After the watering , when the ground has become sufficiently dry to be loose and pliable, the
seed , or seed mixture specified , shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand , rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other . Seed and fertilizer may
be distributed at the same time , provided the specified uniform rate of application for both is
obtained . After planting , the seed shall be raked or harrowed into the soil to a depth of
approximately one -quarter (1/4) inch . The planted surface area and giving a smooth surface
without ruts or tracks . In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth .
The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300 , "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings , or if Drawings are not included , then MS-2 shall be used . Applications of the
asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard . It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth .
02/09/2010 SC-36
-
-
-
-
-
liiiiil
PART D -SPECIAL CONDITIONS
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 he ight of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration.
* Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4 . HYDROMULCH SEEDING :
If hydro mulch seeding is provided, seed mix shall have 95%. purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes .
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS : FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications.
MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis
represent the percent of nitrogen , phosphoric acid, and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists.
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted
or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected .
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings , fert ilizer 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 .
02109/2010 SC-37
PART D -SPECIAL CONDITIONS
Acceptable material for "Sodding" will be measured by the linear foot, complete in place.
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding .
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating (except as noted
below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and
incidentals necessary to complete work.
All labor, equipment, tools and incidentals necessary to supply , transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and
will not be paid for directly .
"Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price
per square yard, complete in place, as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod; for all rolling and
tamping; for all watering; for disposal of all surplus materials; and for all materials, labor,
equipment, tools and incidentals necessary to complete the work, all in accordance with the
Drawings and these Specifications.
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case
may be , which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows:
Fertilizer material and application will not be measured or paid for directly, but is considered
subsidiary to Sodding and Seeding.
D-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and
subcontractors at all times during construction . All active sewer manholes, regardless of depth,
are defined by OSHA, as "permit required confined spaces". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an
active file for these manholes. The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces .
0210912010 SC-38
-
PART D -SPECIAL CONDITIONS
0-46 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 condition item "C5-5.18 Final
Inspection" of PART C -GENERAL 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.
02109/2010 SC-39
PART D -SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted.
D-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated. The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
D-49 CLAY DAM
Clay dam construction shall be performed in accordance with . the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications , at locations indicated on the Drawings
or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench. Construction material shall
consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming , placing
and finishing shall be subsidiary to the price bid for pipe installation .
D-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of all existing utilities prior to
construction , in accordance with item D-6. At locations identified on the drawings , contractor shall
conduct an exploratory excavation (D-Hole}, to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility , the contractor shall contact the engineer immediately for appropriate design
modifications.
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6. Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation , surface restoration , field surveys, and
all incidentals necessary to complete the work , shall be the unit price bid . No payment shall be
made for exploratory excavation(s) conducted after construction has begun .
D-51 INSTALLATION OF WATER FACILITIES
51.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents . Payment for work
such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant
required , shall be included in the linear foot price bid of the appropriate BID ITEM(S).
02/0912010 SC-40
-
PART D -SPECIAL CONDITIONS
51.2 Blocking
Concrete blocking on this Project will necessarily be required as shown on the Plans and
shall be installed in accordance with the General Contract Documents . All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve .
51.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions
of E1-15, E1-5 and E1 -9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects. The steel casing pipe shall be
supplied as follows: ·
For the inside and outside of casing pipe , coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203 . Touch-up
after field welds shall provide coating equal to those specified above . C. Minimum
thickness for casing pipe used shall be 0.375 inch.
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing . Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construct ion 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 making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe .
51.5 Connection of Existing Mains
The Contractor shall determine the exact location, elevation, configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
Any differences in locations , elevation, configuration , and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction . Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
02/0912010 SC-41
PART D -SPECIAL CONDITIONS
Engineer, and all efforts shall be made to keep this down time to a minimum. In case of
shutt ing down an existing main , the Contractor shall notify the City Project Manager,
Construction Services , Phone 817-392-8306 , at least 48-hours prior to the required shut
down time . The Contractor's attention is directed to Paragraph C5-5 .15 INTERRUPTION
OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing
as to the location, time , and schedule of the service interruption .
The cost of removing any existing concrete blocking shall be included in the cost of
connection . Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size.
51.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or replacement is to be connected . This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection . All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service .
Payment for work such as backfill , bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items.
51. 7 Water Services
The relocation , replacement, or reconnection of water services will be required as shown
on the plans, and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer .
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing , curb stops
with lock wings, meter boxes, and if required approved manufactured
service branches . All materials used shall be as specified in the Material Standards (E 1-17
& E1-18) 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 .
02/09/2010 SC-42
-
-
-
PART D -SPECIAL CONDITIONS
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 serv ice line with Type K copper
from the main to the meter, curb stop with lock wings , and corporation stop .
Payment for all work and materials such as backfill, fittings , type K copper tubing, curb stop
with lock wings , service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation .
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main .
1. WATER SERVICE RECONNECTION: Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction. The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2. WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches , as measured from the center line of
the existing meter to location to the center line of the proposed meter location, separate
payment will be allowed for the relocation of service meter and meter box . Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately . Relocations made along the
centerline will be paid of in feet of copper service line .
When relocation of service meter and meter box is required, payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation . All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced . Adjustment of only
the meter box and customer serv ice 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 .
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
4. NEW SERVICE : When new services are required the contractor shall install tap saddle
(when required), corporation stop, type K copper service line , curb stop with lock wings,
and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E1-18A-Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill , fittings , type K copper tubing , and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle , corporation stops, and fittings shall
be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box.
1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the
contractor shall furnish approved factory manufactured branches.
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER : Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-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.
0210912010 SC-44
-
-
PART D -SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap . This criteria shall be used by the Contractor to
determine the length of temporary service allowed , number of service taps and number of
feed points .
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location .
Payment for work such as fittings, 3/4-inch service lines , asphalt , barricades , all service
connections , removal of temporary services and all other associated appurtenants
required, shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction, the
Contractor will install a fire hydrant meter for all temporary service lines . Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible . At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used. The inspector will deliver the hydrant meters to the locations.
After installation , the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs . The issued meter is for this specific project and location only .
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
51.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein . The City will provide all water for INITIAL cleaning and
sterilization of water lines. All materials for construction of the project , including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary
sewer not be available , chlorinated water shall be "de-chlorinated" prior to disposal. The
line may not be placed in service until two successive sets of samples, taken 24 hours
apart, have met the established standards of purity .
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe .
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary . Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
02/09/2010 SC-45
PART D -SPECIAL CONDITIONS
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse .
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials
necessary for the installation tap saddle, gate valve, and fittings shall be included in the
price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations .
51.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pipe ,
fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings :
E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All duct ile-iron and gray-iron
fittings shall be furnished with cement mortar lining as stated in Section E 1-7. 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 .
02/09/2010 SC-46
-
-
-
PART D -SPECIAL CONDITIONS
0-52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall
apply . However, no direct payment will be made for this item and it shall be considered to this
contract.
0-53 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the existing mains and ground water. The Contractor shall be
responsible for damage of any nature resulting from the dewatering operations .
The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer.
Ground water shall not be discharged into sanitary sewers.
Dewatering shall be considered as incidental to a construction and all costs incurred will be
considered to be included in the project price .
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 .
0-55 TREE PRUNING
A. REFERENCES: National Arborist Association 's "Pruning Standards for Shade Trees ".
8. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2. Vermeer V-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE
3. Steel "T" = Bar stakes , 6 feet long .
4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging: "Tundra" weight , International fluorescent orange or red
color.
6 . Combination Fence : Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings .
D. ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings .
8 . Using the approved specified equipment , make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching .
10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer .
11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to
construction activity. Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation.
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection .
E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price.
D-56 TREE REMOVAL
Trees to be removed shall be removed using applicable methods, including stump and root ball
removal, loading, hauling and dumping . Extra caution shall be taken to not disrupt existing utilities
both overhead and buried. The Contractor shall immediately repair or replace any damage to
utilities and private property including, but not limited to, water and sewer services , pavement,
fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal,
including temporary service costs, shall be considered subsidiary to the project contract price and
no additional payment will be allowed.
D-57 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils, including the amount of
rock, if any , through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders , and any bidder on this project shall submit his bid under this condition.
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means, shall be left to the
discretion of such prospective bidders.
If test borings have been made and are provided for bidder's information, at the locations shown
on the logs of borings in the appendix of this specification, it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same, either in character, location, or elevation, as shown on the boring logs.
It shall be the responsibility of the bidder to make such subsurface investigations, as he deems
necessary to determine the nature of the material to be excavated. The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances, if required, shall be included in
the linear foot bid price of the pipe.
02/0912010 SC-48
PART D -SPECIAL CONDITIONS
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project , the contractor shall , on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction . The notice shall be prepared as
follows :
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area . The flyer shall be prepared on the Contractor's
letterhead and shall include the following information : Name of Project , City Project No (CPN).,
Scope of Project (i.e . type of construction activity), actual construction duration within the block ,
the name of the contractor's foreman and his phone number, the name of the City 's inspector and
his phone number and the City's after-hours phone number. A sample of the 'pre-construction
notification' flyer is attached.
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed. The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block .
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construct ion, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The
flyer shall be prepared on the contractor's letterhead and shall include the following information:
Name of the project , City Project Number, the date of the interruption of service, the period the
interruption will take place , the name of the contractor's foreman and his phone number and the
name of the City's inspector and his phone number. A sample of the temporary water service
interruption notification is attached.
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed. The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses.
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector ..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made.
D-59 TRAFFIC BUTTONS
The removal and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item. In the event that the contractor prefers for the Signals , Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings ,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred , both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
02109/2010 SC-49
PART D -SPECIAL CONDITIONS
0-60 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 .
0-61 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repa ir immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair . Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item .
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized . The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
0-62 CONSTRUCTION STAKES
The City, through its Surveyor or agent , will provide to the Contractor construction stakes or other
customary method of markings as may be found consistent with professional practice, establishing
line and grades for roadway and utility construction , and centerlines and benchmarks for
bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical.
One set of stakes shall be set for all utility construction (water , sanitary sewer, drainage etc.), and
one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving . It
shall be the sole responsibility of the Contractor to preserve , maintain , transfer , etc ., all stakes
furnished until completion of the construction phase of the project for which they were furnished .
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City, have been lost , destroyed, or disturbed , to prevent the proper prosecution and control of the
work contracted for in the Contract Documents , it shall be the Contractor's responsibility , at the
Contractor's sole expense , to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor . No claims for delay due to
lack of replacement of construction stakes will be accepted , and time will continue to be charged in
accordance with the Contract Documents.
0-63 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
02/09/2010 SC-50
PART D -SPECIAL CONDITIONS
manholes. For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property . This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General
Contract Documents . The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements, by the property owners.
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better . In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required . No additional payment will be aUowed for this item .
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad/
Agency Right-of-way". No additional compensation shall be allowed on this pay item.
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule, including construction start date, and answer any construction related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-65 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas Government Code
(Chapter 2258), including the payment of not 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 .
0210912010 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be retained by the City to offset its adm inistrative costs, pursuant to Texas
Government Code 2258.023 .
Complaints of Violations and City Determination of Good Cause.
On receipt of information , including a complaint by a worker , concerning an alleged violation of
2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending . a final determination of the
violation . ·
Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258 .023 , Texas Government Code, including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above.
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons . The City is not a party in the arbitration . The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction .
Records to be Maintained .
The contractor and each subcontractor shall , for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract ; and (ii) the
actual per diem wages paid to each worker . The records shall be open at all reasonable hours for
inspection by the City. The provisions of the Audit section of these contract documents shall
pertain to this inspection.
Pay Estimates .
With each partial payment estimate or payroll period , whichever is less , the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code .
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times .
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
(Attached)
02/09/2010 SC-52
PART D -SPECIAL CONDITIONS
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emiss ions 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 d isposal of asbestos cement pipe (ACP) in compliance with
NESHAP . Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance , regulation or policy whose requirements are more stringent.
B . ACP is defined under NESHAP as a Category II , non-friable material in its intact state but
which may become friable upon removal, demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable , it is regulated under the disposal
requirements of 40 CFR 61 .150 . A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state , as defined by the NESHAP, it can be
disposed as a conventional construction waste. The Environmental Protection Agency
(EPA) defines friable as material , when dry , which may be crumbled, pulverized or reduced
to powder by hand pressures .
C . The Generator of the hazardous material is responsible for the identification and proper
handling, transportation, and disposal of the material. Therefore , it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it rema ins intact and does not become friable. The Excavator is
responsible to employ those means, methods , techniques and sequences to ensure this
result.
E. Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs, which are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents .
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Act ivity). The contractor is defined
as an "operator" by state regu lations and is required to obtain a permit. Information concerning the
02/0912010 SC-53
PART D -SPECIAL CONDITIONS
permit can be obtained through the Internet at http ://www.tnrcc.state .tx .us/permitting/water
perm/wwperm/construct.html. Soil stab ilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that , if properly utilized, can minimize the need
for physical controls and possible reduce costs . The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee.
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin , TX 78711-3087
A copy of the NOi shall be sent to :
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O . Box 13087
Aust in, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site . Copies of the project SWPPP 's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality .
02/09/2010 SC-54
PART D -SPECIAL CONDITIONS
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities . The SWPPP shall be incorporated into in the contract documents . The
contractor shall submit a schedu le 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 w ithin 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP , prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities . The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents . The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include, but not be limited to , silt fences, straw bale dikes , rock berms,
diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain , inlet protection,
stabilized construction entrances, seeding , sodding , mulching , soil retention blankets , or other
structural or non-structural storm water pollution controls . The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP .
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City 's representative . The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project , the Contractor must coordinate this activity
through the appropriate City representative. The Contractor shall not operate water line valves of
existing water system . Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions.
02/09/2010 SC-55
PART D -SPECIAL CONDITIONS
D-69 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City, in sole discretion may require,
including but not limited to manpower and equipment records , information about key personnel to
be assigned to the project , and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame . Based upon the City's
assessment of the submitted information, a recommendation regarding the award of a contract will
be made to the City Council. Failure to submit the additional information if requested may be
grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failure to maintain the contract
schedule , the following process shall be applicable:
The work progress on all construction projects will be closely monitored . On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example : 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken :
1. A letter will be mailed to the contractor by certified mail , return receipt requested
demanding that , within 1 O 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 d iscretion , 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 .
0210912 010 SC-56
PART D -SPECIAL CONDITIONS
0-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the
OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31 , with 6:00
a.m. -10 :00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in coordination with the National
Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the
WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such shall
not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized
equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month .
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
02/0912010 SC-57
PART D -SPECIAL CONDITIONS
(To be printed on Contractor's Letterhead)
Date :
CPN No.:
Project Name :
Mapsco Location :
Limits of Construction :
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON 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
02/09/2010 SC-58
02/09/2010
PART D -SPECIAL CONDITIONS
Dll1e: -----
DOENO.DXX
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 HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL :
MR. AT __________ _
(CONTRACTORS SUPERINTENDENT) (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 '
d
ff
I
C • u
s
e
PART D -SPECIAL CONDITIONS
.~ DEMOLITION/ RENOVATION
~ NOTIFICATION FORM
T O H NOTIFICATION# _________ _
TEXAS DEPARTMENT OF HEALTH
NOTE: CIRCLE ITEMS THAT ARE AMENDED
1) Abatement Contractor. __________________ TDH Licerise Number.~-,------
Address : City: State: Zip :
Office Phone Numt>er : Job Site Phone Numbat: ----
S',te SUpervisor. _____________ .TDH Lice~e Number. _____________ _
S1te &Jperviscr: TOH LiceMe Number:
Trafned On-Site N ESHAP Individual : _____________ :_"""'c:'.""e_rti...,,fr:'.""rca-,-tio-n-,D"'"a"""'te-:-:=_-:=_:_:_:_:_:_:_:_:,:,::::
Demolition Contractor : ________ ~----omce Phon& Numb,er,._~-,-----=-----
Acldress : Ci ty: Sta1e : ___ _,Zip: ___ _
2) Project Con-sultan! or Operator._· _______________ TOH Liainse Numbe.r: _____ _
Mailing Address: ____ --::".'--:--------=::------==--~--:-:--:--......-:--....,..---------Clty: State: ___ Zip:. ____ Offlce Phone Number: __ .__ _____ _
IT ,
A 3) FacllityO•,mer: ______________________ ~----------
H Attention :..,...,..----------------------------------~
p Mei'ling Add re®:----------------~-----------------A City: Stat~: Zip.: Owner Ptione Numl:>er......,. ____ _
0 Noto : Tho lnvoico fer lhu notification foo will be aont to tho owneir ot the bul!d.lng and tho billing acldrus for tho Invoice will be
obt11lned rrom tho lnfotmauon Otat is provldod In this section. 0
N
IE
s
H
~ p
a
T
D
Ii
D
L
V
t
0
I
a
ti
0
n
7.
0
y
E
Si I
G
N
02/09/2010
4} Description or r:aci tity Name:·------------------------------Physiqal Addres.s:._--,,.....,.... _________ county: City: ______ .Zlp : ___ _
Facil ity Phone Numbe Facility Contact Person :~-------------
Oescriplion of Area/Room Numbe'"----~-----------------~-----Prior Use : _________ ~ _____ .Fulure Us.a: _________________ _
Age of Btlilding}FaclHty : ______ S~:~ ___ N.umber of Floors~· --~-School {K -12}: a YES o NO
5) Type of Work: O Demolition
Work will be during: 0 Oay
u Renovation {Abatement) o Annual Consolidated
o Evening o Night Phased Ptojeet '
Oescriplion of work schooulc: ______________ ~---------------
6) Is this a Public Building? CJ YES
NESHAP-Only Faclllty? D YES
D NO Federal Facility? D YES NO Industrial Site? D YES Cl NO
D NO Is Buitding/Facility Occupied? O YES O NO
7) No1 ification Type CHECK ONLY ONE
O Orl9lnal (10 Working Days) CanceUation D Amendment o Emergency/Ordered
If this is an amendment, which amendmen1 number Is th is?_ (Enclo~ copy of orlgl.nal .ind/or last amendment)
If an emergenC'/, who did you talk with at TOH? Emer~ency#: ______ _
Date and Hour of EmatgGncy (HHfMM.IDDIYY}:. _____ ,.,......~_
Description of the sudden , unexpected even1 anel expla.natiOn ol how the event caused unsafe conditions ,or Wol.ll<I ca:use
equ ipment dam~e {computets, machinery, etc. _______________________ _
B) Oescriplion of procedures lo be followed In the event that unoxpected asbestos is found or previ>Q1,1$ly non·frieble
asbestos material becomes aumbled, pulverizad, or reduced to powder:----------------
9) Was an Asbes los survey performed? n YES a NO Oate : / TOH Inspector License No: _____ _
Analytical Method : o PLM D TEM D Assumed TOH Laborsto.ry licel'\$e No ;,..,..,--.,..,.--
~For TAHPA (public building) projects: en asst.1m!Ption must. be made l>y a TDH Licensed Inspector)
10) Description of plannoo c!em-Ol'i tion or renovation work, type of material, and method(s) to be us.ad,_' -------
11} Desaip1ion of wQr~ proclices and engineering controls 10 be used to prev{lot emissions of asbestos at the
demolifion/renova1ion ; __ ...._ __________________________ _
SC-60
PART D -SPECIAL CONDITIONS
12) All applicable Items In thafollOWing table must be completed: IF NO ASBESTOS PRESENT CHECK HERE .:,
Approximate amount of Cheek unit of measurement
Asbestos-Containing Building Material AsbKtos Type 1-----.....,. .............. ----t-....---,--..,..~..-~.,..........i
ln ln :SQ
Fl M Ft
Pipes Surface Area
RACM to be removed
RACM NOT removeQ.
__ Interior Cate l non-rriabfe removed
Exleriot Cate o I non-friabte removed
I non-friable NOT removed
Interior cat o II t1on-fr iab1e removed
Extertor Cate II non-friable removed
Ca II non-friable ~OT _removed
RACM Off,.f"ecilily Component
13) Waste Transporter Name: _________________ TOH Lioense Number. _____ _
Address: ___________ City: ______ ........ __ .state: ___ Zip: ..... ___ _
Contact Person: Phone Number: ...__...,__ _______ _
14) waste orsposal Site Name =---------------------------------
Address ·._ ,---,----------------C ,ty: _________ state: ___ Zip: ___ _
Telephone: TNRCC Per mit Number.--------
15) For slructurally unsound racllltles, attach a copy o f demotition order and identify Governmental Official below: Name: Registratlo n No: ____________ _
Title:.--:--,--.,,....,.,-=,..,,.....,,-..,.,---,--~--...--
Date of order (M W ODJYY) I . J Da:te order to begin {MM/OD/YY) ----'----'--
16) Scheduled Dates of Asbestos Abatement (MM/DD/YY) Start: __ _,l_~I __ Compleie: --''-~-
17) Seheduled Dates Demolition/Renovation {MM/00/YY) Sl art / Complete:. _ _,/_""'/.__ __ _
-Note: If the st.a.rt date on Ibis noliflcation can not bo mot, th11 TOH Reg f,onal QT Local Program office Must be contacted by
phone prior to the start date. Falluro to do so 1-s a vloLatlon In accorctaneo lo TAHPA. Soctlon 295 .61.
I hereby oer1ify the-I all information I have provided Is correct. complete. and 1rue to the best of my knowled,ge. I acl<nowJedge
that I am respons ib le for all aspecl'S or the notification form, mcludi ng, but ool limiling . conterit and submlss ron dates. The
maximum penalty is $10,000 per day per violation .
(Signel ure of Building ,Owner/ Operator
or Delegated Consultant/Contractor)
MAIL TO:
.. Faxos aro not , a.cceptetr
(Printed NamB) (Date)
ASBESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DIVISION
TEXAS DEPARTMENT OF HEAL T H
PO 60X 143538
AUSTIN, TX 7871-4-3538
PH: 512-ti34-6600, 1-S00-572-5548
(Telep n one)
{Fax Number)
•Fa,ce.s arc not accc:ptt:d*
Form APB#5, dtJtecl 07129/02. Replaces TDH form dated 07113/01 . For assistance in completing form, calf 1-800-572-5548
02/09/2010 SC-61
PART D -SPECIAL CONDITIONS
02/0912010 SC-62
PART D -SPECIAL CONDITIONS
e.ratt>r
Concret e Ru bber
Crane. Clamshell, Backhoe, Denick,
Clf"ag 5ne, Shovel
Eleclrician
Aaggier
Form Builder-Structures
Form Setter-Paving & Curbs
Foundation Drill O ralor. Crawler Mounted
Foundation Drill O a!or, Truck Mounted
Front End L oader
Laborer-Common
Laborer-Utiliiy
Mechanic
Milling Machim! Operator, Fine Grade
Mixer O rator
Motor Grader Operalor (Fine Grade)
Motor Grader O eral or. Rou h O iier
Painter. Structures
Pavemen t Markin Machine O er.
Pi e La er
Rol3 er, Ste-et Wheel Ptan t-Miix P avemenls
Ro ller, Sle,e f Wheel 01her Flatwheel 0 ¥
Source is AGC of Texas
(Hwy. Hvy , Utilities Industrial Branch)
W'Nw .acoess.gpogov/davisbaconl
02/09/2010
$&8:0
$13.IXl
$12.78
$14.15
S9'.S8
$13.22
$12.80
$13.27
$'12.00
$13.63
$12.50
$13.56
$14.50
$10.61
$14.12
$18.12
$8:.43
$11.63
$11.8:3
$13 .67
$16.30
$12.62
$9'.1 8
. $1 0 .6,5
$16JH
$11.5:8
$15 .20
$14.50
$13 .17
$10.D4
$1 1.04
$11.28
$10.Q2
$11 .07
$14.~
$16.29
SC-63
Wagon Drill , Boring Machine. Post Hole
Driller
Welder
Work Zone Barricade S1!1'vicer
$10 .Q1
$11.47
$11.75
$14 .Q3
$12 .08
$14.00
$13 .57
$10 .0Q
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.
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RATES
s_usJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects .
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality.
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from
that survey.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds .
JO Fund/Account/Centers FROM Fund/Account/Centers
---------------------· ·--
$__1,tbm!U~d for City Manager's Office b_y_;_
Additional Information Contact:
Fernando Costa (8476)
A . Douglas Rademaker (6157)
Eric Bundy (7598)
BEA VY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
FJagger
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 Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipe layer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine, Post Hole Driller Operator
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 .27
$12.00
$13.63
$12.50
$13 .56
$14.50
$10 .61
$14.12
$18 .12
~
$11.63
$11.83
$13.67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$ I 1.83
$11.58
$15.20
$14 .50
$14.98
$13.17
$10.04
$11.04
$14.86
$16.29
$11.07
$10.92
$11.28
$11.42
$12.32
$12.33
$10.92
$12 .60
$12.91
$12.03
$14.93
$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
Bricklayer /Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (Journeyman)
Electrician Helper
Electronic Technician
Electronic Technician Helper
Floor Laver (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
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 Sorinkler System Installer
$13.12 Sorlnkler Svstem 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
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 A WARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMIT) 4
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMIT) ....................... 4
DA-3 PIPE ENLARGEMENT SYSTEM (OMIT) ................................................................. 4
DA-4 FOLD AND FORM PIPE (OMIT) ................................................................................. 4
DA-5 SLIPLINING (OMIT) ..................................................................................................... 4
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. 4
DA-7 TYPE OF CASING PIPE ................................................................................................ 7
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REP AIR (OMIT) ........................ 8
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
(OMIT) ........................................................................................................................................... 8
DA-10 MANHOLE REHABILITATION (OMIT) ................................................................... 8
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT) ....... 8
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
(OMIT) ........................................................................................................................... ; ............... 8
DA-13 INTERIOR MANHOLE COATING -QUAD EX SYSTEM (OMIT) ........................ 8
DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM (OMIT) ............... 8
DA-15 INTERIOR MANHOLE COATING-RA VEN LINING SYSTEM (OMIT) ............ 8
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY
LINER (OMIT) ................................................................................................................................ 8
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT) .............. 8
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMIT) ................................................ 8
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT) ........................... 8
DA-20 PRESSURE GROUTING (OMIT) ................................................................................. 8
DA-21 VACUUM TESTING OF REHABILlT ATED MANHOLES (OMIT) ...................... 8
DA-22 FIBERGLASS MANHOLES (OMIT) ........................................................................... 8
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........... 8
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER ...................................... 9
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 10
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... 10
DA-27 GRADED CRUSHED STONES ................................................................................... 11
DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (OMIT) ..................................... 11
DA-29 BUTT JOINTS -MILLED (OMIT) ............................................................................ 11
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 11
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................... 11
DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMIT) ................................................. 12
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ......................................................... 12
DA-34 8" PAVEMENT PULVERIZATION (OMIT) ............................................................ 13
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMIT) 13
DA-36 RAISED PAVEMENT MARKERS ............................................................................. 13
DA-37 POTENTIALLY PETROLEUM. CONTAMINATED MATERIAL HANDLING. 13
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
......................................................................................................................................... 17
DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC (OMIT) .......................................... 18
DA-40 CONCRETE RIPRAP (OMIT) .................................................................................... 18
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMIT) ...................................... 18
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMIT) ........................................ 18
10123108 ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-43 UNCLASSIFIED STREET EXCAVATION (OMIT) ................................................ 18
DA-44 6" PERFORATED PIPE SUBDRAIN (OMIT) .......................................................... 19
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .............................................. 19
DA-46 RECOMMENDED SEQUENCE OF CO~STRU{:TION ·~··········;:.; ...... ::::.? ............ <19
DA-47 PAVEMENT REP AIR IN PARKING AREA (OMIT) .............................................. 19
DA-48 EASEMENTS AND PERMITS .................................................................................... 19
DA-49 IDGHW AY REQUIREMENTS (OMIT) .................................................................... 20
DA-50 CONCRETE ENCASEMENT (OMIT) ....................................................................... 20
DA-51 CONNECTION TO EXISTING STRUCTURES (OMIT) ........................................ 20
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... 20
DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT) ........................................................ 20
DA-54 WATER SAMPLE STATION .............................................. : .. : .................................... 20
DA-55 CURB ON CONCRETE PAVEMENT ........................................................................ 21
DA-56 SHOP DRAWINGS ........................................................................ _ ...................... ~ .... ·: .... 2 l
DA-57 COST BREAKDOWN (OMIT) .................................................................................... 22
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMIT) .......... 22
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMIT) ................................................. 22
DA-60 ASPHALT DRIVEWAY REPAIR ................................................................................ 22
DA-61 TOP SOIL ....................................................................................................................... 22
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 23
DA-63 BID QUANTITIES ........................................................................................................ 23
DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMIT} ................................................... 23
DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 23
DA-66 OPTION TO RENEW (OMIT) .................................................................................... 23
DA-67 NON-EXCLUSIVE CONTRACT (OMIT) ................................................................. 23
DA-68 CONCRETE VALLEY GUTTER ............................................................................... 24
DA-69 TRAFFIC BUTTONS .................................................................................................... 24
DA-70 PAVEMENT STRIPING .............................................................................................. 24
DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 24
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 Yi" & 2" COPPER SERVICES .................................................................................. 25
DA-77 SCOPE OF WORK (UTIL. CUT) (OMIT) ................................................................. 26
DA-78 CONTRACTOR'S RESPONSIBILTY (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
1012310s ASC-2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-88 ST AND ARD BASE REP AIR FOR UNIT I (UTIL. CUT) (OMIT) .......................... 26
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (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) ............................................................................. 27
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMIT) ....................................... 28
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMIT) ................................. 28
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMIT) .................. 28
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMIT) ................................................ 28
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMIT) ................. , ................................... 28
DA-99 ST AND ARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL.
CUT) (OMIT) ................................................................................................................... ; ............. 28
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIT) .......... 28
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMIT) ................................ 28
DA-102 PAYMENT (UTIL. CUT) (OMIT) ................................. : ......................................... 28
DA-103 DEHOLES (MISC. EXT.) (OMIT) .......................................................................... 28
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMIT) ................................ 28
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMIT) ..................... 28
DA-106 BID QUANTITIES (MISC. EXT.) (OMIT) ............................................................ 28
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT) ...................................................... 28
DA-108 FLOWABLE FILL (MISC. EXT.) ........................................................................... 29
DA-109 BRICK PAVEMENT REP AIR (MISC. REPL.) .................................................... 29
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT). 30
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT) ...................... 30
DA-112 MOVE IN CHARGES (MISC. REPL.) (OMIT) .................................................... 30
DA-113 PROJECT SIGNS (MISC. REPL.) (OMIT) ........................................................... 30
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT) ............................................ 30
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT) ....................... 30
DA-116 FIELD OFFICE (OMIT) .......................................................................................... 30
t. . ~ ,'. ·~ " .,
DA-117 TRAFFIC CONTROL PLAN ................. : ............. :· ...................... · .......................... _ .. : .. 30
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
(OMIT) ..................................................................................................................................... 30
DA-119 CATHODIC PROTECTION SYSTEM (OMIT) ................................................... 30
DA-120 · DUCTILE nioN PIPE ...... .-.:: ............... _. ... ; ........ :.,.: ........ : ................... : ...... ~ .... : ... :./ ... 30
DA-121 CONCRETE PRESSURE PIPE;BAR-WRAPPED STEEL CYLINDER TYPE
(OMIT) .... · ...... ; ................................. , ....... : .............. : ....... : ....... : .......................... ; ........................... 31
DA~U2 , REPLAC~MENT OF TREE'S ....... '. ......... :: ....... : ........ _ ... ~···· ................................. :.: ... 3f
DA-123 · GATE VALVES ....... :., .................... : ......... : ..... ~ ..... : ...... : .............................. : ............ :.,3l ~'· t ~ ' • _(},f, ' I
DA-124 AIR RELEASE VALVES ...................... ; ............ : ................. : .................. : ......... : . .-: ... 31
DA-125 ,, ~ S~TARY SEWEI:(AN~,WATER ~}NE MARl(F;RS ... ;;·· .. ·: ............................. J.l
DA-126 IRRJGATION SYSTEM REPLACEMENT ......................................... : ................. 31'
• ,II. ' • ...
DA-127 . PVC PIPE -....... ~ .... ~ .......... ~ ........................ , ... ~ ....... ; ....•........ ~ ...... ~~ ....... ;-... ~ ........ ; .. ~ ... : ... ~.1:·J I
DA-128 c', · JOil'JT BONDIN'G AND ELECTBJCAL ISOLA TIO~~····~:~ .......................... :.: ... 31
10123/08 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. Wark 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:
10/23108
1. Casing Pipe : Casing pipe shall be steel conforming ta ANSI 836.1 O and the
following:
2.
3.
a. Field Strength: 35,000 psi minimum .
b. Wall thickness: 0 .312 in. minimum (0.5 for railroad crossings).
c. Diamete.r: As shown on the drawings (minimum size requirernents).
d. Joints: Continuous circumferential weld in accordance with AWS 01 .1.
Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents.
Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or
as designated on the plans.
ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Grout: Grout shall be Portland Cement grout of min . 2000 psi compressive
strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu . ft . of
fine sand with sufficient water added to provide a free flowing thick slurry.
C. EXECUTION
10/23108
1. 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 construct ion 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 .
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 .
b.
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 working 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 .
In unconsolidated soil formations, a gel-forming colloidal drilling fluid
consisting of at least 1 O 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.
ASC-5
10123108
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 :
a. Sanitary sewer pipe located within the encasement pipe shall be supported
by "skids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing , and to keep the installed line from resting on the bells.
b. All skids shall be treated with a wood preservative . Skids should extend for
the full length of the pipe with the exception of the bell area and spigot area
necessary for assembly unless otherwise specified .
c. The Contractor shall prevent over-belling the pipe while installing it through
the casing. A method of restricting the movement between the assembled
bell and spigot where applicable shall be provided .
d. At all bored , jacked , or tunneled installations, the annular space between
the carrier pipe and casing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe .
The backfill material will not be required unless specified on the plans and
specified by the Engineer.
e. Closure of the casing after the pipe has been installed shall be plugged at
the ends of the casing as shown on the drawings or as required by the
Engineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe :
a. As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe .
b. 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
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 : Where the characteristics of the soil , the size of the proposed pipe , or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring , or when shown on the plans, a tunneling method may be
used, with the approval of the Engineer or railroad/highway officials.
a. When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden . The Contractor shall submit the
proposed liner method to the Engineer for approval. The tunnel liner
ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
design shall bear the seal of a licensed professional engineer in the State
of Texas . Approval by the Engineer shall not relieve the Contractor of the
responsibility for the adequacy of the liner method .
b. The space between the tunnel liner and the limits of excavation shall be
pressure grouted or mud-jacked .
c. Access holes for placing concrete shall be space at maximum intervals of
10 feet.
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
A. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-
200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions
of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects . The steel casing pipe shall be supplied as
follows:
1. 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 .
2. Touch-up after field welds shall provide coating equal to those specified above.
3. Minimum thickness for casing pipe used shall be 0.375 inch .
Casing Spacers (centering style) such as manufactured by Cascade Waterworks
Manufacturing Company , Advanced Products and Systems, Inc ., or an approved equal
shall be used on all non-concrete pipes when installed in casing . Installation shall be as
recommended by the manufacturer.
B SEWER: Boring used on this project shall be in accordance with the material standard
E1-15 and Construction standard E2-15 as per Fig . 110 of the General Contract
Documents .
C. PAYMENT: Payment for all materials, labor, equipment , excavation, concrete grout,
backfill , and incidental work shall be included in the unit price bid per foot.
t0!231oa ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMIT)
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMIT)
DA-10 MANHOLE REHABILITATION (OMIT)
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT)
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMIT)
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMIT)
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMIT)
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMIT)
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMIT)
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMIT)
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMIT)
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT)
DA-20 PRESSURE GROUTING (OMIT)
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMIT)
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
10123/08 ASC-8
I/
PART DA -ADDITIONAL SPECIAL CONDITIONS
The con~ractor shall attempt to include the Construction Engineer (if he is available) in the
observation ~nd 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
stree~ the contractor shall notify the utilities of this completion and indicate the start of the next
one m order for the utilities to adjust facilities accordingly . The following are utility contact
persons:
Company
Fort Worth Water Dept.
ATMOS Gas
TXU Electric
SWBT
Charter Communications
Fort Worth Transportation and Public Works
For other facilities
Telephone · Number
817-392-8296
1-866-332-8667
1-800-242-9113
1-800-395-0440
817-246-5538
817-392-6594
1-800-DIG-TESS
~ Of course, under the terms of this contract, the contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No.
104 "Removing Old Concrete·, Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2
through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the
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 Soii-, 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 .
10/23108 ASC-9
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
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 .
b.
C.
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 .
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.
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
ASC-16
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 .
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:
10123/08
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
ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
depending upon actual conditions and testing results. The unit price bid will not be
increased regardless of the actual amount of material disposed and may be decreased if a
larger volume of material, than that listed in the bid proposal, results in a unit cost reduction
for disposal.
B. WASTE MANIFESTS :
Any and all non-hazardous liquid and petroleum substance waste removed from the site of
generation and transported for treatment and/or disposal must be accompanied by a waste
shipment record/manifest detailing required generator, transported, destination and waste
description information . These results may not be uniform throughout the entire site . For all
petroleum substance waste, the waste shipment record utilized shall be the TNRCC
PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall
be responsible for obtaining, originating and maintaining manifests in accordance with
federal and state laws . The Contractor shall sign the manifests forms as Independent
Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT
AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE
ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in
agreement with regard to the type and amount of waste removed from the site and received
by the treatment/disposal facility . The Contractor shall immediately resolve any manifest
discrepancies. Completed Manifests shall be returned to the City Department of
Environmental Management within 90 days of shipment.
C . MEASUREMENT AND PAYMENT:
DA-39
DA-40
DA-41
DA-42
DA-43
10123108
Payment for this item shall be made per in place cubic yard of contaminated soils that are
loaded , transported and disposed of in an approved special disposal site . No separate
payment will be made for loading , transportation and disposal of contaminated ground
waters collected ; these costs considered subsidiary to DA-37 , POTENTIALLY PETROLEUM
CONTAMINATED MATERIAL HANDLING . The proposed landfill shall be included in the
Contractor's bid submittal and approved by the City of Fort Worth Department of
Environmental Management prior to contract award . Contractor shall be responsible for all
landfill costs , including , but not limited ta landfill fees , transportation costs and landfill
operator requested analytical testing and waste characterization .
ROCK RIPRAP -GROUT -FILTER FABRIC {OMIT)
CONCRETE RIPRAP {OMIT)
CONCRETE CYLINDER PIPE AND FITTINGS (OMIT)
CONCRETE PIPE FITTINGS AND SPECIALS {OMIT)
UNCLASSIFIED STREET EXCAVATION (OMIT)
ASC-18
,....
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 rogram, it is recommended that
the proposed water and/or sanitary sewer improvements be conducted i_n accordance wit tn~
~eq _u-enced outlined in tl')e ~t:nJtdOWJ'.l andc,§>~gu~ncing ngtes ii} the Cq11stru~tion J>l~ns_.
After the work start date has been established, the selected contractor shall be required to submit
the beginning 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
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.
10/23108 ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-49 HIGHWAY REQUIREMENTS (OMIT)
DA-50 CONCRETE ENCASEMENT (OMIT)
DA-51 CONNECTION TO EXISTING STRUCTURES (OMIT)
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION
All combination turbo meter installations will be per attached Figure 33 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
A. 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.
B. 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.
10123108
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper
service line which are required to provide a complete and functional water sampling
station shall be included in the price bid for the water main.
ASC-20
r-
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. 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 .
DA-55
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.
CURB ON CONCRETE PAVEMENT
Standard Specification Item 502 shall apply except as herein modified ..
A. INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as
an integral part of the slab and of the same concrete as the slab. The concrete for the
curb shall be deposited not more than thirty (30) minutes after the concrete in the slab .
B. SUPERIMPOSED CURB : Concrete shall have a min imum compressive strength of three
thousand (3,000) pounds per square inch at twenty-eight (28) days . The quantity of
mixing water shall not exceed seven (7) U.S . gallons per sack (94 lbs.) of Portland
Cement. The slump of the concrete shall not exceed three (3) inches . A minimum
cement content of five (5) sacks of cement per cubic yard of concrete is required .
C. PAYMENT : Payment shall be made for cutting and replacing curbs and gutters required
in this Project under the appropriate bid item and shall be in compliance with Public Works
Department standard requirement Item 502.
DA-56
A.
10123108
SHOP DRAWINGS
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
spec ifications 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
ASC-21
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
B. Shop drawings shall be submitted for the following items prior to installation:
36-inch water line {per requirements of technical specification)
20-inch water line {per requirements of technical specification)
·12-inch water line {per requirements of tech ·cal speg fication}
Air Release Valve
Blow Off Valve
Embedment
Backfill
Gate Valves
Water Meters
Additional shop drawing requirements are described in some of the material an_dlor
technical specifications.
C. Address for Submittals -The submittals shall be addressed to the Project Manager:
DA-57
DA-58
DA-59
DA-60
John Kasavich, P.E.
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
COST BREAKDOWN (OMIT)
STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMIT)
H.M.A.C. MORE THAN 9 INCHES DEEP (OMIT)
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.
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.
10/23108 ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 .
In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I
be used on an "emergency" basis only.
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. A contract in the amount of $200,000
(see Options to Renew) shall be awarded with final payment based on actual measured
quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation
between the estimated quantities shown and actual quantities performed .
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all
change orders.
DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMIT)
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of
Fort Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW (OMIT)
DA-67 NON-EXCLUSIVE CONTRACT (OMIT)
10123108 ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
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.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-71
f
H.M.A.C. TESTING PROCED'tJRES
The contractor is required to submit a Mix Design for both Type "B" and "D " asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference. This
design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal
(Proctor) will be calculated, if one has not been previously calculated, for the use during density
testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type
"D"
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the
contractor is approved for placement of the asphalt. The contractor shall contact the City
Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to
schedule a technician to assist in the monitoring of the number of passes by a roller to establish a
rolling pattern that will provide the required densities . The required Density for Type "B" and for
Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will
be used for all asphalt testing.
10/23108 ASC-24
PART DA -ADDITIONAL SPECIAL CONDITIONS
After a rolling pattern is established , densities should be taken at locations not more than 300
feet apart. The above requirement applies to both Type "B" and "D " asphalt. Densities on type
"B" must be done before Type "D" asphalt is applied .
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied . Upon completion of the application of Type "D " asphalt additional cores must be taken to
determine the applied thickness .
DA-72 SPECIFICATION REFERENCES
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)
DA-76 1 %" & 2" COPPER SERVICES
The following is an addendum to E 1-17 , Copper Water Service Lines and Copper Alloy
Couplings :
A. All fittings used for 1 %" and 2" water services lines shall be compression fittings of the
type produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co .,
Inc., Mueller Company, or approved equal. Approved equal products shall submit shop
drawings and manufacturer's catalog information for approval.
B . 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 .
1012310s ASC-25
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. Prior to installing the compression fittings , the copper tubing will be made round by the
use of a urounding tuben specifically made for that purpose.
D. Payment for all work and materials associated with 1 % u 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 II & 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)
1012310s ASC-26
..
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-92 MAINTENANCE BOND (UTIL. CUT) (OMIT)
DA-93 BRICK PAVEMENT (UTIL. CUT)
This item shall include:
A. Removal and salvage of existing brick pavers for the purpose of relaying, in such a
manner that no damage occurs during handling of the brick.
B. Supply additional brick pavers as necessary that meets size, shape and color of existing
brick, as approved by engineer.
C. Mortar bed shall be leveled to the desired elevation, as directed by Engineer and shall
not be disturbed in any way.
10123108
1. The mortar setting bed shall consist of:
a. 1 part Portland cement -ASTM C150, Type 1
b. 1/4 part hydrated lime by volume -ASTM C207, Type 5
c. 3 parts damp sand -ASTM C-144 (for high-bond mortar, gradation in
accordance with additive manufacturers recommendation)
d. Add water to obtain stiff mix -water shall be potable quality
2. The dry joint filler shall consist of:
a. 1 part Portland cement -ASTM C150, Type 1
b. 6 parts dry sand -ASTM C-144
c. Do not add water
3. High bond mortar mix shall consist of:
a .
b.
C.
d.
1 sack Portland cement -ASTM C150, Type 1
50 pounds workability additive -"A" Marble Dust by Armco Steel Corp.,
Piqua Quarries, or Ute Dolomite Limestone by U.S . Lime Division of
Flintkote Corp., or Micro Fill No./2 by Pure Stone Co., of Marble Falls,
Texas.
3 1/4 cubic feet of sand -ASTM C-144
4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the
Dow Chemical Co.
ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
e . Mix with water in accordance with High Bond Additive manufacturer's
recommendations
Concrete surfaces to receive pavers shall be dry, clean fee of oily or waxy films and firm
and level. Pavers with chips, cracks, or voids shall not be used . The setting bed mixture
shall be spread and screeded to a true plane and shall be limited to that amount that can
be covered with pavers before initial set.
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 GUTIER (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.) (OMIT)
DA-106 BID QUANTITIES (MISC. EXT.) (OMIT)
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMIT)
1012310s ASC-28
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. Air entraining admixtures conforming to ASTM C-260.
c. High range water reducers conforming to ASTM C-494 Type F or 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.
Calcium chloride
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.)
Contractor shall take all precautions to carefully remove all existing brick pavers. The brick
pavers shall be handled with extreme care to avoid chipping and/or breaking of pavers. Until
installed, they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If
necessary , all new brick pavers used on this project shall meet the specifications for ASTM
C1272. The brick shall be a Type F heavy vehicular paving brick a minimum 2 5/8" thick, with
spacer nibs or lugs, and match the existing brick in size, shape, and color.
The brick pavers will be set on a %-inch sand/cement bedding mixture . The sand used shall
conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis. The
cement sand ratio shall be 1 sack of cement per 1 CY of sand or as directed by the Engineer.
10123108 ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
Filter fabric 12-inches wide will be installed over every construction, and/or expansion joint as well
as all vertical surfaces .
Once the brick pavers have been installed they will be vibrated into the sand bed . Sand
conforming to C33 will then be swept into joints and vibrated again. All brick shall be installed per
the manufacturer's recommendations. The resulting repair shall provide a smooth driving surface
and match all applicable street grades, cross slopes, and crowns.
The price bid per linear foot for "BRICK PAVEMENT REPAIR" as shown in the Proposal will be
full payment for materials including all labor, equipment, tools and incidentals necessary to
complete the work.
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMIT)
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMIT)
DA-112 MOVE IN CHARGES (MISC. REPL.) (OMIT)
DA-113 PROJECT SIGNS (MISC. REPL.) (OMIT)
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMIT)
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMIT)
DA-116 FIELD OFFICE (OMIT)
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item 0-8 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 lump sum pric~ bid ·tor "Traffic Controi-. as shown in the
Proposal, will be full payment for all materials, labor, 'equipment, tools,.and incidentals· r:iecessary
to complete the work. All other requirements of 0-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (OMIT)
DA-119 CATHODIC PROTECTION SYSTEM (OMIT)
DA-120 DUCTILE IRON PIPE
1012310s ASC-30
PART DA -ADDITIONAL SPECIAL CONDITIONS
~ Reference Technic~l Specification j 3 '1-1 lO f9r requirements:
DA-121 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE (OMIT)
Referen~e Techri,ical Specification 33, 11 1.3 f9 ct~quirerpent~i
DA-122 REPLACEMENT OF TREES
Measurement.and payment for replacing any trees that are removed .shall be on a per each basis
and shall. cove·r all' cost of complete· replacement of the existing tree at the location and for the
type of tree indicated on the Plans. The pri~ bid ·shall include all excavation, backfill, watering,.
ma!erials, labor, and equipment necessa!)' to,.gompletely re.place th~ Jree with the cali~r and
type in~icated on _ the f;>lans : ·
DA-123 GATE VALVES
Refe r:e l')ce Technic~I $pecification ~3-~ 12 20 for J§.q_ui re!Tl en~s .
DA-124 AIR RELEASE VALVES
Refe rence Technical: Specific~tio11 33.J _2 -3Q , fo cr~quir ements :
DA-125 SANITARY SEWER AND WATER LINE MARKERS
Re fererice_,Technical $pe_cifiq_~tion;';;3.~ 05 26 fdr r equirements:
DA-126 IRRIGATION SYSTEM REPLACEMENT
This ·item is a pre-bid amount and ·requires the contractor to contract with Fort Worth Lawn and
Sprinkler to perform the work shown on .tbe Plans for replacement of the damaged irrigation
system . Any work associated with coordination with Fort Worth Lawn and Sprinkler to perform
the·work shall be subsidiary t9._the various items bi _d.
DA-127 PVC PIPE
DA-128 JOINT BONDING AND ELECTRICAL ISOLATION
Refe re·nceJ e~h.n'fca l Sp~cifjc~tfon 33 ~04 10 for r.e·quir"e:-me ri ts~
10123108 ASC-31
SECTION E SPECIFICATIONS
JANUARY 1, 1978
All materials , construction methods and procedures used in this project shall conform to
Sections El , E2, and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications , together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes, the same as if copies verbatim
herein , and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth .
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20, 1981 , follow:
El-2.4 Backfill : (Correct minimum compaction requirement to 95% Procter density and correct P .I.
values as follows :)
c . Additional backfill requirements when approved for use in streets:
1. Type B Backfill
(c) Maximum plastic index (PI) shall be 8
2. Type C Backfill
(a) Material meeting requirements and having a PI of 8 or less shall be
considered as suitable for compaction by wetting
(b) Material , meeting requirement and having a PI of 9 or more
shall be considered for use only with mechanical compaction
E2-2 . l l Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this
section to 95% Procter density except for paragraph a.I. where the "95% modified Procter
density" shall remain unchanged).
EI00-4 WATERTIGHT MANHOLE INSERTS.
SECTION El 00 -MA 1ERIAL SPECIFICATIONS
MATERIAL STANDARD El00-4
JANUARY 1, 1978 (ADDED 5/13/90)
EI 00-4. l GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole
inserts in the. Fort Worth sanitary sewer collection system.
El00-4.2 MATERIALS AND DESIGN:
a. The manhole insert shall be of corrosion-proof high density polyethelene that meets
or exceeds the requirements of ASTM D1248, Category 5, Type III.
b. The minimum thickness of the manhole insert shall be l/8".
c. The manhole insert shall have a gasket that provides positive seal in wet or dry
co n d it i on s . The gasket sh a II be made of c Io s e d c e 11 neoprene rubber and meet the
requirement of ASTM DI 056, or equal.
d. The manhole insert shall have a strap for removing the insert . The strap shall be made of
minimum I wide woven polypropalene or nylon webbing, with the ends treated to prevent
unravelling. Stainless steel hardware shall be used to securely attach strap to the insert .
e. The manhole insert shall have one or more vent holes or valves to release gasses and
allow water inflow at a rate no greater than IO gallons per 24 hours.
EI00-4.3 INSTALLATION:
a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert
on the rim.
b. The manhole insert shall be fully seated around the manhole frame rim to retard water from
seeping between the cover and the manhole frame rim.
ElOO (1)
330410-1
JOINT BONDING AND ELECTRICAL ISOLATION
Page I of8
SECTION 33 0410
2 JOINT BONDING AND ELECTRICAL ISOLATION
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Joint bonding requirements for electrical continuity of:
7 a. Concrete cylinder pipe
8 b. Mortar coated steel pipe
9 c. Dielectrically coated steel pipe
IO d . Ductile iron pipe, as required on Drawings
11 2 . Electrical isolation devices for installation at:
12 a. Connections to existing piping
13 b. Laterals
14 c. Cased crossings
15 d. Tunnels
16 e. Selected below grade to above ground piping transitions
17 B. Deviations from this City of Fort Worth Standard Specification
18 1.
19 2.
20 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
21
22 1.3 REFERENCES
23 A. Reference Standards
24 1. Reference standards cited in this Specification refer to the current reference
25 standard published at the time of the latest revision date logged at the end of this
26 Specification, unless a date is specifically cited .
27 2 . ASTM International (ASTM).
28 3 . American Water Works Association (A WWA):
29 a. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN.
30 4 . NACE International (NACE).
31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
32 1.5 SUBMITTALS
33 A. Submittals shall be in accordance with DA-56.
34 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or
35 fabrication for specials.
36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
37 A. Product Data
CITY OF FORT WORTH [Cultural Distri ct I Will Roge rs Water and Sanitary Sewer Improvements, Part 2-KAM Ex pansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468)
Revised 8/9/20 I 0
330410-2
JOINT BONDING AND ELECTRICAL ISOLATION
Page 2 of8
1. Manufacturer's catalog cut sheets shall be submitted for each item.
2 a. Include the manufacturer's name and shall provide sufficient information to
3 show that the materials meet the requirements of the Contract Documents for:
4 1) Flange Isolation
5 2) Bonding Clips for Concrete Cylinder Pipe
6 3) Carboline Densyl tape
7 2. Where more than one item or catalog number appears on a catalog cut sheet, clearly
8 identify the item proposed.
9 B . Test and Evaluation Reports
IO 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the
11 City for approval prior to backfilling.
12 2. Record results for bonded joint testing and submit to City for approval prior to
13 backfilling.
14 3. Record results for the continuity test for casing to carrier pipe and submit to the
15 City for approval prior to backfilling.
16 1.7 CLOSEOUT SUBMITTALS
17 A. Test results for electrical continuity, flange isolation, and casing to carrier pipe isolation
18 shall be submitted to the City.
19 B. Results of all testing are to be submitted to City for inclusion in the O&M manual.
20 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED]
21 1.9 QUALITY ASSURANCE [NOT USED]
22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
23 1.11 FIELD [SITE] CONDITIONS [NOT USED]
24 1.12 WARRANTY [NOT USED]
25 PART 2 -PRODUCTS
26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
27 2.2 MATERIALS
28 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project
29 include, but are not limited to, the following:
30 1. Electrical continuity bonds
31 2. Flange isolation assemblies
32 3. Casing spacers
33 4. Casing end seals
34 B. Electrical Continuity Bonds
35 1. Applications for Electrical Continuity Bonding include the following:
36 a. Bonding across bolted joint assemblies
37 b. Bonding across gasketed joint assemblies
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 8/9/20 I 0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
C.
330410-3
JOINT BONDING AND ELECTRICAL ISOLATION
Page 3 of8
Flange Isolation
1. Required applications of dielectric flange isolation assemblies include, but are not
limited to, selected locations where new piping is mechanically connected to
existing piping.
2. For concrete cylinder pipe, provide electrical isolation through the installation of
the following materials:
a. Flange connection to Lock Joint bell adapter
b . Flange connection to Lock Joint spigot adapter
c. Insulating Gasket:
1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrile
seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI
with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
3) Alternately, provide plain-faced phenolic gasket, as manufactured by
Pipeline Seal and Insulator, Inc., or approved equal.
a) Place phenolic gasket between two full-faced gaskets.
b) Provide cloth-inserted rubber gasket material, 1/8 inch thick in
accordance with A WW A C207.
c) Use factory cut gaskets of proper dimensions.
d . Sleeves and Washers:
1) For piping 30-inch diameter and greater, provide full length mylar sleeves
with Pyrox G-10 washers, double washer sets as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
2) For piping between 12-inch and 24-inch diameter, provide full length mylar
sleeves with Phenolic washers, double washer sets as manufactured by
Pipeline Seal and Insulator, Inc., or approved equal.
3. For steel pipe, provide electrical isolation through installation of the following
materials:
a. Isolation Gasket:
1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrile
seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI
with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
3) Alternately, provide a plain-faced phenolic gasket, as manufactured by
Pipeline Seal and Insulator, Inc., or approved equal.
a) Place phenolic gasket between two full-faced gaskets.
b) Provide cloth-inserted rubber gasket material, 1/8 inch thick in
accordance with A WW A C207.
c) Use factory cut gaskets of proper dimensions.
b . Sleeves and Washers:
1) For piping 30-inch diameter and greater, provide full length mylar sleeves
with Pyrox G-10 washers, double washer sets as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised 8/9/2010
330410-4
JOINT BONDING AND ELECTRICAL ISOLATION
Page 4 of8
2) For piping between 12-inch and 24-inch diameter, provide full length mylar
2 sleeves with Phenolic washers , double washer sets as manufactured by
3 Pipeline Seal and Insulator, Inc., or approved equal.
4 4. For ductile iron pipe, provide electrical isolation through installation of the
5 following materials :
6 a . Isolation Gasket:
7 1) For piping 30-inch diameter and greater, provide Pyrox G-10 with nitrile
8 seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and
9 Insulator, Inc ., or approved equal.
10 2) For piping between 12-inch and 24-inch diameter, provide Phenolic PSI
11 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline
12 Seal and Insulator, Inc., or approved equal.
13 3) Alternately, provide a plain-faced phenolic gasket, as manufactured by
14 Pipeline Seal and Insulator, Inc., or approved equal.
15 a) Place phenolic gasket between two full-faced gaskets .
16 b) Provide cloth-inserted rubber gasket material, 1/8 inch thick in
17 accordance with A WW A C207.
18 c) Use factory cut gaskets of proper dimensions.
19 b . Sleeves and Washers:
20 1) For piping 30-inch diameter and greater, provide full length mylar sleeves
21 with Pyrox G-1 washers, double washer sets as manufactured by Pipeline
22 Seal and Insulator, Inc., or approved equal.
23 2) For piping between 12-inch and 24-inch diameter, provide full length mylar
24 sleeves with Phenolic washers , double washer sets as manufactured by
25 Pipeline Seal and Insulator, Inc., or approved equal.
26 5. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by
27 Carboline, consisting of Densyl Mastic, Densyl Paste , and Densyl Tape, or
28 approved equal.
29 D. Casing Spacers
30 1. For piping installed in tunnels or cased crossings, install casing spacers between the
31 piping and the casing or tunnel liner to provide electrical isolation in accordance
32 with Section 33 05 24.
33 E. Casing End Seals
34 1. See Section 33 05 24 for casing end seals.
35 2.3 ACCESSORIES [NOT USED)
36 2.4 SOURCE QUALITY CONTROL [NOT USED]
37 PART 3-EXECUTION
3 8 3.1 INSTALLERS [NOT USED]
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION
41 A . Preparation of Concrete Pipe for Bonding
42 1. General
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Se wer Improvem e nts , Part 2 -KAM Ex pansion]
STANDARD CONSTRUCT ION SPEC IFIC AT ION DOCU MENT S [City Proj ect No . 0 1468)
Revi sed 8/9/20 I 0
330410-5
JOINT BONDING AND ELECTRICAL ISOLATION
Page 5 of8
a. Fabrication
2 1) Use concrete pipe for this project that has been fabricated in such a manner
3 as to establish electrical continuity between metallic components of pipe
4 and joints.
5 b. Acceptable Methods
6 1) Establish electrical continuity as indicated in the Contract Documents.
7 2. Criteria for Electric Continuity
8 a . Tensile Wire
9 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms
10 between any wire and steel joint ring at end of pipe farthest from that wire.
11 2) Manufacturer is to report values obtained and method of measurement.
12 b. Internal Pipe Joint Components
13 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between
14 any component and steel pipe cylinder.
15 3. Tensile Wire Continuity
16 a. Establish continuity between tensile wire coils and steel cylinder on embedded
17 cylinder type pre-stressed pipe by tightly wrapping tensile wire over
18 longitudinal mild steel straps during pipe manufacture.
19 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the
20 pipe.
21 1) These straps must maintain electrical continuity between metallic
22 components.
23 c. Use steel straps made of mild steel and free of grease, mill scale, or other high
24 resistance deposits .
25 d. Make longitudinal straps electrically continuous with pipe cylinder by steel
26 fasteners of suitable dimensions placed between steel cylinder and longitudinal
27 straps. Connect fasteners so as to remain intact during pipe fabrication process.
28 4. Steel Cylinder Continuity
29 a. Establish continuity of all joint components and steel cylinder. These
30 components include anchor socket brackets, anchor socket, spigot ring, and bell
31 ring.
32 b. If mechanical contact does not provide a resistance of less than 0.03 ohms
33 between components, tack weld component to provide electrical continuity.
34 B . Preparation of Steel Pipe for Bonding
35 1. Bonding wires are not required for welded steel pipe .
36 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint
37 as shown on the Drawings.
38 C. Preparation of Ductile Iron Pipe for Bonding
39 1. Install insulated bond wires as shown on the Drawings.
40 D. Electrical Bond Wires
41 1. Electrical bond wires are to be a minimum No. 4 A WG, 7 stranded, copper cable
42 with THI-IN insulation.
43 2 . Remove 1 inch of THI-IN insulation from each end of the bond wire.
44 3. Thermite weld the bond wires to the pipeline .
45 4 . Provide the minimum number of bond wires as shown on Drawings for steel or
46 ductile iron pipe.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468)
Revised 8/9/2010
330410-6
JOINT BONDING AND ELECTRICAL ISOLATION
Page 6 of8
E. Electrical Bond Clip
2 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0 .13 inches thick, 2.5
3 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot
4 of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed
5 joints.
6 2. Manufacture clips to maintain continuity regardless of small deflections of finished
7 joints.
8 3.4 INSTALLATION
9 A. Installation of Electrical Continuity Bonds by Thermite Welding
10 1. Inspection
11 a. Use continuous bond wires with no cuts or tears in the insulation covering the
12 conductor.
13 2. General
14 a . Attach bond wires at required locations by thermite welding process.
15 3. Thermite Welding Methods
16 a . Perform thermite welding of bond wires to piping in the following manner:
17 1) Clean and dry pipe to which wires are to be attached.
18 2) Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt
19 from an area approximately 3 inches square. Grind surface to bright metal.
20 3) Remove approximately 1 inch of insulation from each end of wire to be
21 thermite welded to pipe, exposing clean, oxide-free copper for welding.
22 4) Select proper size thermite weld mold as recommended by manufacturer.
23 Place wire or strap between graphite mold and the prepared metal surface.
24 5) Place metal disk in bottom of mold.
25 6) Pour thermite weld charge into the mold . Squeeze bottom of cartridge to
26 spread ignition powder over charge .
27 7) Close mold cover and ignite starting powder with flint gun.
28 8) After exothermic reaction, remove thermite weld mold and gently strike
29 weld with a hammer to remove weld slag .
30 9) Pull on wire or strap to assure a secure connection .
31 10) If weld is not secure or the bond breaks, repeat procedure with new wire .
32 11) If the weld is secure, coat all bare metal and weld metal with Stopaq CZ
33 tape.
34 4 . Post-Installation Thermite Weld Inspection
35 a. Contractor is responsible for all testing.
36 b . All testing is to be performed by or under the supervision of certified NACE
37 personnel.
38 c . Visually examine each thermite weld connection for strength and suitable
39 coating prior to backfilling.
40 d. Measure resistance through selected bonded joints with a digital low resistance
41 ohmmeter (DLRO).
42 1) Resistance of 0.001 ohms or less is acceptable.
43 2) If the above procedure indicates a poor quality bond connection, reinstall
44 the bond.
45 3) Record results and submit to the City for approval prior to backfilling .
46 5 . Backfilling of Bonded Joints
CITY OF FORT WORTH [Cultural Di stri ct / Will Ro gers Wat er and Sanitary Sew er Improv ement s, Part 2 -KAM Expansion]
STAN DARD CON STRU CT ION SPEC IFICA TI ON DOCU MENTS [City Project No . 01468]
Rev ise d 8/9/20 I 0
33 04 10 - 7
JOINT BONDING AND ELECTRICAL ISOLATION
Page 7 of 8
a. Perform backfilling of bonded piping in manner that prevents damage to the
2 bonds and all connections to the metallic structures .
3 b. Use appropriate backfill material to completely cover the electrical bond.
4 c. Provide protection so that future construction activities in the area will not
5 destroy the bonded connections.
6 d. If construction activity damages a bonded connection, install new bond wire.
7 B. Installation of Pipeline Flange Isolation Devices
8 I. Placement
9 a. Install isolation joints at the locations shown on the Drawings.
JO 2. Assembly
I I a. Place gasket, sleeves, and washers as recommended by the manufacturer.
12 b. Follow manufacturer's recommendations for even tightening to proper torque.
13 3. Testing
14 a. Immediately after an electrical isolation fitting has been installed , contact the
15 City to perform testing for electrical isolation effectiveness.
16 4. Painting
17 a. Do not use metal base paints on electrical isolation devices.
18 5. Encapsulation
19 a. Encapsulate below-grade isolation joints with the Carbo line Densyl tape
20 system, or approved equal, after the isolation joint has been tested for
21 effectiveness.
22 C. Installation of Casing Spacers
23 I. Casing spacers shall be installed in accordance with City requirements.
24 D. Installation of End Seals
25 I. End seals shall be installed in accordance with City requirements.
26 3.5 REPAIR/RESTORATION [NOT USED]
27 3.6 RE-INSTALLATION [NOT USED]
28 3.7 FIELD QUALITY CONTROL
29 A. Testing of Joint Continuity Bonds and Isolation Joints
30 1. After the completion of the continuity bonding of individual joints but before the
31 pipe is backfilled, each bonded joint shall be tested for electrical continuity.
32 2. A DC current shall be impressed on the pipe on I side of the joint under test using a
33 portable 12-volt battery and a driven ground rod . The battery shall be connected
34 such that the positive terminal is connected to the ground rod and the negative
35 terminal is connected to the pipe section under test. The magnitude of test current is
36 not important as long as it causes a change in pipe-to-soil potential on the section of
37 pipe that is in the test current circuit.
38 3. The pipe-to-soil potential shall be measured on each side of the isolation joint using
39 a high impedance voltmeter and portable copper/copper sulfate reference electrode
40 with the test current "on" and "off.
41 4. A joint is considered electrically continuous if the "on" and "off potentials are the
42 same on either side of the joint under test.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 8/9/20 I 0
330410-8
JOINT BONDING AND ELECTRICAL ISOLATION
Page 8 of8
1 5. This same procedure shall be used to test individual isolation joints except that the
2 joint is considered effective if the pipe-to-soil potential is not the same when
3 measured on each side of the joint when the test current is "on".
4 6. Record results and submit in accordance with this Specification .
5 B. Casing to Carrier Pipe Isolation Tests
6 1. Immediately after the pipe has been installed in the casing, but prior to connecting
7 the line , make pipe available for testing and contact the City to perform an electrical
8 continuity test to determine that the casing is electrically isolated from the pipeline.
9 2 . The continuity test shall be fully documented and approved by the City prior to
10 backfilling.
11 3. Record results and submit in accordance with this Specification.
12 4. If the electrical isolation between carrier pipe and casing is not effective , the cause
13 shall be immediately investigated, and the situation remedied .
14 5. Under no circumstances shall a shorted casing be backfilled.
15 3.8 SYSTEM STARTUP [NOT USED]
16 3.9 ADJUSTING [NOT USED]
17 3.10 CLEANING [NOT USED]
18 3.11 CLOSEOUT ACTIVITIES [NOT USED)
19 3.12 PROTECTION [NOT USED]
20 3.13 MAINTENANCE [NOT USED]
21 3.14 ATTACHMENTS [NOT USED]
22 END OF SECTION
23
24
Revision Log
DATE NAME SUMMARY OF CHANGE
2010 AUGUST
09
CITY OF FO RT WORTH [C ultu ra l Di strict / Will Rogers Wate r and Sanit ary Sewer Improv ement s, Part 2 -KAM Ex pansion]
STANDARD CONSTR UCT ION SPEC IFI CATIO N DO CUMENTS [City Project No . 01 46 8]
Rev ised 8/9/20 I 0
33 05 26 -I
UTILITY MARKERS/LOCATORS
Page I of6
SECTION 33 05 26
2 UTILITY MARKERS/LOCATORS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Buried and surface utility markers for utility construction
7 B. Deviations from this City of Fort Worth Standard Specification
8 1.
9 2.
IO 1.2 PRICE AND PAYMENT PROCEDURES
11 A. Measurement and Payment
12 I . Measurement
13 a. Measurement for this Item will be by lump sum.
14 2. Payment
15 a. The work performed and materials furnished in accordance with this Item will
16 be paid for at the lump sum price bid for Utility Markers.
17 3. The price bid shall include:
18 a. Furnishing and installing Utility Markers as specified by the Drawings
19 b. Mobilization
20 c. Pavement removal
21 d. Excavation
22 e. Hauling
23 f. Disposal of excess material
24 g. Furnishing, placement, and compaction of backfill
25 h. Clean-up
26 1.3 REFERENCES
27 A. Reference Standards
28 I. Reference standards cited in this Specification refer to the current reference
29 standard published at the time of the latest revision date logged at the end of this
30 Specification, unless a date is specifically cited.
31 2. American Public Works Association (A WPA):
32 a. Uniform Color Code .
33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
34 1.5 SUBMITT ALS
35 A. Submittals shall be in accordance with DA-56.
36 B. All submittals shall be approved by the Engineer or the City prior to delivery.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date J
33 05 26 - 2
UTILITY MARKERS/LOCATORS
Page 2 of 6
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
2 A. Product Data
3 1. Buried Marker
4 2. Surface Marker
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT USED]
11 PART 2 -PRODUCTS
12 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
13 2.2 MATERIALS
14 A. Manufacturers
15 1. Only the manufacturers as listed on the City's Standard Products List will be
16 considered.
17 a. The manufacturer must comply with this Specification and related Sections.
18 2 . Any product that is not listed on the Standard Products List is considered a
19 substitution and shall be subject to approval by City and/or Engineer.
20 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the
21 manufacturing of Utility Markers/Locators.
22 B. Materials
23 I. Buried Markers
24 a. Detectable warning tape shall be as follows:
25 1) 5.0 mil overall thickness
26 2) Width -3 inch minimum
27 3) Weight -27.5 pounds per inch per 1,000 square feet
28 4) Triple Layer with:
29 a) Minimum thickness 0.35 mils solid aluminum foil encased in a
30 protective inert plastic jacket
31 (1) 100% virgin low density polyethylene
32 (2) Impervious to all known alkalis, acids, chemical reagents, and
33 solvents within soil
34 (3) Aluminum foil visible to both sides
35 5) Locatable by conductive and inductive methods
36 6) Printing encased to avoid ink rub-off
37 7) Color and Legends
38 a) Potable water lines
39 (1) Color-Blue (in accordance with APWA Unifonn Color Code)
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS [City Project No . 01468]
Revised [Insert Revision Date J
I
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
2 .
33 05 26 -3
UTILITY MARKERS/LOCATORS
Page 3 of6
(2) Legend -Caution Potable Water Line Below (repeated every 24
inches)
b) Reclaimed water lines
(I) Color -Purple (in accordance with APW A Uniform Color Code)
(2) Legend-Caution Reclaimed Water Line Below (repeated every 24
inches)
c) Sewer Line
(I) Color -Green (in accordance with APW A Uniform Color Code)
(2) Legend -Caution Sewer Line Below (repeated every 24 inches)
b. Electronic utility marker balls shall be as follows:
I) Sealed shell containing a passive antenna -low-frequency resonance circuit
tuned to specific frequency
2) Size - 4 .5-inch diameter
3) Range -5 feet minimum
4) Field Type/Shape -Spherical
5) Material -high-density polyethylene
6) Color and Frequency
a) Water Lines
( 1) Color -Blue (in accordance with APW A Uniform Color Code)
(2) Frequency-145.7 kHz
b) Sewer Line Markers
(1) Color-Green (in accordance with APWA Uniform Color Code)
(2) Frequency -121.6 kHz
Surface Markers
a. Provide as follows:
1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal
2) White posts with colored, ultraviolet resistant domes as follows:
a) Water Lines
(1) Color-Blue (in accordance with APWA Uniform Color Code)
(2) Legend-Caution Potable Water Line Below
b) Reclaimed water lines
( 1) Color -Purple (in accordance with APW A Uniform Color Code)
(2) Legend -Caution Reclaimed Water Line Below
c) Sewer lines
(I) Color -Green (in accordance with APW A Uniform Color Code)
(2) Legend -Caution Sewer Line Below
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468]
Revi sed [Insert Revi s io n Date J
33 OS 26 - 4
UTILITY MARKERS/LOCATORS
Page 4 of6
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3-EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PREPARATION [NOT USED]
7 3.4 INSTALLATION
8 A. Buried Markers
9 1. Detectable Warning Tape
10 a. Install in accordance with manufacturer's recommendations below natural
11 ground surface and directly above the utility for which it is marking.
12 1) Allow 18 inches minimum between utility and marker.
13 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum
14 protection and detectability.
15 2. Electronic Marker Balls
16 a. Install in accordance with manufacturer's recommendations below natural
17 ground surface and directly above the utility for which it is marking .
18 1) Allow 4 inches minimum between utility and marker.
19 2) Bury to a depth of 5 feet maximum, or as close to the grade as is practical
20 for optimum protection and detectability.
21 3) Allow at least 6 feet between each marker.
22 b. Use tie-downs for placement of markers if deemed necessary by the City, or
23 Engineer.
24 c. Upon completion of installation, the City will inspect that electronic marker
25 balls are installed in place, prior to paving over any of the required locations.
26 d. See table below for other details related to marker ball installation:
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date]
33 05 26 -5
UTILITY MARKERS/LOCATORS
Page 5 of6
ar er a M k B II CJ earance, s pacmg, B ury an d Pl acemen t
16-inch and Larger 12-inch and Smaller
Water Lines Water Lines Sanitary Sewer
Clearance
between 4 inches 4 inches 4 inches
Utility and ( minimum) ( minimum) ( minimum)
Marker
Maximum 5 feet 5 feet 5 feet Bury Depth
Minimum 6 feet 6 feet 6 feet
Spacing
-Horizontal Bends
Placement -Vertical Bends
-Horizontal Pts of -Horizontal Bends
curvature, tangency, -Vertical Bends -ROW /Casings reverse curvature
-Horizontal Tees -Horizontal Pts of (Highways)
(excluding fire curvature, tangency, -ROW/Casings
hydrants) reverse curvature (Railroads)
-Casings -Casings -Other Locations
-Cleaning wyes -Dead-ends shown on Drawings
-Plugs -Stub-outs
-Other Locations
shown on Drawings
2
3 B. Surface Markers
4 I. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground
5 2. The warning sign for all surface markers shall be 21 inches (not including post cap).
6 3. Where possible, place surface markers near fixed objects.
7 4. Place Surface Markers at the following locations:
8 a. Buried Features
9 I) Place directly above a buried feature .
IO b. Above-Ground Features
11 I) Place a maximum of 2 feet away from an above-ground feature.
12 c. Water lines 16-inches and larger
13 I) Each right-of-way line ( or end of casing pipe) for:
14 a) Highway crossings
15 b) Railroad crossings
16 2) Utility crossings such as:
17 a) High pressure or large diameter gas lines
18 b) Fiber optic lines
19 c) Underground electric transmission lines
20 d) Or other locations shown on the Drawings, or directed by the City
21 d. Surface markers not required for 12-inch and smaller water lines
22 e. For sanitary sewer lines:
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised [Insert Revision Date)
33 05 26 - 6
UTILITY MARKERS/LOCATORS
Page 6 of6
1 I) In undeveloped areas, place marker maximum of2 feet away from an
2 above-ground feature such as a manhole or combination air valve vault.
3 2) Place at 500-foot intervals along the pipeline.
4 3.5 REPAIR/RESTORATION [NOT USED]
5 3.6 RE-INSTALLATION [NOT USED]
6 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
7 3.8 SYSTEM STARTUP [NOT USED]
8 3.9 ADJUSTING [NOT USED]
9 3.10 CLEANING [NOT USED]
10 3.11 CLOSEOUT ACTIVITIES [NOT USED]
I I 3.12 PROTECTION [NOT USED]
12 3.13 MAINTENANCE [NOT USED]
13 3.14 ATTACHMENTS [NOT USED]
14 END OF SECTION
15
16
Revision Log
DATE NAME SUMMARY OF CHANGE
[2010 JAN 06)
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvement s, Part 2 -KAM Expansion]
ST AND ARD CONSTRUCTION SP ECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date J
SECTION 33 11 10
2 DUCTILE IRON PIPE
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
33 11 10 -I
DUCTILE IRON PIPE
Page I of 13
6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater, and reuse
7 applications
8 B. Deviations from this City of Fort Worth Standard Specification
9 I.
10 2.
11 C. Related Specification Sections include but are not necessarily limited to:
12 I. 33 11 11 -Ductile Iron Fittings
13 2. 33 04 IO -Joint Bonding and Electrical Isolation
14 1.2 PRICE AND PAYMENT PROCEDURES
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Measurement
a. Measured horizontally along the surface from center line to center line of the
fitting, manhole, or appurtenance
2. Payment
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per linear foot for "Ductile Iron Pipe" installed for:
1) Various sizes
2) Various types of backfill
3) Various linings
4) Various gaskets
3. The price bid shall include:
a. Furnishing and installing Ductile Iron Pipe with joints as specified by the
Drawings
b. Mobilization
c. Polyethylene encasement
d. Lining
e. Pavement removal
f. Excavation
g. Hauling
h. Disposal of excess material
I. Furnishing, placement, and compaction of embedment
J. Furnishing, placement, and compaction of backfill
k. Thrust restraint
I. Bolts and nuts
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised 3/10/2010
331110-2
DUCTILE IRON PIPE
Page 2 of 13
m. Gaskets
2 n. Clay Dams
3 o. Clean-up
4 p. Cleaning
5 q. Disinfection
6 r. Testing
7 1.3 REFERENCES
8 A . Reference Standards
9 1. Reference standards cited in this Specification refer to the current reference
10 standard published at the time of the latest revision date Jogged at the end of this
11 Specification, unless a date is specifically cited .
12 2 . American Association of State Highway and Transportation Officials (AASHTO).
13 3. American Society of Mechanical Engineers (ASME):
14 a. B16 .l , Gray Iron Pipe Flanges and Flanged Fittings (Classes 25 , 125 and 250).
15 4 . ASTM International (ASTM):
16 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel.
17 b . A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi
18 Tensile Strength.
19 c. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for
20 Water or Other Liquids.
21 d. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus.
22 e. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and
23 Steel.
24 5. American Water Works Association (A WW A):
25 a . C203 , Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -
26 Enamel and Tape -Hot Applied .
27 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances .
28 c. M41 , Ductile-Iron Pipe and Fittings.
29 6. American Water Works Association/American National Standards Institute
30 (A WW A/ ANSI):
31 a . C104/A21.4 , Cement-Mortar Lining for Ductile-Iron Pipe and Fittings.
32 b. Cl 05/A2 l.5, Polyethylene Encasement for Ductile-Iron Pipe Systems.
33 c . Cl l l/A21.11 , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings.
34 d . Cl 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron
35 Threaded Flanges.
36 e. Cl50/A21.50, Thickness Design of Ductile-Iron Pipe.
37 f. Cl51/A21.51 , Ductile-Iron Pipe, Centrifugally Cast, for Water.
38 g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances
39 7. NSF International (NSF):
40 a. 61, Drinking Water System Components -Health Effects.
41 8 . Society for Protective Coatings (SSPC):
42 a . PA 2, Measurement of Dry Coating Thickness with Magnetic Gages.
CITY OF FORT WORTH [Cultural Di strict / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Ex pansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised 3/10/2010
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 SUBMITT ALS
3 A. Submittals shall be in accordance with DA-56.
331110-3
DUCTILE IRON PIPE
Page 3 of 13
4 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or
5 fabrication for specials.
6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS
7 A. Product Data
8 1. Interior lining
9 a. If it is other than cement mortar lining in accordance with A WW Al ANSI
10 C 104/ A21.4 , including:
11 1) Material
12 2) Application recommendations
13 3) Field touch-up procedures
14 2. Thrust Restraint
15 a . Retainer glands, thrust harnesses or any other means
16 3. Gaskets
17 a . If hydrocarbon or other special gaskets are required
18 B. Shop Drawings: Furnish for Ductile Iron Pipe used in the water distribution system or
19 for a wastewater force main for 24-inch and greater diameters, including:
20 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in
21 Texas including:
22 a. Working pressure
23 b . Surge pressure
24 c . Deflection
25 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed
26 Professional Engineer in Texas, to verify the restraint lengths shown in the
27 Drawings.
28 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed
29 Professional Engineer in Texas including:
30 a. Pipe class
31 b. Joints type
32 c . Fittings
33 d . Stationing
34 e. Transitions
35 f. Joint deflection
36 C. Certificates
37 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this
3 8 Section, each run of pipe furnished has met Specifications, all inspections have
39 been made, and that all tests have been performed in accordance with
40 A WW A/ANSI C151/A21.51.
41 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117 .
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 3/10/20 I 0
1.7 CLOSEOUT SUBMITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSURANCE
4 A. Qualifications
5 1. Manufacturers
6 a. Finished pipe shall be the product of 1 manufacturer.
331110-4
DUCTILE IRON PIPE
Page 4 of 13
7 1) Change orders, specials, and field changes may be provided by a different
8 manufacturer upon City approval.
9 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed
IO under the control of the manufacturer.
11 c. Ductile Iron Pipe
12 1) Manufactured in accordance with AWWA/ANSI Cl51/A21.51
13 a) Perform quality control tests and maintain results as outlined within
14 standard to assure compliance.
15 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration
16 of at least 10 seconds.
17 B. Preconstruction Testing
18 1. The City may, at its own cost, subject random lengths of pipe for testing by an
19 independent laboratory for compliance with this Specification.
20 a. The compliance test shall be performed in the United States .
21 b. Any visible defects or failure to meet the quality standards herein will be
22 grounds for rejecting the entire order.
23 1.10 DELIVERY, STORAGE, AND HANDLING
24 A. Storage and Handling Requirements
25 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as
26 stated in A WW A M4 l.
27 B. Do not string pipes and fittings unless it is specifically called for in the Drawings.
28 a. Only the pipe and fittings that will be installed during a single work day will be
29 allowed to be stored within the barricaded work area ..
30 1.11 FIELD [SITE] CONDITIONS [NOT USED]
31 1.12 WARRANTY [NOT USED]
32 PART 2 -PRODUCTS
33 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
34 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
35 A. Manufacturers
36 1. Only the manufacturers as listed in the City's Standard Products List will be
37 considered.
38 a . The manufacturer must comply with this Specification and related Sections.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS [City Project No. 01468)
Revis ed 3/10/2 0 I 0
33 11 IO -5
DUCTILE IRON PIPE
Page 5 of 13
I 2. Any product that is not listed on the Standard Products List is considered a
2 substitution and shall be subject to approval by City and/or Engineer.
3 B. Pipe
4 1. Pipe shall be in accordance with A WW A/ ANSI C 111/ A2 l . l l , A WW A/ ANSI
5 Cl50/A21.15 , and AWWA/ANSI Cl51/A21.51.
6 2. All pipe shall meet the requirements of NSF 61.
7 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or
8 closure pieces and necessary to comply with the Drawings.
9 4 . As a minimum the following pressures classes apply . The Drawings may specify a
IO higher pressure class or the pressure and deflection design criteria may also require
11 a higher pressure class, but in no case should they be less than the following :
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
Diameter Min Pressure Class
(inches) (psi)
3 through 12 350
14 through 20 250
24 ioo
30 through 64 150
5. Pipe markings shall meet the minimum requirements of A WW A/ ANSI
C 151/ A2 l.5 l. Minimum pipe markings shall be as follows:
a . "DI" or "Ductile" shall be clearly labeled on each pipe
b. Weight, pressure class, and nominal thickness of each pipe
c . Year and country pipe was cast
d. Manufacturer's mark
6 . Pressure and Deflection Design
a. Pipe design shall be based on trench conditions and design pressure class
specified in the Drawings.
b. Pipe shall be designed according to the methods indicated in A WW A/ ANSI
C 150/ A2 l.50, A WW A/ ANSI C 151/ A2 l.51 , and A WW A M41 for trench
construction, using the following parameters:
1) Unit Weight of Fill (w) = 130 pcf
2) Live Load = AASHTO HS 20
3) Trench Depth = 12 feet minimum, or as indicated in Drawings
4) Bedding Conditions= Type 4
5) Working Pressure (Pw) = 150 psi
6) Surge Allowance (P s) = 100 psi
7) Design Internal Pressure (P;) = Pw + Ps or 2: 1 safety factor of the actual
working pressure plus the actual surge pressure, whichever is greater.
a) Test Pressure=
(1) No less than 1.25 minimum times the stated working pressure (187
psi minimum) of the pipeline measured at the highest elevation
along the test section .
(2) No less than 1.5 times the stated working pressure (225 psi
minimum) at the lowest elevation of the test section .
8) Maximum Calculated Deflection (Dx) = 3 percent
CITY O F FORT WORTH [Cultural Distri ct I Will Roge rs Water and San itary Se we r Impro ve me nts , Part 2 -KAM Expan sion]
STANDARD CONSTRUCTION SP ECIFI C ATI ON DOCUMENTS [Ci ty Proj ect No . 01 468)
Revi sed 3/10/20 I 0
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
9) Restrained Joint Safety Factor (Sr) = 15 percent
331110-6
DUCTILE IRON PIPE
Page 6 of 13
c . Trench depths shall be verified after existing utilities are located.
1) Vertical alignment changes required because of existing utility or other
conflicts shall be accommodated by an appropriate change in pipe design
depth .
2) In no case shall pipe be installed deeper than its design allows .
7 . Provisions for Thrust
a. Thrust at bends, tees, plugs, or other fittings shall be mechanically restrained
joints when required by the Drawings .
b . Thrust at bends adjacent to casing pipe shall be restrained by mechanical means
through casing and for a sufficient distance each side of casing.
c. No thrust restraint contribution shall be allowed for the restrained length of
pipe within the casing .
d . Restrained joints, when required , shall be used for a sufficient distance from
each side of the bend, tee , plug, valve , or other fitting to resist thrust which will
be developed at the design pressure of the pipe. For the purpose of thrust, the
following shall apply:
1) Valves shall be calculated as dead ends .
2) Design pressure shall be greater than the working pressure of the pipe or
the internal pressure (P;) whichever is greater.
3) Restrained joints shall consist of approved mechanical restrained or push-
on restrained joints as listed in the City's Standard Products List.
e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to
resist thrust in accordance with the Drawings, A WW A M4 l, and the following:
l) The weight of earth (We) shall be calculated as the weight of the projected
soil prism above the pipe , for unsaturated soil conditions.
2) Soil density= 110 pcf (maximum value to be used), for unsaturated soil
conditions.
3) Soil Designation= Clay 1
4) If indicated on the Drawings and the Geotechnical Borings that ground
water is expected , account for reduced soil density .
8 . Joints
a. General -Comply with A WW A/ ANSI C 111 / A2 l .1 l.
b. Push-On Joints
c. Mechanical Joints
d. Push-On Restrained Joints as approved in the Standard Products list in Section
01 60 00 only .
e. Flanged Joints - A WW A/ ANSI C 115/ A2 l . l 5, ASME B 16 .1, Class 125
f. Flange bolt circles and bolt holes shall match those of ASME B 16.1 , Class 125.
g. Field fabricated flanges are prohibited .
9. Gaskets
a. All rubber joint gaskets utilized on Ductile Iron Pipe shall be in conformartce
with A WW A/ ANSI C 111/ A21.1 l.
b. Flanged Gaskets
1) Full face
2) Manufactured true to shape from minimum 80 durometer SBR rubber stock
of a thickness not less than 1 /8 inch
3) Virgin stock
C ITY OF FORT WORTH [C ultural Di stric t / Will Rogers W ater and Sanitary Se wer Improvements, Part 2 -KAM Ex pansion]
STANDARD CONSTR UCTION SPECIF ICATION DOCUMENTS [City Proj ect No . 01468)
Rev ise d 3/10/20 10
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
331110-7
DUCTILE IRON PIPE
4) Conforming to the physical and test requirements specified in
A WW A/ ANSI C 111 / A2 l . I I .
Page 7 of 13
5) Finished gaskets shall have holes punched by the manufacturer and shall
match the flange pattern in every respect.
6) Frayed cut edges resulting from job site gasket fabrication are not
acceptable.
7) Furnish Viton ® Rubber gaskets hydrocarbon restraint gaskets, when
required.
I 0. Bolts and Nuts
a. Mechanical Joints
I) High strength corrosion restraint low-carbon weathering steel in
accordance with A WW A/ANSI Cl I l/A21.I I, and ASTM A242.
2) Cor-Blue coated with FluoroKote # 1, or equal
a) Coating shall conform to the performance requirements of ASTM B 117
for up to 4000 hours and shall include, if required , a certificate of
conformance.
b . Flanged Ends
I) Meet requirements of A WW A C 115 .
2) For buried and non-buried applications, provide AISI 304 Stainless Steel
bolts and AISI 3 16 Stainless Steel nuts.
3) Spray bolts and nuts with anti-seize compound.
11. Ductile Iron Pipe Exterior Coatings
a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the
pipe exterior, unless otherwise specified in the Contract Documents.
12. Polyethylene Encasement
a. All buried Ductile Iron Pipe shall be polyethylene encased .
b . Only manufacturers listed in the City 's Standard Products List will be
considered acceptable .
c . Use only virgin polyethylene material.
d . Encasement for buried pipe shall be 8 mil linear low density (LLD)
polyethylene conforming to A WW A/ ANSI C 105/ A2 l .5 or 4 mil high density
cross-laminated (HDCL) polyethylene encasement conforming to
AWWA/ANSI Cl05/A21.5 and ASTM A674 .
e . At a minimum of every 2 feet along its length, the mark the polyethylene film
with the following information:
1) Manufacturer's name or trademark
2) Year of manufacturer
3) AWWA/ANSI Cl05/A21.5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter sizes
6) Warning -Corrosion Protection -Repair Any Damage
f. Special Markings/Colors
1) Reclaimed Water
a) Label polyethylene encasement with "RECLAIMED WATER", or
b) Provide purple polyethylene in accordance with the American Public
Works Association Uniform Color Code.
2) Wastewater
a) Label polyethylene encasement with "WASTEWATER", or
C ITY OF FORT WORTH [Cultura l Di strict / Will Ro ge rs W ater and Sanit ary Se wer Improve ments , Part 2 -KAM Expan sion]
STANDARD CONSTRUCTION SP ECI FIC ATI ON DOCUME NTS [C ity Project No . 01468)
Revised 3/10 /20 I 0
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
g.
33 11 10 -8
DUCTILE IRON PIPE
Page 8 of 13
b) Provide green polyethylene in accordance with the American Public
Works Association Uniform Color Code.
Minimum widths
P I h I o I vet 1v. ene T b u e an dS beet Sizes for Push-On Joint Pine
Nominal Pipe Diameter Min. Width -Flat Tube Min. Width -Sheet
(inches) (inches) (inches)
3 14 28
4 14 28
6 16 32
8 20 40
10 24 48
12 27 54
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 121 242
13. Ductile Iron Pipe Interior Lining
a. Cement Mortar Lining
1) Ductile Iron Pipe for potable water shall have a cement mortar lining in
accordance with A WW A/ ANSI C 104/ A2 I .04 and be acceptable according
to NSF 61.
b. Ceramic Epoxy or Epoxy Linings
1) Ductile Iron Pipe for use in wastewater applications shall be lined with a
Ceramic Epoxy or Epoxy lining as designated in the City's Standard
Products List.
2) Apply lining at a minimum of 40 mils OFT.
3) Due to the tolerances involved, the gasket area and spigot end up to 6
inches back from the end of the spigot end must be coated with 6 mils
nominal, 10 mils maximum using a Joint Compound as supplied by the
manufacturer.
a) Apply the joint compound by brush to ensure coverage.
b) Care should be taken that the joint compound is smooth without excess
buildup in the gasket seat or on the spigot ends .
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised 3/10/20 I 0
33 I I IO· 9
DUCTILE IRON PIPE
Page 9 of 13
c) Coat the gasket seat and spigot ends after the application of the lining.
2
3
4
5
6
7
8
9
10
11
12
13
14
15
4) Surface preparation shall be in accordance with the manufacturer's
recommendations.
5) Check thickness using a magnetic film thickness gauge in accordance with
the method outlined in SSPC PA 2.
6) Test the interior lining of all pipe barrels for pinholes with a non-
destructive 2,500 volt test.
a) Repair any defects prior to shipment.
7) Mark each fitting with the date of application of the lining system along
with its numerical sequence of application on that date and records
maintained by the applicator of his work.
8) For all Ductile Iron Pipe in wastewater service where the pipe has been
cut, coat the exposed surface with the touch-up material as recommended
by the manufacturer.
a) The touch-up material and the lining shall be of the same manufacturer.
16 2.3 ACCESSORIES [NOT USED]
17 2.4 SOURCE QUALITY CONTROL [NOT USED]
18 PART 3-EXECUTION
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
21 3.3 PREPARATION [NOT USED]
22 3.4 INSTALLATION
23 A. General
24 1. Install pipe, fittings, specials, and appurtenances as specified herein, as specified in
25 A WW A C600 , A WW A M41, and in accordance with the pipe manufacturer's
26 recommendations .
27 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings.
28 3. Lay pipe to the lines and grades as indicated in the Drawings.
29 4 . Excavate and Backfill Trenches in accordance with City requirements.
30 5. Embed Ductile Iron Pipe in accordance with City requirements.
31 B. Pipe Handling
32 1. Haul and distribute pipe and fittings at the project site.
33 2. Handle piping with care to avoid damage.
34 a . Inspect each joint of pipe and reject or repair any damaged pipe prior to
35 lowering into the trench.
36 b. Do not handle the pipe in such a way that will damage the interior lining.
37 c . Use only nylon ropes, slings, or other lifting devices that will not damage the
38 surface of the pipe for handling the pipe .
39 3 . At the close of each operating day:
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion)
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised 3/10/20 I 0
331110-10
DUCTILE IRON PIPE
Page IO of 13
a. Keep the pipe clean and free of debris, dirt, animals, and trash -during and
2 after the laying operation.
3 b. Effectively seal the open end of the pipe using a gasketed night cap.
4 C. Joint Making
5 1. Mechanical Joints
6 a. Bolt the follower ring into compression against the gasket with the bolts
7 tightened down evenly then cross torqued in accordance with A WWA C600.
8 b. Overstressing of bolts to compensate for poor installation practice will not be
9 permitted.
10 2. Push-on Joints
11 a. Install Push-on joints as defined in A WW A/ ANSI C 111/ A2 l .11 .
12 b. Wipe clean the gasket seat inside the bell of all extraneous matter.
13 c. Place the gasket in the bell in the position prescribed by the manufacturer.
14 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the
15 gasket and the outside of the spigot prior to entering the spigot into the bell.
16 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to
17 conform to A WW A C600 .
18 3 . Flanged Joints
19 a . Use erection bolts and drift pins to make flanged connections.
20 1) Do not use undue force or restraint on the ends of the fittings.
21 2) Apply even and uniform pressure to the gasket.
22 b. The fitting must be free to move in any direction while bolting.
23 1) Install flange bolts with all bolt heads faced in one direction.
24 c. When electrical isolation is required, See Section 33 04 10.
25 4. Joint Deflection
26 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
27 and grades and shown in the Drawings.
28 b. The deflection of each joint must be in accordance with A WW A C600 Table 3.
29 c . The maximum deflection allowed is 50% of that indicated in A WW A C600.
30
31
d. The manufacturer's recommendation may be used with the approval of the
Engineer.
32 D . Polyethylene Encasement Installation
33 1. Preparation
34 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to
35 installation of polyethylene encasement.
36 1) Prevent soil or embedment material from becoming trapped between pipe
37 and polyethylene.
38 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase
39 with minimum space between polyethylene and pipe.
40 1) Provide sufficient slack in contouring to prevent stretching polyethylene
41 where it bridges irregular surfaces such as bell-spigot interfaces, bolted
42 joints, or fittings, and to prevent damage to polyethylene due to backfilling
43 operations.
44 2) Secure overlaps and ends with adhesive tape and hold.
45 c . For installations below water table and/or in areas subject to tidal actions, seal
46 both ends of polyethylene tube with adhesive tape at joint overlap.
CITY OF FORT WORTH [Cultural Di strict / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 3/10/2 010
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
2. Tubular Type (Method A)
33 11 IO -11
DUCTILE IRON PIPE
Page 11 of 13
a. Cut polyethylene tube to length approximately 2 feet longer than pipe section .
b. Slip tube around pipe, centering it to provide I-foot overlap on each adjacent
pipe section and bunching it accordion-fashion lengthwise until it clears pipe
ends.
c. Lower pipe into trench and make up pipe joint with preceding section of pipe.
d . Make shallow bell hole at joints to facilitate installation of polyethylene tube.
e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched
polyethylene from preceding length of pipe, slip it over end of the new length
of pipe and wrap until it overlaps joint at end of preceding length of pipe.
f. Secure overlap in place .
g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel
of pipe, securing fold at quarter points .
h. Repair cuts, tears, punctures, or other damage to polyethylene.
1. Proceed with installation of next pipe in same manner.
3 . Tubular Type (Method B)
a. Cut polyethylene tube to length approximately I foot shorter than pipe section.
b . Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end.
c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel
of pipe, securing fold at quarter points; secure ends.
d. Before making up joint, slip 3-foot length of polyethylene tube over end of
proceeding pipe section, bunching it accordion-fashion lengthwise.
e . After completing joint, pull 3-foot length of polyethylene over joint,
overlapping polyethylene previously installed on each adjacent section of pipe
by at least l foot; make each end snug and secure.
4. Sheet Type
a. Cut polyethylene sheet to a length approximately 2 feet longer than piece
section.
b. Center length to provide I-foot overlap on each adjacent pipe section, bunching
it until it clears the pipe ends.
c. Wrap polyethylene around pipe so that it circumferentially overlaps top
quadrant of pipe.
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet.
e. Lower wrapped pipe into trench and make up pipe joint with preceding section
of pipe.
f. Make shallow bell hole at joints to facilitate installation of polyethylene.
g. After completing joint, make overlap and secure ends .
h. Repair cuts, tears, punctures, or other damage to polyethylene.
1. Proceed with installation of next section of pipe in same manner.
5. Pipe-Shaped Appurtenances
a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with
polyethylene in same manner as pipe and fittings.
6. Odd-Shaped Appurtenances
a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing
sheet under appurtenances and bringing it up around body .
b. Make seams by bringing edges together, folding over twice, and taping down.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 3/10/2010
331110-12
DUCTILE IRON PIPE
Page 12 of 13
c . Tape polyethylene securely in place at the valve stem and at any other
2 penetrations .
3 7 . Repairs
4 a . Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape
5 or with short length of polyethylene sheet or cut open tube , wrapped around
6 fitting to cover damaged area, and secured in place.
7 8. Openings in Encasement
8 a . Provide openings for branches , service taps, blow-offs, air valves, and similar
9 appurtenances by making an X-shaped cut in polyethylene and temporarily
10 folding back film.
11 b . After appurtenance is installed , tape slack securely to appurtenance and repair
12 cut, as well as other damaged area in polyethylene with tape.
13 c . Service taps may also be made directly through polyethylene, with any
14 resulting damaged areas being repaired as described above.
15 9. Junctions between Wrapped and Unwrapped Pipe:
16 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped,
17 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet.
18 b. Secure end with circumferential turns of tape.
19 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric
20 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe.
21 3.5 REP AIR/RESTORATION
22 A. Patching
23 1. Excessive field-patching is not permitted of lining or coating.
24 2 . Patching of lining or coating will be allowed where area to be repaired does not
25 exceed 100 square inches and has no dimensions greater than 12 inches .
26 3 . In general , there shall not be more than 1 patch on either the lining or the coating of
27 any one joint of pipe.
28 4 . Wherever necessary to patch the pipe:
29 a. Make patch with cement mortar as previously specified for interior joints .
30 b . Do not install patched pipe until the patch has been properly and adequately
31 cured and approved for laying by the City .
32 5 . Promptly remove rejected pipe from the site.
33 3.6 RE-INSTALLATION [NOT USED]
34 3.7 FIELD [oR] SITE QUALITY CONTROL
35 A . Potable Water Mains
36 1. Cleaning, disinfection , hydrostatic testing, and bacteriological testing of water
37 mains
38 a. Clean, flush , pig, disinfect, hydrostatic test, and bacteriological test the water
39 main in accordance with City requirements.
CITY OF FORT WORTH [Cultur al Di str ict / Will Rogers Water and Sanitary Sewer Impro vement s, Part 2 -KAM Exp ansion]
ST AN D ARD CONS TR UCTI ON SPEC IFICAT ION DOCUMENT S [City Project No . 014 68]
Rev ise d 3/10/20 I 0
3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING [NOT USED]
3 3.10 CLEANING [NOT USED]
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
[2010 JAN 06]
9
33 II JO · 13
DUCTILE IRON PIPE
Page 13 of 13
CITY OF FORT WORTH [Cultural Dis tri ct I Will Rogers Water and Sanitary Sewer Improv ements , Part 2 -KAM Ex pansion]
STANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS [City Project No. 01468)
Revised 3/10/2010
SECTION 33 11 11
2 DUCTILE IRON FITTINGS
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A . Section Includes:
33 11 11 -I
DUCTILE IRON FITTINGS
Page I of IO
6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and
7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe
8 B . Deviations from this City of Fort Worth Standard Specification
9 1. None
IO 2.
11 C. Related Specification Sections include but are not necessarily limited to:
12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
13 1.3 REFERENCES
14 A. Reference Standards
I 5 1. Reference standards cited in this Specification refer to the current reference
16 standard published at the time of the latest revision date logged at the end of this
17 Specification, unless a date is specifically cited.
18 2 . American Society of Mechanical Engineers (ASME):
I 9 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25 , 125 and 250).
20 3 . ASTM International (ASTM):
21 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel.
22 b. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for
23 Water or Other Liquids.
24 c . B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus.
25 4 . American Water Works Association (A WWA):
26 a . C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -
27 Enamel and Tape -Hot Applied.
28 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances .
29 c. M41, Ductile-Iron Pipe and Fittings .
30 5. American Water Works Association/American National Standards Institute
31 (AWWA/ANSI):
32 a . Cl04/A21.4, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings.
33 b. Cl05/A21.5 , Polyethylene Encasement for Ductile-Iron Pipe Systems .
34 c . Cl 10/A21.10, Ductile-Iron. and Gray-Iron Fittings.
35 d. Cl l l/A21.l l , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings .
36 e . C 115/ A2 l. l 5, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron
37 Threaded Flanges .
38 f . Cl 51/ A2 l.5 l , Ductile-Iron Pipe, Centrifugally Cast, for Water.
39 g . Cl53/A21.53 , Ductile-Iron Compact Fittings for Water Service.
40 6 . NSF International (NSF):
41 a . 61 , Drinking Water System Components -Health Effects.
CITY O F FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS [C ity Proj ect No . 01468]
Revi sed 1/20/2 011
7. Society for Protective Coatings (SSPC):
33 11 11 -2
DUCTILE IRON FITTINGS
Page 2 of 10
2 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages.
3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED)
4 1.5 SUBMITT ALS
5 A. Submittals shall be in accordance with DA-56.
6 B . All submittals shall be approved by the Engineer or the City prior to delivery and/or
7 fabrication for specials.
8 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS
9 A. Product Data
10 I. Ductile Iron Fittings
11 a. Pressure class
12 b. Interior lining
13 c. Joint types
14 2. Polyethylene encasement and tape
15 a. Planned method of installation
16 b. Whether the film is linear low density or high density cross linked polyethylene
17 c. The thickness of the film provided
18 3. The interior lining, if it is other than cement mortar lining in accordance with
19 AWWA/ANSI C104/A21.4
20 a. Material
21 b. Application recommendations
22 c. Field touch-up procedures
23 4. Thrust Restraint
24 a. Retainer glands
25 b . Thrust harnesses
26 c. Any other means
27 5. Bolts and nuts for mechanical and or flange joints
28 6. Gaskets
29 B. Certificates:
30 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings
31 meet the provisions of this Section and meet the requirements of A WW Al ANSI
32 Cl 10/A21.10 or AWWA/ANSI C153/A21.53.
33 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117.
34 1.7 CLOSEOUT SUBMITTALS [NOT USED]
35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
36 1.9 QUALITY ASSURANCE
37 A. Qualifications
38 1. Manufacturers
39 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be
40 performed under the control of the manufacturer.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTR UCTION SP ECI FIC ATION DOCU MENTS [City Project No . 01468)
Revised 1/20/2 0 I I
33 11 11 -3
DUCTILE IRON FITTINGS
Page 3 of 10
b. Ductile Iron Fittings shall be manufactured in accordance with A WW Al ANSI
2 Cl 10/A21.10 or A WW A/ANSI Cl53/A21.53.
3 1) Perform quality control tests and maintain the results as outlined in these
4 standards to assure compliance .
5 B. Preconstruction Testing
6 1. The City may, at its own cost, subject random fittings for destructive testing by an
7 independent laboratory for compliance with this Specification.
8 a. The compliance test shall be performed in the United States.
9 b. Any visible defects or failure to meet the quality standards herein will be
IO grounds for rejecting the entire order.
11 1.10 DELIVERY, STORAGE, AND HANDLING
12 A. Storage and Handling Requirements
13 I . Store and handle in accordance with the guidelines as stated in A WW A M41.
14 B. Do not string pipes and fittings unless it is specifically called for in the Drawings .
15 I. Only the pipe and fittings that will be installed during a single work day will be
16 allowed to be stored within the barricade work area .
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY [NOT USED]
19 PART 2 -PRODUCTS
20 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
21 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
22 A. Manufacturers
23 1. Only the manufacturers as listed on the City's Standard Products List will be
24 considered.
25 a. The manufacturer must comply with this Specification and related Sections.
26 2 . Any product that is not listed on the Standard Products List is considered a
27 substitution and shall be subject to approval by City and/or Engineer.
28 B. Ductile Iron Fittings
29 1. Ductile Iron Fittings shall be in accordance with A WW Al ANSI C 110/ A21 .10,
30 AWWA/ANSIC153/A21.53.
31 2 . All fittings for potable water service shall meet the requirements of NSF 61 .
32 3. Ductile Iron Fittings, as a minimum, shall meet or exceed the pressures classes of
33 the pipe which the fitting is connected, unless specifically indicated in the
34 Drawings.
35 4. Fittings Markings
36 a. Meet the minimum requirements of A WW Al ANSI C 151/ A2 I .51.
37 b . Minimum markings shall include:
38 1) "DI" or "Ductile" cast or metal stamped on each fitting
39 2) Applicable A WW Al ANSI standard for that the fitting
40 3) Pressure rating
CITY OF FORT WORTH [Cultural Di strict/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 1/20/2011
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
33 11 11 - 4
DUCTILE IRON FITTINGS
Page 4 of 10
4) Number of degrees for all bends
5) Nominal diameter of the openings
6) Year and country fitting was cast
7) Manufacturer 's mark
5 . Joints
a . Comply with AWWA/ANSI Cl l l/A21.l l.
b. Push-On Joints
c . Mechanical Joints
d . Push-On -Restrained Joints as approved in the Standard Products List.
e . Flanged Joints-AWWA/ANSI Cl 15/A21.15, ASME Bl6.l, Class 125
f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125.
g. Field fabricated flanges are prohibited .
6. Gaskets
a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in
conformance with A WW Al ANSI C 111/ A2 l.1 l.
b. Flanged Gaskets
I) Full face
2) Manufactured true to shape from minimum 80 durometer SBR rubber stock
of a thickness not less than 1/8 inch
3) Virgin stock
4) Conforming to the physical and test requirements specified in
A WW A/ANSI Cl l l/A21. l l
5) Finished gaskets shall have holes punched by the manufacturer and shall
match the flange pattern in every respect.
6) Frayed cut edges resulting from job site gasket fabrication are not
acceptable.
7) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, when
required.
7. Bolts and Nuts
a. Mechanical Joints
I) High strength corrosion restraint low-carbon weathering steel in
accordance with AWWA/ANSI Cl l l/A21.1 l, and ASTM A242.
2) Cor-Blue oated with FluoroKote #1, or equal
a) Coating shall conform to the performance requirements of ASTM B 117
for up to 4000 hours and shall include, if required , a certificate of
conformance.
b . Flanged Ends
I) Meet requirements of A WW A C 115.
2) For buried and non-buried applications, provide AISI 304 Stainless Steel
bolts and AISI 316 Stainless Steel nuts.
3) Spray bolts and nuts with anti-seize compound .
8. Ductile Iron Fitting Exterior Coatings:
a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil
thick, on the exterior, unless otherwise specified in the Contract Documents .
9. Polyethylene Encasement
a. All buried Ductile Iron Fittings shall be polyethylene encased.
b. Only manufacturers listed in the City 's Standard Products List will be
considered acceptable.
CITY OF FORT WORTH [C ultural Di stri ct / Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CON STRUCTIO N SP ECIFI CA TI O N DOCUM ENTS [City Project No . 01468)
Revi sed 1/20/2 011
1
2
3
4
5
6
7
8
9
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
33 11 11 -5
DUCTILE IRON FITTINGS
Page 5 of 10
c. Use only virgin polyethylene material.
d. Encasement for buried fittings shall be 8 mil linear low density (LLD)
polyethylene conforming to A WW A/ ANSI C 105/ A21.5 or 4 mil high density
cross-laminated (HDCL) polyethylene encasement conforming to conforming
to AWWA/ANSI Cl05/A21.5 and ASTM A674.
e. Marking: At a minimum of every 2 feet along its length, the mark the
polyethylene film with the following information:
1) Manufacturer's name or trademark
2) Year of manufacturer
3) AWWA/ANSIC105/A21.5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter sizes
6) Warning-Corrosion Protection -Repair Any Damage
f. Special Markings/Colors
1) Reclaimed Water
a) Label polyethylene encasement with "RECLAIMED WATER", or
b) Provide purple polyethylene in accordance with the American Public
Works Association Uniform Color Code.
2) Wastewater
a) Label polyethylene encasement with "WASTEWATER", or
b) Provide green polyethylene in accordance with the American Public
Works Association Uniform Color Code.
g. Minimum widths:
Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings
Nominal Fittings Diameter Min. Width -Flat Tube Min. Width -Sheet
(inches) (inches) (inches)
3 14 28
4 14 28
6 16 32
8 20 40
10 24 48
12 27 54
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 121 242
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Proj ect No . 01468]
Revised I /20/20 I I
33 11 11 -6
DUCTILE IRON FITTINGS
Page 6 of 10
10. Ductile Iron Fittings Interior Lining
2 a. Cement Mortar Lining
3 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in
4 accordance with A WW Al ANSI C 104/ A2 l .4 and be acceptable according to
5 NSF 61.
6 b. Ceramic Epoxy or Epoxy Linings
7 1) Ductile Iron Fittings for use in wastewater applications shall be lined with
8 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products
9 List.
10 2) Apply lining at a minimum of 40 mils DFT
11 3) Due to the tolerances involved , the gasket area and spigot end up to 6
12 inches back from the end of the spigot end must be coated with 6 mils
13 nominal, 10 mils maximum using a Joint Compound as supplied by the
14 manufacturer.
15 a) Apply the joint compound by brush to ensure coverage.
16 b) Care should be taken that the joint compound is smooth without excess
17 buildup in the gasket seat or on the spigot ends.
18 c) Coat the gasket seat and spigot ends after the application of the lining .
19 4) Surface preparation shall be in accordance with the manufacturer's
20 recommendations .
21 5) Check thickness using a magnetic film thickness gauge in accordance with
22 the method outlined in SSPC PA 2 .
23 6) Test the interior lining of all fittings for pinholes with a non-destructive
24 2 ,500 volt test.
25 a) Repair any defects prior to shipment.
26 7) Mark each fitting with the date of application of the lining system along
27 with its numerical sequence of application on that date and records
28 maintained by the applicator of his work.
29 8) For all Ductile Iron Fittings in wastewater service where the fitting has
30 been cut, coat the exposed surface with the Touch-Up material as
31 recommended by the manufacturer .
32 a) The touch-up material and the lining shall be of the same manufacturer.
33 2.3 ACCESSORIES [NOT USED]
34 2.4 SOURCE QUALITY CONTROL [NOT USED]
35 PART 3 -EXECUTION
36 3.1 INSTALLERS [NOT USED]
37 3.2 EXAMINATION [NOT USED]
38 3.3 PREPARATION [NOT USED]
39 3.4 INSTALLATION
40 A. General
41 1. Install, fittings , specials, and appurtenances as specified herein, as specified in
42 A WW A C600, A WW A M4 l , and in accordance with the fittings manufacturer 's
43 recommendations .
44 2. Lay fittings to the lines and grades as indicated in the Drawings.
CITY OF FORT WORTH [Cultural Di stri ct I Will Rog ers Water and Sanitary Sewer Improv ements , Part 2 -KAM Ex pansi on]
STAN DARD CO NSTRUCTION SPECI FICATI ON DOCU MENTS [Cit y Proje ct No. 0146 8]
Rev ise d 1/20/20 11
33 11 II -7
DUCTILE IRON FITTINGS
Page 7 of 10
I 3. Excavate and backfill trenches in accordance with City requirements.
2 4. Embed Ductile Iron Fittings in accordance with City requirements.
3 B. Joint Making
4 1. Mechanical Joints:
5 a. Bolt the follower ring into compression against the gasket, with the bolts
6 tightened down evenly then cross torqued in accordance with A WW A C600.
7 b. Overstressing of bolts to compensate for poor installation practice will not be
8 permitted.
9 2. Push-on Joints :
IO a. Install Push-on joints as defined in A WW A/ ANSI C 111/ A2 l. l l.
11 b. Wipe clean the gasket seat inside the bell of all extraneous matter.
12 c. Place the gasket in the bell in the position prescribed by the manufacturer.
13 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the
14 gasket and the outside of the spigot prior to entering the spigot into the bell.
15 e. When using a field cut plain end piece of pipe , refinished the field cut and scarf
16 to conform to A WWA M-41.
17 3 . Flanged Joints:
18 a . Use erection bolts and drift pins to make flanged connections.
19 1) Do not use undue force or restraint on the ends of the fittings.
20 2) Apply even and uniform pressure to the gasket.
21 b. The fitting must be free to move in any direction while bolting.
22 1) Install flange bolts with all bolt heads faced in 1 direction.
23 4 . Joint Deflection
24
25
26
27
28
29
a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
and grades and shown in the Drawings.
b . The deflection of each joint must be in accordance with A WW A C600 Table 3 .
c. The maximum deflection allowed is 50% of that indicated in A WW A C600.
d. The manufacturer's recommendation may be used with the approval of the
Engineer.
30 C. Polyethylene Encasement Installation:
31 1. Preparation
32 a . Remove all lumps of clay, mud, cinders, etc ., on fittings surface prior to
33 installation of polyethylene encasement.
34 1) Prevent soil or embedment material from becoming trapped between
35 fittings and polyethylene .
36 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase
37 with minimum space between polyethylene and fittings.
3 8 1) Provide sufficient slack in contouring to prevent stretching polyethylene
39 where it bridges irregular surfaces such as bell-spigot interfaces, bolted
40 joints, or fittings, and to prevent damage to polyethylene due to backfilling
41 operations .
42 2) Secure overlaps and ends with adhesive tape and hold .
43 c. For installations below water table and/or in areas subject to tidal actions, seal
44 both ends of polyethylene tube with adhesive tape at joint overlap.
45 2. Tubular Type (Method A)
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised I /20/2011
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
33 11 11 -8
DUCTILE IRON FITTINGS
Page 8 of 10
a. Cut polyethylene tube to length approximately 2 feet longer than fittings
section.
b. Slip tube around fittings , centering it to provide I foot overlap on each adjacent
pipe section and bunching it accordion-fashion lengthwise until it clears fittings
ends.
c. Lower fittings into trench with preceding section of pipe .
d. Make shallow bell hole at joints to facilitate installation of polyethylene tube.
e. After assembling fittings make overlap of polyethylene tube, pull bunched
polyethylene from preceding length of pipe, slip it over end of the fitting and
wrap until it overlaps joint at end of preceding length of pipe.
f. Secure overlap in place .
g. Take up slack width at top of fitting to make a snug, but not tight, fit along
barrel of fitting, securing fold at quarter points.
h . Repair cuts, tears, punctures, or other damage to polyethylene.
1. Proceed with installation of next fitting in same manner.
3. Tubular Type (Method B)
a. Cut polyethylene tube to length approximately 1 foot shorter than fitting
section .
b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each
end.
c. Take up slack width at top of fitting to make a snug, but not tight, fit along
barrel of fitting, securing fold at quarter points; secure ends.
d. Before making up joint, slip 3-foot length of polyethylene tube over end of
proceeding pipe section, bunching it accordion-fashion lengthwise.
e. After completing joint, pull 3-foot length of polyethylene over joint,
overlapping polyethylene previously installed on each adjacent section of pipe
by at least 1 foot; make each end snug and secure.
4. Sheet Type
a. Cut polyethylene sheet to a length approximately 2 feet longer than piece
section.
b. Center length to provide 1-foot overlap on each fitting, bunching it until it
clears the fitting ends.
c. Wrap polyethylene around fitting so that it circumferentially overlaps top
quadrant of fitting.
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet.
e. Lower wrapped fitting into trench with preceding section of pipe .
f. Make shallow bell hole at joints to facilitate installation of polyethylene.
g. After completing joint, make overlap and secure ends.
h. Repair cuts, tears, punctures, or other damage to polyethylene.
1. Proceed with installation of fittings in same manner.
5. Pipe-Shaped Appurtenances:
a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with
polyethylene in same manner as pipe and fittings .
6. Odd-Shaped Appurtenances:
a . When it is not practical to wrap valves, tees, crosses, and other odd-shaped
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing
sheet under appurtenances and bringing it up around body.
b . Make seams by bringing edges together , folding over twice, and taping down .
CITY OF FORT WORTH [Cultural Di strict / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS [City Project No . 01468]
Revised 1/20/20 I I
33 11 11 - 9
DUCTILE IRON FITTINGS
2
c. Tape polyethylene securely in place at the valve stem and at any other
penetrations.
3 7. Repairs :
Page 9 of IO
4 a. Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape
5 or with short length of polyethylene sheet or cut open tube, wrapped around
6 fitting to cover damaged area, and secure in place.
7 8 . Openings in Encasement:
8 a . Provide openings for branches, service taps, blow-offs, air valves, and similar
9 appurtenances by making an X-shaped cut in polyethylene and temporarily
IO folding back film.
11 b. After appurtenance is installed, tape slack securely to appurtenance and repair
12 cut, as well as other damaged area in polyethylene with tape.
13 c. Service taps may also be made directly through polyethylene, with any
14 resulting damaged areas being repaired as described above
15 9 . Junctions between Wrapped and Unwrapped Fittings:
16 a . Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped,
17 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet.
18 b. Secure end with circumferential turns of tape.
19 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric
20 tape for minimum clear distance of 3 feet away from cast or Ductile Iron
21 Fittings.
22 D. Blocking:
23 I. Install concrete blocking for all bends, tees, crosses, and plugs in the pipe lines as
24 indicated in the Drawings.
25 2. Place the concrete blocking so as to rest against firm undisturbed trench walls,
26 normal to the thrust.
27 3. The supporting area for each block shall be at least as great as that indicated on the
28 Drawings and shall be sufficient to withstand the thrust, including water hammer,
29 which may develop.
30 4. Each block shall rest on a firm, undisturbed foundation or trench bottom.
31 5. If the Contractor encounters soil that appears to be different than that which was
32 used to calculate the blocking according to the Drawings, the Contractor shall
33 notify the Engineer prior to the installation of the blocking .
34 3.5 REP AIR/RESTORATION
35 A . Patching
36 I . Excessive field-patching is not permitted of lining or coating.
37 2. Patching of lining or coating will be allowed where area to be repaired does not
3 8 exceed I 00 square inches and has no dimensions greater than 12 inches .
39 3 . In general, there shall not be more than I patch on either the lining or the coating of
40 any fitting.
41 4. Wherever necessary to patch the fitting :
42 a. Make patch with cement mortar as previously specified for interior joints.
43 b . Do not install patched fitting until the patch has been properly and adequately
44 cured and approved for laying by the City .
45 c . Promptly remove rejected fittings from the site.
CITY OF FORT WORTH [Cultural District I Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468]
Revised I /20/2011
3.6 RE-INSTALLATION [NOT USED]
2 3.7 FIELD (oR] SITE QUALITY CONTROL
3 A. Potable Water Mains:
33 11 11 -10
DUCTILE IRON FITTINGS
Page 10 of 10
4 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water
5 mains
6 a. Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water
7 main in accordance with City requirements.
8 3.8 SYSTEM STARTUP (NOT USED]
9 3.9 ADJUSTING [NOT USED]
10 3.10 CLEANING [NOT USED]
11 3.11 CLOSEOUT ACTIVITIES [NOT USED]
12 3.12 PROTECTION [NOT USED)
13 3.13 MAINTENANCE [NOT USED]
14 3.14 ATTACHMENTS [NOT USED]
15 END OF SECTION
16
17
Revision Log
DATE NAME SUMMARY OF CHANGE
[2010 JAN 06)
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion)
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised 1/20/2011
33 11 12 -I
POL YV!NYL CHLORIDE (PVC) PRESSURE PIPE
Page I of8
I SECTION 33 11 12
2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water,
7 wastewater, and reuse applications
8 1.2 PRICE AND PAYMENT PROCEDURES
9 A. Measurement and Payment
IO I . Measurement
11 a. Measured horizontally along the surface from center line to center line of the
12 fitting, manhole, or appurtenance
13 2. Payment
14 a. The work performed and materials furnished in accordance with this Item and
15 measured as provided under "Measurement" will be paid for at the unit price
16 bid per linear foot of "PVC Pipe" installed for:
17 1) Various sizes
18 2) Various types of backfill
19 3. The price bid shall include:
20 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the
21 Drawings
22 b . Mobilization
23 c. Polyethylene encasement
24 d. Pavement removal
25 e . Excavation
26 f. Hauling
27 g. Disposal of excess material
28 h. Furnishing, placement, and compaction of embedment
29 1. Furnishing, placement, and compaction of backfill
30 J. Thrust restraint
31 k. Gaskets
32 I. Clean-up
33 m . Cleaning
34 n. Disinfection
35 o. Testing
36 1.3 REFERENCES
3 7 A. Reference Standards
38 1. Reference standards cited in this Specification refer to the current reference
39 standard published at the time of the latest revision date logged at the end of this
40 Specification, unless a date is specifically cited.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 1/20/2011
331112-2
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 2 of8
2. American Association of State Highway and Transportation Officials (AASHTO).
2 3. ASTM International (ASTM):
3 a. Dl 784 , Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC)
4 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds .
5 b . D3139 , Standard Specification for Joints for Plastic Pressure Pipes Using
6 Flexible Elastomeric Seals.
7 4. American Water Works Association (A WWA):
8 a . C600 , Installation of Ductile-Iron Water Mains and their Appurtenances .
9 b. C605 , Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes
10 and Fittings for Water.
11 c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN
12 through 12 IN , for Water Transmission and Distribution.
13 d. C905 , Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN
14 through 48 IN , for Water Transmission and Distribution.
15 e . M23 , PVC Pipe -Design and Installation .
16 f. M41, Ductile-Iron Pipe and Fittings.
17 5. NSF International (NSF):
18 a. 61 , Drinking Water System Components -Health Effects.
19 6 . Underwriters Laboratories, Inc. (UL).
20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
21 1.5 SUBMITT ALS
22 A. Submittals shall be in accordance with DA-56 .
23 B. All submittals shall be approved by the Engineer or the City prior to delivery.
24 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS
25 A. Product Data:
26 1. For PVC Pressure Pipe that is used for water distribution , wastewater force mains ,
27 or wastewater gravity mains , including :
28 a. PVC Pressure Pipe
29 b . Manufacturer
30 c . Dimension Ratio
31 d . Joint Types
32 2 . Restraint
33 a. Retainer glands
34 b. Thrust harnesses
35
36
c . Any other means of restraint
3 . Gaskets
37 B. Shop Drawings: Furnish for PVC Pressure Pipe used in the water distribution system or
38 for a wastewater force main for 24-inch and greater diameters , including:
39 1. Wall thickness de sign calculations sealed by a Licensed Professional Engineer in
40 Texas including:
41 a. Working pressure
42 b . Surge pressure
43 c . Deflection
CITY OF FORT WORTH [Cultural Dis tr ic t / Will Rogers Water and Sanitary Sewer Improvem e nts, Part 2-KAM Expansion]
STANDARD CON STR UCT ION SPEC IFICATION DOCU MENTS [City Project No . 01468]
Rev ise d I /20/20 11
331112-3
POL YV!NYL CHLORIDE (PVC) PRESSURE PIPE
Page 3 of8
2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed
2 Professional Engineer in Texas, to verify the restraint lengths shown on the
3 Drawings.
4 3. Lay schedule/ drawing for 24-inch and greater diameters sealed by a Licensed
5 Professional Engineer in Texas including:
6 a. Pipe class
7 b . Joints type
8 c. Fittings
9 d. Stationing
IO e. Transitions
I I f . Joint deflection
12 C. Certificates
I 3 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of
I 4 this Section, each run of pipe furnished has met Specifications, all inspections have
I 5 been made and that all tests have been performed in accordance with A WW A C900
16 or AWWA C905 .
17 1.7 CLOSEOUT SUBMITTALS [NOT USED]
18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.9 QUALITY ASSURANCE
20 A. Qualifications
2 I 1. Manufacturers
22 a. Finished pipe shall be the product of 1 manufacturer for each size, unless
23 otherwise approved by the City.
24 1) Change orders, specials, and field changes may be provided by a different
25 manufacturer upon City approval.
26 b. Pipe manufacturing operations shall be performed under the control of the
27 manufacturer.
28 c. All pipe furnished shall be in conformance with A WW A C900 and A WW A
29 C905.
30 1.10 DELIVERY, STORAGE, AND HANDLING
3 I A. Storage and Handling Requirements
32 1. Store and handle in accordance with the guidelines as stated in A WW A M23.
33 B . Do not string pipes and fittings unless it is specifically called for in the Drawings.
34 1. Only the pipe and fittings that will be installed during a single work day will be
35 allowed to be stored within the barricaded work area.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 1/20/2011
331112-4
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART2-PRODUCTS
4 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS (NOT USED]
5 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
6 A. Manufacturers
Page 4 of 8
7 1. Only the manufacturers as listed in the City's Standard Products List will be
8 considered.
9 a. The manufacturer must comply with this Specification and related Sections.
10 2. Any product that is not listed on the Standard Products List is considered a
11 substitution and shall be subject to approval by City and/or Engineer.
12 B. Pipe
13 1. Pipe shall be in accordance with A WW A C900 or A WW A C90 5.
14 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61.
15 3. Pressure Pipe shall be approved by the UL.
16 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces
17 necessary to comply with the Drawings.
18 5. The pipe material shall be PVC, meeting the requirements of ASTM Dl 784, with a
19 cell classification of 12454-B. Outside diameters must be equal to those of cast
20 iron and ductile iron pipes .
21 6. As a minimum the following Dimension Ratio's apply :
22
23
24
25
26
27
28
29
30
31
7 . Pipe Markings
Diameter
inch
Min Pressure Class
si
DR 14
DR 18
a. Meet the minimum requirements of A WW A C900 or A WW A C905. Minimum
pipe markings shall be as follows:
1) Manufacturer's Name or Trademark and production record
2) Nominal pipe size
3) Dimension Ratio
4) AWWA C900 or AWWA C905
5) Seal of testing agency that verified the suitability of the pipe
32 C . Pressure and Deflection Design
33 1. Pipe design shall be based on trench conditions and design pressure class specified
34 in the Drawings . Pipe shall be designed according to the methods indicated ii1
35 A WW A M23 for trench construction , using the following parameters:
36 a. Unit Weight of Fill (w) = 130 pcf
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revi sed I /20/2011
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
331112-5
POL YV!NYL CHLORIDE (PVC) PRESSURE PIPE
Page 5 of 8
b. Live Load = AASHTO HS 20
c. Trench Depth = 12 feet minimum, or as indicated in Drawings
d. Maximum E' = 1,000 max
e. Deflection Lag Factor= 1.0
f. Working Pressure (Pw) = 150 psi
g. Surge Allowance (Ps) = l 00 psi minimum
h. Test Pressure=
l) No less than 1.25 times the stated working pressure (187 psi minimum) of
the pipeline measured at the highest elevation along the test section.
2) No less than 1.5 times the stated working pressure (225 psi minimum) at
the lowest elevation of the test section.
1. Maximum Calculated Deflection = 3 percent
J. Restrained Joint Safety Factor (SF)= 1.5
2. Verify trench depths after existing utilities are located.
a . Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
b. 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 shall be mechanically restrained
joints when required by the Drawings.
b. No thrust restraint contribution shall be allowed for the restrained length of
pipe within the casing.
c. Restrained joints, where required, shall be used for a sufficient distance from
each side of the bend, tee, plug, valve, or other fitting to resist thrust which will
be developed at the design pressure of the pipe. For the purpose of thrust the
following shall apply:
l) Calculate valves as dead ends.
2) Design pressure shall be greater than the pressure class of the pipe or the
internal pressure (Pi), whichever is greater.
3) Restrained joints shall consist of approved mechanical restrained or push-
on restrained joints as listed in the City's Standard Products List.
4) Restrained PVC pipe is not allowed for pipe greater than 12 inches.
d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to
resist thrust in accordance with the Drawings and the following :
1) Calculate the weight of the earth (We) as the weight of the projected soil
prism above the pipe, for unsaturated soil conditions.
2) Soil density= 115 pcf (maximum value to be used), for unsaturated soil
conditions
3) In locations where ground water is encountered, reduce the soil density to
its buoyant weight for the backfill below the water table.
a) Reduce the coefficient of friction to 0.25.
4. Joints
a. Joints shall be gasket, bell and spigot, and push -on type conforming to ASTM
D3139.
b . Since each pipe manufacturer has a different design for push-on joints, gaskets
shall be part of a complete pipe section and purchased as such.
c. Lubricant must be non-toxic and NSF approved for potable water applications.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS [City Project No . 01468]
Revised 1/20/2011
331112-6
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 6 of 8
d . Push-On Restrained Joints shall only be as approved in the Standard Products
2 List.
3 5 . Detectable Markers:
4 a. Provide detectable markers in accordance with Section 33 05 26.
5 2.3 ACCESSORIES [NOT USED]
6 2.4 SOURCE QUALITY CONTROL [NOT USED]
7 PART 3-EXECUTION
8 3.1 INSTALLERS [NOT USED]
9 3.2 EXAMINATION [NOT USED]
10 3.3 PREPARATION [NOT USED]
11 3.4 INSTALLATION
12 A. General
13 1. Install pipe, fittings, specials, and appurtenances as specified herein, as specified in
14 A WWA C600, A WWA C605, A WWA M23, and in accordance with the pipe
15 manufacturer's recommendations.
16 2. Lay pipe to the lines and grades as indicated in the Drawings.
17 3. Excavate and Backfill Trenches in accordance with City requirements.
18 4. Embed PVC Pressure Pipe in accordance with City requirements.
19 B. Pipe Handling
20 1. Haul and distribute pipe and fittings at the project site.
21
22
23
24
25
26
27
28
29
2. Handle piping with care to avoid damage.
a . Inspect each joint of pipe and reject or repair any damaged pipe prior to
lowering into the trench.
b. Use only nylon ropes, slings, or other lifting devices that will not damage the
surface of the pipe for handling the pipe.
3. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals, and trash -during and
after the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
30 C. Joint Making
31 1. Mechanical Joints:
32 a. Bolt the follower ring into compression against the gasket, with the bolts
33 tightened down evenly then cross torque in accordance with A WW A C600 .
34 b. Overstressing of bolts to compensate for poor installation practice will not be
35 permitted.
36 2. Push-on Joints
37 a. Install Push-On joints as defined in AWWA C900 and AWWA C905.
38 b. Wipe clean the gasket seat inside the bell of all extraneous matter.
39 c. Place the gasket in the bell in the position prescribed by the manufacturer.
CITY OF FORT WORTH [Cultural District I Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised 1/20/2 011
33 11 12 - 7
POL YV!NYL CHLORIDE (PVC) PRESSURE PIPE
Page 7 o f 8
d . Apply a thin film of non-toxic vegetable soap lubricant to the inside of the
2 gasket and the outside of the spigot prior to entering the spigot into the bell.
3 e. When using a field cut plain end piece of pipe, refinish the field cut to conform
4 to A WWA C605 .
5 3 . Joint Deflection
6 a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
7 and grades shown in the Drawings .
8 b . The deflection of each joint must be in accordance with A WW A C600 Table 3.
9 c. The maximum deflection allowed is 50% of that indicated in A WW A C600 .
_ 10 d . The manufacturer's recommendation may be used with the approval of the
11 Engineer.
12 D. Detectable Metallic Tape Installation
13 1. See Section 33 05 26.
14 3.5 REPAIR/RESTORATION [NOT USED]
15 3.6 RE-INSTALLATION [NOT USED]
16 3.7 FIELD (oR] SITE QUALITY CONTROL
17 A. Potable Water Mains
18 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water
19 mains:
20 a. Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water
21 main in accordance with City requirements.
22 B. Wastewater Lines
23 1. Closed Circuit Television (CCTV) Inspection
24 a. Provide a Post-CCTV Inspection in accordance with City requirements.
25 3.8 SYSTEM STARTUP [NOT USED]
26 3.9 ADJUSTING [NOT USED]
27 3.10 CLEANING [NOT USED]
28 3.11 CLOSEOUT ACTIVITIES [NOT USED]
29 3.12 PROTECTION [NOT USED]
30 3.13 MAINTENANCE [NOT USED]
31 3.14 ATTACHMENTS [NOT USED]
32 END OF SECTION
33
Revision Log
DATE NAME SUMMARY OF CHANGE
(2010 JAN 06]
CITY OF FORT WORTH [Cultural Di stri ct / Will Ro gers Water and Sanitary Sewer Improvements, Part 2 -KAM Ex pansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [C ity Project No . 01468]
Revised 1/20/2011
33 11 12 -8
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 8 of&
CITY OF FORT WORTH [Cultural District I Will Rogers Water and Sanitary Sewer Improveme nts , Part 2-KAM Expans ion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468]
Revised 1/20/2011
33 11 13 • I
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page I of 16
1 SECTION 33 11 13
2 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
3 PARTl-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type (Concrete Pressure
7 Pipe) 24-inch through 72-inch for potable water applications in conformance with
8 AWWA C303
9 B. Deviations from this City of Fort Worth Standard Specification
10 1.
11 2.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Section 3 3 04 10 -Joint Bonding and Electrical Isolation
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Concrete Pressure Pipe
17 a. Measurement
18 1) Measured horizontally along the surface from center line to centerline of
19 the fitting or appurtenance
20 b. Payment
21 1) The work performed and materials furnished in accordance with this Item
22 and measured as provided under "Measurement" shall be paid for at the
23 unit price bid per linear foot for "Concrete Pressure Pipe" installed for:
24 a) Various sizes
25 b) Various types of backfill
26 c) Various joint restraint
27 c. The price bid shall include:
28 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by
29 the Drawings
30 2) Mobilization
31 3) Coating
32 4) Lining
33 5) Pavement removal
34 6) Excavation
35 7) Hauling
36 8) Disposal of excess material
37 9) Furnishing, placement, and compaction of embedment
38 I 0) Thrust Blocking
39 11) Bolts and nuts
40 12) Welding
41 13) Gaskets, if allowed
42 14) Furnishing, placement, and compaction of backfill
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date]
15) Clay dams
2 16) Clean-up
3 17) Cleaning
4 18) Disinfection
5 19) Testing
33 II 13 - 2
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 2 of 16
6 2. Concrete Pressure Pipe Fittings
7 a. Measurement
8 1) Measurement for this Item shall be by lump sum .
9 b . Payment
10 1) The work performed and materials furnished in accordance with this Itern
11 shall be paid for at the lump sum price bid for "Concrete Pressure Pipe
12 Fittings" installed for:
13 a) Open cut installations only
14 b) Various sizes
15 c) Various types of backfill
16 c . The price bid shall include :
17 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by
18 the Drawings
19 2) Mobilization
20 3) Coating
21 4) Lining
22 5) Pavement removal
23 6) Excavation
24 7) Hauling
25 8) Disposal of excess material
26 9) Furnishing, placement, and compaction of embedment
27 10) Joint restraint
28 11) Bolts and nuts
29 12) Welding
30 13) Gaskets, if allowed
31 14) Furnishing, placement, and compaction of backfill
32 15) Clay dams
33 16) Clean-up
34 17) Cleaning
35 18) Disinfection
36 19) Testing
37 1.3 REFERENCES
38 A. Reference Standards
39 1. Reference standards cited in this Specification refer to the current reference
40 standard published at the time of the latest revision date logged at the end of this
41 Specification, unless a date is specifically cited .
42 2. American Society of Mechanical Engineers (ASME):
43 a. B16 .l , Gray Iron Pipe Flanges and Flanged Fittings (Classes 25 , 125 and 250).
44 3 . American Society of Testing and Materials (ASTM):
45 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel.
46 b. A307 , Standard Specification for Carbon Steel Bolts and Studs, 60 ,000 PSI
47 Tensile Strength.
48 c. B 117 , Standard Practice for Operating Salt Spray (Fog) Apparatus .
CITY OF FORT WORT H [C ultural Di strict / Will Rogers Water and Sanitary Sewer Improvements, Patt 2 -KAM Expa nsion]
STAN DARD CONST RUCT ION SPEC IFICATI O N DOC UME NTS [City Project No . 01468]
Revi se d [In sert Revisi on Date]
33 11 13 • 3
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 3 of 16
I d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and
2 Steel.
3 e. C33, Standard Specification for Concrete Aggregates.
4 f. Cl 44, Standard Specification for Aggregate for Masonry Mortar.
5 g . C 150, Specification for Portland Cement.
6 h . C293, Standard Test Method for Flexural Strength of Concrete (Using Simple
7 Beam with Center-Point Loading).
8 1. C497, Methods of Testing Concrete Pipe.
9 J. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used
10 With Concrete By Slant Shear.
11 k. C 1090, Standard Test Method for Measuring Changes in Height of Cylindrical
12 Specimens of Hydraulic-Cement Grout.
13 I. E165, Standard Practice for Liquid Penetrant Examination for General Industry.
14 4 . American Welding Society (A WS):
15 a . D 1.1, Structural Welding Code -Steel.
16 5. American Water Works Association (A WWA):
17 a. C206, Field Welding of Steel Water Pipe.
18 b. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN.
19 c. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type.
20 d. M9, Concrete Pressure Pipe.
21 6. American Water Works Association/American National Standards Institute
22 (AWWA/ANSI):
23 a. C 111 / A2 l.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
24 Fittings.
25 7. International Organization for Standardization (ISO).
26 8. National Sanitation Foundation (NSF):
27 a. NSF 61, Drinking Water System Components -Health Effects
28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
29 1.5 SUBMITT ALS
30 A. Submittals shall be in accordance with DA-56 .
31 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or
32 fabrication for specials.
33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
34 A. Product Data
35 1. Exterior Coating
36 a. Material data
37 b. Application recommendations
38 c. Field touch -up procedures
39 2 . Joint Wrappers
40 a. Material data
41 b. Installation recommendations
42 3. Flexible Joint Couplings
43 a. Manufacturer
44 b. Model
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS [City Project No . 01468)
Revised [Insert Revision Date J
33 11 13 - 4
CONCRETE PRESSURE PIPE , BAR-WRAPPED, STEEL CYLINDER TYPE
Page 4 of 16
1 4 . Mixes
2 a. Mortar for interior joints and patches
3 b . Bonding agents for patches
4 5. Gaskets (if applicable)
5 B. Shop Drawings -Furnish for Concrete Pressure Pipe used in the potable water systems
6 including:
7 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in
8 Texas including:
9 a . Internal pressure
10 I) Working Pressure
11 2) Test Pressure
12 3) Surge pressure
13 b. External pressure
14 I) Deflection
15 2) Buckling
16 c . Special physical loading such as supports or joint design
17 d. Thermal expansion and/or contraction, if applicable for the proposed
18 installation
19 2. Thrust restraint calculations for all fittings and valves including the restraint length
20 sealed by a Licensed Professional Engineer in Texas.
21 3 . Fabrication and lay drawings showing a schematic location with profile and a
22 tabulated layout schedule that is sealed by a Licensed Professional Engineer in
23 Texas and includes:
24 a . Pipe class
25 b . Joint types
26 c. Fittings
27 d . Thrust Restraint
28 e. Stationing (in accordance with the Drawings)
29 f . Transitions
30 g. Joint deflection
31 h . Joint bonding
32 1. Outlet locations for welding, ventilation, and access
33 j. Welding requirements
34 4. Pipe within Casing
35 a . Provide drawings detailing how pipe is restrained to prevent floating within the
36 casing.
37 C. Certificates and Test Reports
38 a. Submittals for certificates and testing reports shall be as outlined in Article 1.9
39 of this Section.
40 1.7 CLOSEOUT SUBMITTALS [NOT USED]
41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
42 1.9 QUALITY ASSURANCE
43 A. Qualifications
44 I . Manufacturers
CITY OF FORT WORTH [Cultural District / Will Ro ge rs Water and Sanitary Sewer Improvements , Part 2 -KAM Ex pan sion]
STAN DARD CO NSTRUCT IO N SPECIF ICATION DOCU MENTS [City Project No . 01468]
Revise d [In se rt Revi sion Date]
--
33 11 13 -5
CONCRETE PRESSURE PIP E, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 5 of 16
a. Shall be American Concrete Pressure Pipe Association (ACPPA) Quality
2 Program certified, I.S.O. Quality Certification Program certified, or equal , for
3 Concrete Pressure Pipe and accessory manufacturing.
4 b . Pipe manufacturing operations (pipe, lining, and coatings) shall be performed
5 under the control of the manufacturer.
6 c. Pipe shall be the product of I manufacturer which has had not less than 5 years
7 successful experience manufacturing A WW A C303 pipe of the particular type
8 and size indicated.
9 I) The acceptability of this experience record will be thoroughly investigated
10 by the Engineer, and will be sole discretion of the Engineer and City.
11 2) Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be
12 performed at 1 location, unless otherwise approved by the Engineer.
13 d. Pipe shall be manufactured in accordance with the latest revisions of
14 AWWAC303.
15 B . Certifications
16 I . Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following:
17 a. A Certificate of Adequacy of Design stating that the pipe to be furnished
18 complies with A WW A C303, and these Specifications
19 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer
20 c . Mill certificates, including chemical and physical test results for each heat of
21 steel
22 1) The manufacturer shall perform the tests described in A WWA C303 , for all
23 pipe, fittings, and specials, except that the absorption test detailed in this
24 Specification shall supersede the requirements of the applicable portion of
25 AWWAC303.
26 d. Certified test reports for welder certification for factory and field welds in
27 accordance with A WW A C303 , Section 5
28 e. Certified test reports for cement mortar tests
29 f. Certified test reports for steel cylinder tests
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
C. Hydrostatic Pressure Testing
1. Hydrostatic pressure testing shall meet or exceed the requirements of A WW A C303
Section 4.6 -Fabrication .
a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested
prior to application of lining or coating.
b. The internal test pressure shall be that which results in a fiber stress equal to 75
percent of the minimum yield strength of the steel used.
c. Each pipe cylinder tested shall be completely watertight under maximum test
pressure.
d. Test pressure shall be held for sufficient time to observe the weld seams .
e. Pipe manufacturer shall maintain a recording of the pressure gauge report and
provide to the Engineer.
2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded
steel sheets or plates.
a. Fittings shall be tested in accordance with A WW A C303 .
3 . Factory Testing
a. Cement Mortar Coating -Absorption Test
1) A water absorption test shall be performed on samples of cured mortar
coating taken from each working shift .
CITY OF FORT WORTH [Cultural Di stri ct / Will Rogers Water and Sanit ary Sewer Imp rove ments , Part 2 -KAM Expansi on]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Proje ct No . 01468)
Revised [In sert Revi s ion Date)
33 11 13 - 6
CONCRETE PRESSURE PIPE , BAR -WRAPPED, ST EEL CYLINDER TYPE
Page 6 of 16
l a) The mortar coating samples shall have been cured in the same manner
2 as the pipe.
3 b) A test value shall consist of the average of a minimum of 3 samples
4 taken from the same working shift.
5 c) The test method shall be in accordance with ASTM C497, Method A.
6 d) The average absorption value for any test shall not exceed 9 percent
7 and no individual sample shall have an absorption exceeding 11
8 percent.
9 e) Tests for each working shift shall be performed on a daily basis until
l O conformance to the absorption requirements has been established by 10
11 consecutive passing test results, at which time testing may be
12 performed on a weekly basis for each working shift.
13 ( 1) Daily testing shall be resumed for each working shift with failing
14 absorption test results and shall be maintained until conformance to
15 the absorption requirements is re-established by 10 consecutive
16 passing test results.
17 D. Cement Mortar Lining
18 1. Shop-applied cement mortar linings shall be tested in accordance with A WW A
19 C303.
20 E. City Testing and Inspection
21 1. The City reserves the option to have an independent testing laboratory, at the City's
22 expense, inspect pipe and fittings at the pipe manufacturer's plant.
23 a. The City's testing laboratory and Engineer shall have free access to the
24 manufacturer's plant.
25 b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to
26 pipe fabrication as to start of fabrication and fabricating schedule . The C ity
27 will then advise the manufacturer as to City's decision regarding tests to be
28 performed by an independent testing laboratory.
29 c. 1n the event the City elects to retain an independent testing laboratory to make
30 material tests and weld tests, it is the intent that the tests be limited to 1 spot
31 testing of each category unless the tests do not show compliance with the
32 standard.
33 1) If these tests do not show compliance, the City reserves the right to have
34 the laboratory make additional tests and observations.
35 2 . The inspection and testing by the independent testing laboratory anticipates that
36 production of pipe shall be done over a normal period oftime and without "slow
37 downs" or other abnormal delays.
38 a. 1n the event that an abnormal production time is required, and the City is
39 required to pay excessive costs for inspection, then the Contractor shall be
40 required to reimburse the City for such costs over and above those which would
41 have been incurred under a normal schedule of production as determined by the
42 Engineer.
43 F . Manufacturer's Technician for Pipe Installation
44 1. Pipe Manufacturer's Representative
45 a. During the construction period, the pipe manufacturer shall furnish the services
46 of a factory trained, qualified, job experienced technician to advise and instruct,
47 as necessary, in pipe laying and pipe jointing.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
STANDARD CONSTRUCTION SP ECIFIC ATION DOCUMENTS [City Project No . 01468)
Revi sed [In se rt Revision Date]
33 11 13 - 7
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 7 of 16
1) The technician shall assist and advise the Contractor in his pipe laying
2 operations and shall instruct construction personnel in proper joint
3 assembly and joint inspection procedures.
4 2) The technician is not required to be on-site full time; however, the
5 technician shall be regularly on-site during the first 2 weeks of pipe laying
6 and thereafter as requested by the Engineer, City or Contractor.
7 1.10 DELIVERY, STORAGE, AND HANDLING
8 A. Packing
9 1. Prepare pipe for shipment to:
10 a. Afford maximum protection from normal hazards of transportation
11 b. Allow pipe to reach project site in an undamaged condition
12 c. Pipe damaged in shipment shall not be delivered to the project site unless
13 such damaged pipe is properly repaired.
14 2. After the completed pipe and fittings have been removed from the final cure at
15 the manufacturing plant:
16 a. Protect pipe lining from drying by means of plastic end covers banded to the
17 pipe ends.
18 b . Maintain covers over the pipe ends at all times until ready to be installed.
19 c. Moisture shall be maintained inside the pipe by periodic addition of water as
20 necessary.
21 3. Pipes shall be carefully supported during shipment and storage.
22 a. Pipe, fittings and specials shall be separated so that they do not bear against
23 each other and the whole load shall be securely fastened to prevent
24 movement in transit.
25 b. Ship pipe on padded bunks with tie-down straps approximately over stulling.
26 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means
27 to protect the pipe from damage.
28 d. Each end and each length of pipe, fitting or special (36-inches and larger)
29 and the middle of each pipe joint shall be internally supported and braced
30 with stulls to maintain a true circular shape.
31 1. Internal stulls shall consist of timber or steel firmly wedged and secured
32 so that stulls remain in place during storage, shipment, and installation.
33 11. Pipe shall be rotated so that one stull remains vertical during storage,
34 shipment and installation.
35 m. At a minimum, stulls shall be placed at each end, each quarter point and
36
37
38
39
40
41
42
43
44
45
46
47
48
49
center.
B. Delivery, Handling, and Storage
1. 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.
a. If excessive cracking is found, exceeding the allowance in A WW A C303,
modify shipping procedures to reduce or eliminate cracking.
2 . Deliver, handle and store pipe in accordance with the manufacturer's
recommendations to protect coating systems.
C. Marking for Identification
1. For each joint of pipe and each fitting, plainly mark on 1 end:
a. Class for which it is designated
b. Date of manufacturer
c. Identification number
d. Top centerlines shall be marked on all specials.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date J
33 11 13 • 8
CONCRETE PRESSURE PIP E, BAR-WRAPPED , STEEL CYLINDER TYPE
Page 8 of 16
D. Point of Delivery
2 I. The Contractor is responsible for securing and maintaining a location to store the
3 material.
4 2. The Contractor shall not string pipe unless it is specifically called for in the
5 Drawings.
6 1.11 WARRANTY [NOT USED]
7 PART2-PRODUCTS
8 2.1 OWNER-FURNISHED [NOT USED]
9 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
10 A. Manufacturers
11 I. Only the manufacturers as listed in the City's Standard Products List will be
12 considered.
13 a. The manufacturer must comply with this Specification and related Sections.
14 2. Any product that is not listed on the Standard Products List is considered a
15 substitution and shall be subject to approval by City and/or Engineer.
16 B. Materials
17 1. General
18 a. Pipe shall be manufactured in accordance with the latest revisions of
19 A WWA C303, A WWA M9, as well as the special requirements of this
20 Specification.
21 b. All pipe shall meet the requirements of NSF 61.
22 2 . Cement
23 a. Cement for use in concrete and mortar shall be Type I or II Portland Cement.
24 3 . Aggregates
25 a. Aggregates for concrete lining and coating shall conform to ASTM C33.
26 4. Sand
27 a. Sand used for inside and outside joints shall be of silica base, conforming to
28 ASTM C144.
29 5 . Special Coating (Mortar Rings)
30 a. Pipe to be installed in casing shall have 2 built-up mortar rings, each
31 approximately 2 feet long and slightly higher than the pipe bell, to prevent the
32 pipe from being supported by the pipe bell.
33 b. Built-up mortar rings are to be applied at the quarter points of the pipe section .
34 6. Bushings, Couplings, and Plugs
35 a . Where outlets or taps are threaded , furnish and install brass reducing bushings
36 in larger steel half couplings for the outlet size indicated.
37 b. Threaded plugs shall be brass.
38 7 . Mixes
39 a. Cement Mortar (greater than 42-inch pipe only)
40 I) Cement mortar used for pouring joints shall consist of:
41 a) I part Portland Cement
42 b) 2 parts clean, fine, sharp silica sand
43 c) Mixed with water
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion)
ST AND ARD CONST RUCTION SPEClFICATION DOCUMENTS [City Project No . 01468)
Revised [In se rt Revision Date]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17 -18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
C .
33 11 13 - 9
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 9 of 16
d) No manufactured sand shall be permitted.
e) Exterior joint mortar shall be mixed to the consistency of thick cream.
f) Interior joint mortar shall be mixed with as little water as possible so
that the mortar is very stiff, but workable.
g) Cement shall be ASTM C 150, Type I or Type II.
h) Sand shall conform to ASTM C144.
2) Cement mortar used for patching shall be mixed as per cement mortar for
inside joints.
b . High Strength Grout (42-inch and smaller pipe)
1) Provide high strength grout for pouring 42-inch and smaller pipe joints.
2) Grout used shall be SikaRepair SHB or equal with the following strength
characteristics:
a) Compressive Strength (ASTM C1090) 1 day-2,500 psi
b) Flexural Strength (ASTM C293) 28 day-800 psi
c) Bond Strength (ASTM C882 modified) 28 day -1,000 psi
8. Joint Wrappers
a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company, or
approved equal.
b. For pipe within casing, Flex Protex joint filler, or approved equal, may be used
for pipes that can be welded from the interior.
9. Flexible Joint Couplings
a . Flexible Joint Couplings shall be Dresser Style 3 8, Smith-Blair Style 411, or
approved equal.
10. Pipe Ends
a. The standard pipe end shall include steel joint ring and a continuous solid
rubber ring gasket as per A WWA M9.
11. Flanges
a. Flanges shall conform to A WW A C207 with laying dimensions and drilling in
accordance with ASME B16.l, Class 125.
b. Flanges shall be Flange Class E with a minimum working pressure of 275 psi
for areas designated with 225 psi test pressure.
c. In no case shall the working or test pressure of the pipe exceed the working
pressure of the flange .
d. Drilling shall match class of valves or appurtenances which are attached.
12. Bolts and Nuts
a. Meet requirements of A WW A C207.
b. For buried and non-buried applications, provide AISI 304 Stainless Steel bolts
and AISI 316 Stainless Steel nuts.
c. Spray bolts and nuts with anti-seize compound.
13 . Weld Lead Outlets (if applicable)
a. Use of threaded outlets for access for weld leads is permitted.
b. Additional outlet configurations shall be approved by the Engineer.
c. Outlets shall be welded after use.
Performance / Design Criteria
I . Pipe Design
a . Pipe shall be designed, manufactured and tested in accordance with the latest
revisions of A WWA C303, A WWA M9, as well as the special requirements of
this Specification.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date]
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
2.
33 11 13 • 10
CONCRETE PRESSURE PIPE , BAR-WRAPPED , STEEL CYLINOER TYPE
Page 10 of 16
b. Sizes and pressure classes (working pressure) shall be as specified in the
Drawings.
c. For the purposes of pipe design, working pressure plus transient pressure shall
be as indicated below .
d. Pipe design shall be based on trench conditions and design pressure class
specified in the Drawings.
e . Pipe shall be designed according to the methods indicated in A WW A C303 and
A WW A M9 for trench construction, using the following parameters:
1) Unit Weight of Fill (w) = 130 pounds per cubic foot
2) Live Load= AASHTO H-20 truck for unpaved conditions
3) Live Load= Cooper E-80 loading for railroad crossings
4) Trench Depth= As indicated on Drawings
5) Coefficient Ku' = 0.150
6) Trench Width (Bd) as indicated on Drawings
7) Bedding Conditions = as indicated on Drawings
8) Pressure Class= 150 psi min. working pressure
9) Surge Allowance = 100 psi minimum
a) where: Total Pressure (including surge)= 150 psi + 100 psi = 250 psi.
I 0) Deflection Lag Factor= 1.0
11) Soil Reaction Modulus (E') < 1,000
12) Test Pressure=
a) No less than 1.25 minimum times the stated working pressure ( 187 psi
minimum) of the pipeline measured at the highest elevation along the
test section .
b) No less than 1.5 times the stated working pressure (225 psi minimum)
at the lowest elevation of the test section.
f. Trench depths indicated on Drawings shall be verified after existing utilities are
located.
I) Vertical alignment changes required because of existing utility or other
conflicts shall be accommodated by an appropriate change in pipe design
depth.
2) In no case shall pipe be installed deeper than its design allows.
Provisions for Thrust
a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints .
1) Thrust at bends adjacent to casing shall be restrained by welding joints
through the casing and a sufficient distance each side of the casing.
2) No thrust restraint contribution shall be allowed for pipe in casing unless
the annular space in the casing is filled with grout.
3) The distance for thrust restraint shown on the Drawings is the minimum
restraint and does not relieve the manufacturer from calculating the restraint
needs as specified herein.
a) In no case shall the restrained distance be less than indicated on the
Drawings .
b. Restrained joints shall be used a sufficient distance from each side of the bend,
tee, plug, or other fitting to resist thrust which develops at the design pressure
of the pipe.
1) The distance for thrust restraint shown on the Drawings is the minimum
restraint and does not relieve the manufacturer from calculating the restraint
needs as specified herein .
CITY OF FORT WORTH [Cultural Di strict / Will Rogers Water and Sanitary Sewer Improv ements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised [In se rt Revision Date)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
33 11 13 -11
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 11 of 16
a) In no case shall the restrained distance be less than indicated on the
Drawings.
2) Restrained joints shall consist of welded joints.
3) In areas where restrained joints are used for thrust restraint, the pipe shall
have adequate cylinder thickness to transmit the thrust forces .
c. Thrust restraint design
I) The length of pipe with restrained joints to resist thrust forces shall be
verified by the pipe manufacturer in accordance with A WW A M9 and the
following :
a) The Weight of Earth (We) shall be calculated as the weight of the
projected soil prism above the pipe.
(I) Soil Density= 110 pounds per cubic foot (maximum value to be
used for unsaturated soil).
d. Thrust collars will only be permitted for temporary plugs.
I) Thrust collars may not be used for any other application, unless approved in
writing by the Engineer.
3. Inside Diameter
a. The inside diameter, of the cement mortar lining shall be the nominal diameter
specified, unless otherwise indicated on the Drawings.
4. Joint Bonds, Insulated Connections and Flange Gaskets
a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance
with Section 33 04 I 0.
5. Bend Fittings
a. All bend fittings shall be long radius to permit passage of pipeline pigs.
6. Fittings with Flanges
I) Flanged joints shall be provided at connections to valves and where
indicated on the Drawings.
2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral
welds ground flush to accommodate the type of flanges provided.
3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall
conform to the requirements of A WW A C207 and A WW A C206.
4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent
pipe class.
5) Flanges shall match the fittings or appurtenances which are to be attached.
6) Flanges shall be Class E with 275 psi working pressure in accordance with
A WW A C207 and in accordance with ASME B 16.1 Class 125 for areas
designated with a 225 psi test pressure.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468]
Revised [Insert Revision Date J
331113-12
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 12 of 16
2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3-EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PREPARATION [NOT USED]
7 3.4 INSTALLATION
8 A. General
9 I . Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for
1 O the proper functioning of the completed pipe line.
11 2. Install pipe, fittings, specials and appurtenances as specified herein , as specified in
12 A WWA M9, and in accordance with the pipe manufacturer's recommendations.
13 3. Lay pipe to the lines and grades show on the Drawings.
14 4. Excavate, embed and backfill trenches in accordance with City requirements.
15 5. At the close of each operating day:
16 a. Keep the pipe clean and free of debris, dirt, animals, and trash -during and
17 after the laying operation.
18 b. Effectively seal the open end of the pipe using a gasketed night cap.
19 6. If pipe is placed in casing, restrain pipe from floating as required in Article 1.6.B.4 .
20 B. Pipe Handling
21 l . Haul and distribute pipe, fittings at the project site and handle piping with care to
22 avoid damage.
23 2 . Before lowering into the trench, inspect each joint of pipe, and reject or repair any
24 damaged pipe.
25 3. Pipe shall be handled at all times with a minimum of one wide non-abrasive slings,
26 belts or other equipment designed to prevent damage to the coating or lining.
27 4. The equipment shall be kept in such repair that its continued use is not injurious to
28 the coating.
29 5. The spacing of pipe supports required to handle the pipe shall be adequate to
30 prevent cracking or damage to the lining or coating.
31 C . Pipe Jointing
32 I. General
33 a. Pipe joints shall be electrically continuous in accordance with Section 33 04 l 0 .
34 b. Thoroughly clean the bell and spigot rings before laying each joint of pipe by
35 brushing and wiping.
36 c. If any damage to the protective coating on the metal has occurred, repair the
37 damage before laying the pipe.
38 d. Lubricate the gasket and the inside surface of the bell with an approved
39 lubricant (flax soap) which will facilitate the telescoping of the joint.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date]
I
2
3
4
5
6
7
8
9
10
11 -12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
33 11 13 -13
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 13 of 16
e. Tightly fit together sections of pipe and exercise care to secure true alignment
and grade.
f. 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.
1) The inside joint space between ends of the pipe sections shall have an
opening within the tolerances as recommended by the pipe manufacturer.
g. 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.
h. After joining, check the position of the gasket with a feeler gauge.
1) If the gasket is out of position, disassemble the joint and repeat the joint
laying procedure.
1. For interior welded joints, complete backfilling before welding .
j. For exterior field-welded joints, provide adequate working room under and
beside the pipe.
2. Exterior Joints
a. Make the exterior joint by placing a joint wrapper around the pipe and secure in
place with 2 metal straps.
l) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7
inches wide for smaller pipe, hemmed on each side.
2) 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.
3) Fill the joint with mortar from 1 side in 1 continuous operation until it has
flowed entirely around the pipe.
4) During the filling of the joint, pat or manipulate the sides of the wrapper to
settle the mortar and expel any entrapped air.
5) Leave wrappers in place undisturbed until the mortar has set-up.
3 . Interior Joints
a. Upon completion of backfilling of the pipe trench, fill the inside joint recess
with a stiff cement mortar/high-strength grout.
b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in
the joint, and moisten the concrete surfaces of the joint space by spraying or
brushing with a wet brush.
c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to
insure that no voids remain in the joint space.
d. After the joint has been filled, level the surfaces of the joint mortar/grout with
the interior surfaces of the pipe with a steel trowel so that the surface is smooth .
e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell
buttered with grout, prior to inserting the spigot, such that when the spigot is
pushed into position it will extrude surplus grout from the joint.
1) The surplus grout shall be struck off flush with the inside of the pipe by
pulling a filled burlap bag or an inflated ball through the pipe with a rope.
4 . Welded Joints
a . Weld joints in accordance with the A WW A M9.
1) Contractor shall provide adequate ventilation for welders and for the City to
observe welds.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvem ents , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised [Insert Revision Date)
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
33 11 13 -14
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Page 14 of 16
2) Unless otherwise specified on the Drawings, welds shall be full circle fillet
welds.
b. Adequate provisions for reducing temperature stresses shall be the
responsibility of the Contractor.
c. Before welding:
1) Thoroughly clean pipe ends.
2) Weld pipe by machine or by the manual shielded electric arc process.
d. Welding shall be performed so as not to damage lining or coating.
e. Furnish labor, equipment, tools and supplies, including shielded type welding
rod.
l) Protect welding rod from any deterioration prior to its use.
2) If any portion of a box or carton is damaged, reject the entire box or carton.
f. In all hand welding:
l) The metal shall be deposited in successive layers.
2) Not more than l/8 inch of metal shall be deposited in each pass.
3) Each pass except the final l, 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.
4) 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.
5) Undercutting along the side shall not be permitted.
g. Welds shall be free from pin holes, non-metallic inclusions, air pockets,
undercutting and/or any other defects.
h. 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.
1. Furnish each welder employed with a steel stencil for marking the welds so that
the work of each welder may be identified.
1) Have each welder stencil the pipe adjacent to the weld with the stencil
assigned to him.
a) In the event any welder leaves the job, his stencil shall be voided and ·
not duplicated if another welder is employed.
j. Welders
1) 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.
2) After each welder has qualified in the preliminary tests referred to above,
inspections shall be made of joints in the line.
a) The inspection will be done by a Certified Welding Inspector retained
by the City.
3) Any welder making defective welds shall not be allowed to continue to
weld.
k. Weld Testing
1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle
test in accordance with A WW A C206 and set forth in A WS D.1.1. shall be
performed by the Contractor under the supervision and inspection of the
City's Representative or an independent testing laboratory, on all full
welded joints.
a) Welds that are defective will be replaced or repaired, whichever is
deemed necessary by the Engineer, at the Contractor's expense.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date]
2
3
4
5
6
7
8
9
JO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
33 11 13 • 15
CONCRETE PRESSURE PIPE, BAR-WRAPPED , STEEL CYLINDER TYPE
Page 15 of 16
b) 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.
( 1) The procedure for repairing the joint shall be approved by the
Engineer before proceeding.
5 . Protection of Exposed Metal
a . Protect exposed ferrous metal by a minimum of 1 inch coating of cement
mortar as previously specified for inside joints, unless otherwise specified in
the Drawings.
b . Ex posed large flat surfaces such as flanges, bolts , caulked joints, threaded
outlets, closures, etc ., shall have coating reinforced with galvanized wire mesh.
c. Thoroughly clean and wet the surface receiving a cement mortar coating with
water just prior to placing the cement mortar coating.
d . After placing, take care to prevent cement mortar from drying out too rapidly
by covering with damp earth or burlap.
e. Cement mortar coating shall not be applied during freezing weather.
6 . Patch ing
a . Ex cessive field-patching of lining or coating shall not be permitted.
b . 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 inches.
c . In general , there shall not be more than 1 patch on either the lining or the
coating of any 1 joint of pipe.
d. Wherever necessary to patch the pipe, make patch with cement mortar as
previously specified for interior joints.
e. Do not install patched pipe until the patch has been properly and adequately
cured and approved for laying by the City.
f. Promptly remove rejected pipe from the site.
29 3.5 REPAIR /RESTORATION [NOT USED]
30 3.6 RE-INSTALLATION [NOT USED]
31 3.7 FIELD QUALITY CONTROL
32 A. Field [oR] Site Tests and Inspections
33 1. Cleaning and Testing
34 a . Cleaning, disinfection , hydrostatic testing and bacteriological testing of water
35 mams
36 I) Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the
37 water main in accordance with City requirements.
38 2. CCTV Inspection
39 a. Provide a Post-CCTV inspection for water lines 24-inch and larger.
CITY OF FORT WORTH [Cultural Di stri ct / Will Roge rs Water and Sanitary Se wer Imp ro vements, Part 2 -KAM Ex pan s ion]
STANDARD CONSTRUCTION SP ECIFICATION DOC UM ENT S [C ity Proj ect No. 01 4 68]
Revised [Insert Revi s ion Date J
331113-16
CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE
Pagel6of16
3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING (NOT USED]
3 3.10 CLEANING (NOT USED]
4 3.11 CLOSEOUT ACTMTIES (NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED)
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION
9
Revision Log
DATE NAME SUMMARY OF CHANGE
[2010 JAN 06]
10
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date)
33 12 20 -I
RESILIENT SEA TED (WEDGE) GA TE VAL VE
Page I of8
I SECTION 33 12 20
2 RESILIENT SEA TED (WEDGE) GA TE VALVE
3 PART!-GENERAL
4 1.1 SUMMARY
5 A. Section Includes :
6 I. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable
7 water mains
8 B. Deviations from this City of Fort Worth Standard Specification
9 I. None
IO C. Related Specification Sections include but are not necessarily limited to:
11 I. 33 11 IO-Ductile Iron Pipe
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Measurement
15 a. Measurement for this Item shall be per each.
16 2. Payment
17 a. The work performed and the materials furnished in accordance with this Item
18 shall be paid for at the unit price bid per each "Resilient Seated (Wedge) Gate
19 Valve" installed for:
20 I) Various sizes
21 3. The price bid shall include:
22 a. Furnishing and installing Gate Valves with connections as specified in the
23 Drawings
24 b. Valve box
25 c. Extension
26 d. Valve vault and appurtenances (for 16-inch and larger gate valves)
27 e. Polyethylene encasement
28 f. Pavement removal
29 g. Excavation
30 h. Hauling
31 1. Disposal of excess material
32 J. Furnishing, placement, and compaction of embedment
33 k . Furnishing, placement, and compaction of backfill
34 I. Clean-up
35 m. Cleaning
36 n . Disinfection
37 o . Testing
38 1.3 REFERENCES
39 A. Abbreviations and Acronyms
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [O I /26/2011]
33 12 20 -2
RESILIENT SEA TED (WEDGE) GA TE VAL VE
Page 2 of8
1. NRS -Non Rising Stem
2 2. OS& Y -Outside Screw and Yoke
3 B. Reference Standards
4 1. Reference standards cited in this Specification refer to the current reference
5 standard published at the time of the latest revision date Jogged at the end of this
6 Specification, unless a date is specifically cited .
7 2 . American Association of State Highway and Transportation Officials (AASHTO).
8 3. American Society of Mechanical Engineers (ASME):
9 a. B16.J , Gray Iron Pipe Flanges and Flanged Fittings (Classes 25 , 125 , and 250).
10 4 . ASTM International (ASTM):
11 a. A48, Standard Specification for Gray Iron Castings.
12 b. A242 , Standard Specification for High-Strength Low-Alloy Structural Steel.
13 c . A307 , Standard Specification for Carbon Steel Bolts and Studs , 60 ,000 psi
14 Tensile Strength.
15 d. A536, Standard Specification for Ductile Iron Castings .
16 e . B 117 , Standard Practice for Operating Salt Spray (Fog) Apparatus.
17 f . B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and
18 Steel.
19 5 . American Water Works Association (A WWA):
20 a. C509, Resilient-Seated Gate Valves for Water Supply Service.
21 b . C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service.
22 c . C550, Protective Interior Coatings for Valves and Hydrants.
23 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN
24 through 12 IN, for Water Transmission and Distrbution.
25 6. American Water Works Association/American National Standards Institute
26 (A WW A/ ANSI):
27 a. C 105/ A2 l .5 , Polyethylene Encasement for Ductile-Iron Pipe Systems.
28 b. C 111 / A2 l.l l , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
29 Fittings .
30 c . Cl l 5/A21.l 5, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron
31 Threaded Flanges .
32 7. NSF International (NSF):
33 a. 61 , Drinking Water System Components -Health Effects.
34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
35 1.5 SUBMITTALS
36 A. Submittals shall be in accordance with DA-56.
37 B. All submittals shall be approved by the Engineer or the City prior to delivery .
38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
39 A. Product Data
40 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system
41 supplied, including:
42 a . Dimensions, weights, material list, and detailed drawings
43 b . Joint type
CITY OF FORT WORTH [Cultural Di stri ct / Will Ro ger s Water and Sanitary Sewer Improvements , Part 2 -KAM Ex pan sion)
STAN DARD CONS TRUCTIO N SPECIF ICA TI ON DOCU MENTS [City Project No. 01468)
Rev ised [01 /26/20 11)
1
2
3
4
5
6
7
8
/ 9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
33 12 20 - 3
RESILIENT SEATED (WEDGE) GA TE VAL VE
Page 3 of8
c . Maximum torque recommended by the manufacturer for the valve size
2 . Polyethylene encasement and tape
a. Whether the film is linear low density or high density cross linked polyethylene
b . The thickness of the film provided
3. Thrust Restraint
a. Retainer glands
b. Thrust harnesses
c. Any other means
4. Bolts and nuts for mechanical and flange joints
5. Instructions for field repair of fusion bonded epoxy coating
6. Gaskets
B . Certificates
I. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet
the provisions of this Section, each valve meets Specifications, all inspections have
been made, and that all tests have been performed in accordance with A WW A
C509 or A WWA C515.
2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a . Valves 16-inch and larger shall be the product of I manufacturer for each
project.
1) Change orders, specials, and field changes may be provided by a different
manufacturer upon City approval.
b. For valves less than 16-inch, valves of each size shall be the product of 1
manufacturer, unless approved by the City.
1) Change orders, specials, and field changes may be provided by a different
manufacturer upon City approval.
c. Valves shall meet or exceed A WW A C509 or A WW A CS 15.
d. Resilient Seated Gate Valves shall be new and the product of a manufacturer
regularly engaged in the manufacturing of Resilient Seated Gate Valves having
similar service and size.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect all parts 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 .
2. Protect all equipment and parts against any damage during a prolonged period at the
site .
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [01/26/2011]
33 12 20 - 4
RESILIENT SEA TED (WEDGE) GA TE VAL VE
Page 4 of8
3. Protect the finished surfaces of all exposed flanges by wooden blank flanges,
2 strongly built, and securely bolted thereto.
3 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion.
4 5. Prevent plastic and similar brittle items from being directly exposed to sunlight br
5 extremes in temperature.
6 6. Secure and maintain a location to store the material in accordance with Section O 1
7 50 00.
8 1.11 FIELD [SITE] CONDITIONS [NOT USED]
9 1.12 WARRANTY
10 A. Manufacturer Warranty
11 1. Manufacturer's Warranty shall be in accordance with Division 1.
12 PART 2-PRODUCTS
13 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
14 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
15 A. Manufacturers
16 1. Only the manufacturers as listed on the City's Standard Products List will be
17 considered.
18 a. The manufacturer must comply with this Specification and related Sections.
19 2. Any product that is not listed on the Standard Products List is considered a
20 substitution and shall be subject to approval by City and/or Engineer.
21 B. Description
22 1. Regulatory Requirements
23 a . Valves shall be new and meet or exceed A WW A CS 09 or A WW A CS 15 and
24 shall meet or exceed the requirements of this Specification.
25 b. All valve components in contact with potable water shall conform to the
26 requirements of NSF 61.
27 C. Materials
28 1. Valve Body
29 a. Valve body: ductile iron per ASTM A536
30 b. Flanged ends : Furnish in accordance with AWWA/ANSI Cl 15/A21.15.
31 c. Mechanical Joints: Furnish with outlets which conform to A WW A/ ANSI
32 Clll/A21.11.
33 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5
34 mils, meeting A WW A C550 requirements
35 e. Buried valves: Provide with polyethylene encasement in accordance with
36 AWWA/ANSI C105/A21.5.
37 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10.
38 2. Wedge (Gate)
39 a. Resilient wedge: rated at 250 psig cold water working pressure
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised (01 /2 6/201 I]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
33 12 20 -5
RESILIENT SEATED (WEDGE) GATE VALVE
Page 5 of8
b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a
permanently bonded EPDM rubber.
3. Gate Valve Bolts and Nuts
a. Bonnet, Stuffing Box, and Gear Box -Hex head bolt, and hex nut: Steel
ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service ( 4-
inch through 12-inch valves)
b . Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all
sizes) and for valves 16-inch through 36-inch (non-buried service)
4. Bolts and Nuts
a. Mechanical Joints
I) High strength corrosion restraint low-carbon weathering steel in
accordance with A WW A/ANSI Cl l l/A21.l l, and ASTM A242.
2) Cor-Blue coated with FluoroKote #1, or equal
a) Coating shall conform to the performance requirements of ASTM B 117
for up to 4000 hours and shall include, if required, a certificate of
conformance.
b. Flanged Ends
1) Meet requirements of A WW A C509 and C5 l 5.
2) For buried and non-buried applications, provide AISI 304 Stainless Steel
bolts and AISI 316 Stainless Steel nuts.
3) Spray bolts and nuts with anti-seize compound.
5. Joints
a . Valves: flanged, or mechanical-joint or any combination of these as specified
on the Drawings or in the project Specifications
1) Flanged-joints: A WWNANSI Cl 15/A21.15, ASME Bl6.l, Class 125
a) Flange bolt circles and bolt holes shall match those of ASME B 16.1,
Class 125.
b) Field fabricated flanges are prohibited.
2) Steel or concrete cylinder pipe
a) Use flange-joints unless otherwise specified in the Contract
Documents .
3) Ductile Iron or PVC pressure pipe
a) Use mechanical-joints unless otherwise specified in the Contract
Documents .
6 . Operating Nuts
a . Supply for buried service valves
b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high
c. Cast an arrow showing the direction of opening with the word "OPEN" on the
operating nut base.
d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE)
direction.
e. Connect the operating nut to the shaft with a shear pin that prevents the nut
from transferring torque to that shaft or the gear box that exceeds the
manufacturer's recommended torque.
f. Furnish handwheel operators for non-buried service.
7. Gearing
a. Gate valves that are 24 inch and larger: Equip with a spur gear.
b. Bevel gears for horizontally mounted valves are not allowed.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expan s ion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised [01 /26/2 01 I]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
33 12 20 - 6
RESILIENT SEA TED (WEDGE) GA TE VAL VE
Page 6 of8
c. The spur gear shall be designed and supplied by the manufacturer of the valve
as an integral part of the gate valve.
8. Gaskets
a. All rubber joint gaskets utilized on valves shall be in conformance with
AWWA/ANSI Cl l l/A21.l l.
b. Flanged Gaskets
1) Full face
2) Manufactured true to shape from approved synthetic rubber stock of a
thickness not less than 1/16 inch
3) Virgin stock and conforming to the physical and test requirements specified
in A WW A/ AN SI C 111 / A2 l . l l
4) Finished gaskets shall have holes punched by the manufacturer and shall
match the flange pattern in every respect.
5) Frayed cut edges resulting from job site gasket fabrication are not
acceptable.
6) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, where
required.
18 2.3 ACCESSORIES
19 A. All gate valves shall have the following accessories provided as part of the gate valve
20 installation :
21 1. A keyed solid extension stem of sufficient length to bring the operating nut up to
22 within 1 foot of the surface of the ground, when the operating nut on the gate valve
23 is 3 feet or more beneath the surface of the ground. Extension Stems are:
24 a. Not required on City stock orders
25 b. Not to be bolted or attached to the valve-operating nut
26 c . To be of cold rolled steel with a cross-sectional area of lsquare inch , fitting
27 loosely enough to allow deflection
28 2. Furnish joint components such as gaskets, glands, lubricant, bolts , and nuts in
29 sufficient quantity for assembly of each joint.
30 3. Cast Iron Valve Boxes : provide for buried service gate valves, cast iron valve
3 I boxes and covers
32 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece , 5-1 /4-inch
33 shafts , screw type , consisting of a top section and a bottom section.
34 b . Valve boxes shall be as listed in the City of Fort Worth Standard Products List.
35 c. Valve box covers shall be so designed that they can be easily removed to
36 provide access to valve operating nut.
37 d. Valve box covers must be designed to stay in position and resist damage under
38 AASHTO HS 20 traffic loads.
39 e. Each cover shall be casted with the word "WATER" in raised letters on the
40 upper surface .
41 f . Cast iron valve boxes and covers shall conform to ASTM A48, Class 40 .
42 g. Box extension material shall be A WW A C900 PVC or ductile iron .
CITY O F FO RT WORT H [Cultural Di stri ct I Will Ro gers Water and Sanitary Sewer Improvements, Part 2 -KAM Expan sion)
STAN DARD CO NS TR UCTI ON SP EC IFICATI O N DOCUMENTS [City Project No . 01468)
Rev ised [0 1/26/20 11)
2.4 SOURCE QUALITY CONTROL [NOT USED]
2 PART3-EXECUTION
3 3.1 INSTALLERS [NOT USED]
4 3.2 EXAMINATION [NOT USED]
5 3.3 PREPARATION [NOT USED]
6 3.4 INSTALLATION
7 A. General
33 12 20 - 7
RESILIENT SEA TED (WEDGE) GA TE VAL VE
Page 7 of8
8 1. All valves shall be installed in vertical position when utilized in normal pipeline
9 installation.
10 2. Valves shall be placed at line and grade as indicated on the Drawings.
11 3. Polyethylene Encasement installation shall be in accordance with Section 33 11 10 .
12 3.5 REPAIR/RESTORATION [NOT USED]
13 3.6 RE-INSTALLATION [NOT USED]
14 3.7 FIELD (oR] SITE QUALITY CONTROL
15 A. Field Inspections
16 1. Before acceptance of the installed valve, the City Field Operations Staff shall have
17 the opportunity to operate the valve.
18 2. The Operator will be assessing the ease of access to the operating nut within the
19 valve box and ease of operating the valve from a fully closed to fully opened
20 position.
21 3. If access and operation of the valve meet the City's criteria, then the valve will be
22 accepted as installed.
23 B. Non-Conforming Work
24 1. If access and operation of the valve does not meet the City's criteria, remedy the
25 situation until the valve meets the City's criteria.
26 3.8 SYSTEM STARTUP [NOT USED]
27 3.9 ADJUSTING [NOT USED]
28 3.10 CLEANING [NOT USED]
29 3.11 CLOSEOUT ACTIVITIES [NOT USED]
30 3.12 PROTECTION [NOT USED]
31 3.13 MAINTENANCE [NOT USED]
32 3.14 ATTACHMENTS [NOT USED]
33 END OF SECTION
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised (0 I /26/20 I I)
2
DATE NAME
[20 10 JAN 06]
Revision Log
33 12 20 -8
RESILIENT SEATED (WEDGE) GATE VALVE
Page 8 of8
SUMMARY OF CHANGE
CITY OF FORT WORTH [Cultural District / Will Roge rs Water and Sanitary Sewer Improv ement s, Part 2 -KAM Ex pan sio n]
STAN DARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS [Ci ty Project No . 0 1468]
Revised [01/26/2011]
33 1230-1
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 1 of7
SECTION 33 12 30
2 COMBINATION AIR VALVE ASSEMBLIES FOR POT ABLE WATER SYSTEMS
3 PART 1 -GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
I. I -inch through 8-inch Combination Air-Release and AirN acuum Valve Assemblies
(Combination Air Valves) for potable water systems including:
a. Combination air-release and air/vacuum valve
b. Tap to water main
c . Inlet piping and appurtenances
d. Vent piping and appurtenances
e. Vault enclosure and appurtenances
13 B. Deviations from this City of Fort Worth Standard Specification
14 1.
15 2.
16 C . Related Specification Sections include but are not necessarily limited to:
17 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the
18 Contract
19 2. Division I -General Requirements
20 3. Section 3 3 11 10 -Ductile Iron Pipe
21 4. Section 33 11 11 -Ductile Iron Fittings
22 5. Section 33 12 20 -Resilient Seated Gate Valve
23 1.2 PRICE AND PAYMENT PROCEDURES
24 A. Measurement and Payment
25 I . Measurement:
26 a . Measurement for this Item shall be per each .
27 2. Payment:
28 a. The work performed and materials furnished in accordance with this Item and
29 measured as provided under "Measurement" will be paid for at the unit price
30 bid per each "Combination Air Valve Assembly" installed for various inlet
31 sizes.
32 3. The price bid shall include:
33 a . Furnishing and installing Combination Air Valves with appurtenances as
34 specified in the Drawings
35 b . Air valve vault and appurtenances
36 c. Tapping the main
37 d . Isolation valves
38 e. Fittings
39 f. Vent piping
40 g . Vent cover and/or enclosure
41 h. Vent enclosure and/or pipe bollard protection, if required
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvem ents, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised [01 /2 0/2011 J
331230-2
COMBINATION AIR VAL VE ASSEMBLIES FOR POT ABLE WATER SYSTEMS
Page 2 of7
1.3 REFERENCES
2 A. Definitions
3 I . Combination Air Valve: A device having the features of both an air-release valve
4 and an air/vacuum valve
5 2 . Inlet: The opening at the base of the Combination Air Valve mechanism through
6 which air from the pipeline enters
7 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet
8 4 . Orifice: The opening in the Combination Air Valve mechanism through which air
9 is expelled from or admitted into the pipeline or piping system
10 5 . Outlet: The opening at the top of Combination Air Valve mechanism, including the
11 orifice, through which air enters or exits the pipeline
12 6. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet
13 to its termination point outside the vault
14 B. Reference Standards
15 I. Reference standards cited in this Specification refer to the current reference
16 standard published at the time of the latest revision date logged at the end of this
17 Specification, unless a date is specifically cited.
18 2. American Iron and Steel Institute (AISI).
19 3 . ASTM International (ASTM):
20 a. A536, Standard Specification for Ductile Iron Castings.
21 4. American Water Works Association (A WWA):
22 a. C5 l 2, Air-Release, AirN acuum, and Combination Air Valves for Waterworks
23 Service.
24 b. M5 l, Air-Release, AirN acuum, and Combination Air Valves.
25 5 . NSF International (NSF):
26 a. 61, Drinking Water System Components -Health Effects.
27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
28 1.5 SUBMITT ALS
29 A. Submittals shall be in accordance with DA-56.
30 B. All submittals shall be approved by the Engineer or the City prior to delivery .
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32
33
34
35
36
37
38
39
40
41
42
A. Product Data:
1. Combination Air Valves
a. Application type
b. Working pressure rating
C. Test pressure rating
d. Surge pressure rating
e . Inlet size
f. Small orifice size
g. Large orifice size
2. Valve vault and appurtenances
3. Tapping appurtenances
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS [City Project No . 01468)
Revised (01 /20/20 1 I)
33 12 30 - 3
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
2
3
4
5
4. Isolation valves
5 . Fittings
6 . Vent piping
7 . Vent cover and/or enclosure
8 . Vent enclosure and/or pipe bollard protection
6 1.7 CLOSEOUT SUBMITTALS [NOT USED]
7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
8 1.9 QUALITY ASSURANCE
9 A. Qualifications
IO I. Manufacturers
11 a. Combination Air Valves of the same size shall be the product of I
12 manufacturer, unless approved by the City .
13 b. Combination air valves shall be in conformance with A WW A C5 I 2 .
14 B . Certifications
Page 3 of7
15 I. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with
16 AWWAC512.
17 1.10 DELIVERY, STORAGE, AND HANDLING
18 A. Storage and Handling Requirements
19 I . Protect all parts such that no damage or deterioration will occur during a prolonged
20 delay from the time of shipment until installation is completed and the units and
21 equipment are ready for operation.
22 2 . Protect all equipment and parts against any damage during a prolonged period at the
23 site.
24 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges,
25 strongly built and securely bolted thereto.
26 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion.
27 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or
28 extremes in temperature .
29 1.11 FIELD CONDITIONS [NOT USED]
30 1.12 WARRANTY
31 A. Manufacturer Warranty
32 1. Manufacturer's Warranty shall be in accordance with Contract Documents.
33 PART 2 -PRODUCTS
34 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
35 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
36 A. Manufacturers
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFI CATION DOCUMENTS [City Project No . 01468]
Revised [O I /20/2011]
33 12 30 -4
COMBINATION AIR VAL VE ASSEMBLIES FOR POT ABLE WATER SYSTEMS
Page 4 of7
l 1. Only the manufacturers as listed on the City's Standard Products List will be
2 considered.
3 a. The manufacturer must comply with this Specification and related sections.
4 2. Any product that is not listed on the Standard Products List is considered a
5 substitution and shall be subject to approval by City and/or Engineer.
6 3 . The Combination Air Valve shall be new and the product of a manufacturer
7 regularly engaged in the manufacturing of air release/air vacuum valves having
8 similar service and size.
9 B. Description
l O 1. Regulatory Requirements
11 a. Combination Air Valves shall meet or exceed the latest revisions of
12 AWWA C512 and shall meet or exceed the requirements of this Specification.
13 b. All Combination Air Valve components in contact with potable water shall
14 conform to the requirements of NSF 61.
15 C. Performance / Design Criteria
16 1. Capacities
17 a. Water Application= Potable Water
18 b. Working Pressure from 10 psi to 150 psi
19 c. Test Pressure= 225 psi
20 d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract
21 Documents
22 e. Size
23 1) Each orifice size must be sufficient to meet the requirements set forth in
24 A WW A M5 l and indicated on the Drawings.
25 2. Function
26 a. High volume discharge during pipeline filling
27 b. High volume intake through the large orifice
28 c. Pressurized air discharge
29 d. Surge Dampening/Controlled discharge rates
30 1) The valve shall have an integral surge alleviation mechanism which shall
31 operate automatically to limit transient pressure rise or shock induced by
32 closure due to high velocity air discharge or the subsequent rejoining of the
33 separated water columns. The limitation of the pressure rise shall be
34 achieved by decelerating the approaching water prior to valve closure.
35 D. Materials
36 1. Combination Air Valve
37 a. Internal parts:
38 1) Non-corroding material such as stainless steel or high density polyethylene
39 b. Valve body:
40 1) AISI 304 stainless steel or ASTMA536 ductile iron
41 2) Equipped with intake and discharge flanges
42 3) Prime and coat ductile iron bodies in accordance with a product listed in on
43 the City's Standard Products List.
44 c. Inlet/Discharge orifice area:
45 1) Equal to the nominal size of the valve
46 E. Finishes
CITY OF FORT WORTH . [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion)
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised [01 /2 0/2 011)
33 12 30 -5
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 5 of7
I . Finish Materials I
2
3
a. Supply all ductile iron Combination Air Valves with a factory applied fusion
bonded epoxy coating with a final coating thickness of 16 mils minimum.
4 2.3 ACCESSORIES
5 A. For Combination Air Valve Assemblies installed on 16-inch water lines and smaller:
6 I. Tap:
7 a. Tapping saddle and I-inch corporation valve (C.C. thread with flare)
8 2. Inlet Piping:
9 a. K Copper (straight)
IO b. I-inch outlet between the tap and the isolation valve with the following:
11 I) Corporation and curb stops (C.C. thread with flare)
12 2) K Copper or Galvanized riser between the corporation and curb stop
13 a) Curb stop shall be installed a maximum of 18 inches below the vault
14 manhole cover.
15 3. Isolation Valves:
16 a. I-inch ball valve
17 4. Vent Piping
18 1) I-inch Schedule 40 galvanized piping
19 5. Vent Screen
20 a. Stainless Steel (AISI 304)
21 6. Dropover Enclosure
22 a. Fiberglass, Hotbox EZ 75, or equal, with 4-inch concrete pad
23 7. Vault:
24 a. Provide a 4-foot diameter concrete manhole in accordance with City Details.
25 b. Provide a 32-inch cover with frame and grade ring in accordance with Section
26 City Details.
27 c. Secure Air Valve to vault wall.
28 B. For Combination Air Valve Assemblies installed on larger than 16-inch pipelines:
29 1. Tap:
30 a. Provide outlet on 24-inch or 30-inch blind flange outlet of water main.
31 2. Inlet Piping:
32 a. For concrete cylinder or steel water lines with:
33 1) Steel pipe.
34 a) With flanged connection with isolation kit at gate valve
35 b. For Ductile Iron or PVC water mains:
36 1) Ductile iron with flanged connection at gate valve
37 a) In accordance with Section 33 11 10 and Section 33 11 11.
38 c. Inlet piping shall contain a 2-inch outlet between the tap and the isolation valve
39 with the following:
40 1) Corporation and curb stop (C.C. thread with flare).
41 2) K Copper riser between the corporation and curb stop
42 a) Curb stop shall be installed a maximum of 18 inches below the vault
43 manhole cover.
44 3. Isolation Valves:
45 a. Gate valve (flanged) in accordance with Section 33 12 20 with:
46 a) Hand wheel operator for 2-inch gate valves
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements, Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468)
Revised [01/20/2011)
33 12 30 - 6
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 6 of7
1 b) 2-inch operating nut, non-rising stem with enclosed miter gearing for 3-
2 inch and larger gate valves
3 4. Vent Piping
4 a. For 3-inch and larger:
5 I) Ductile Iron in accordance with Sections 33 11 IO and 33 11 11.
6 2) Equipped with loosened flange bolts or breakable flanges at ground level
7 b . For 2-inch:
8 I) Schedule 40 galvanized piping
9 5 . Vent Screen
10 a. Stainless Steel (AISI 304)
11 6. Dropover Enclosure
12 a . Fiberglass, Hotbox EZ 75, or equal, with 4-inch concrete pad
13 7. Vault:
14 a. Provide a 4-foot diameter concrete manhole in accordance with City Oetails.
15 b. Provide a 32-inch hinged cover with frame and grade ring in accordance with
16 City Details .
17 c. Secure Air Valve to vault wall.
18 C. Finishes
19 I . Primer Materials
20 a. Prime Vent Piping within vault, as well as above ground, for finish with a
21 product listed in on the City 's Standard Products List, unless otherwise stated in
22 the Drawings.
23 2. Finish Materials
24 a. Paint Vent Piping within vault, as well as above ground, with a product listed in
25 on the City's Standard Products List, unless otherwise stated in the Drawings.
26 b. Color to be selected by the City.
27 2.4 SOURCE QUALITY CONTROL
28 A. Tests and Inspections
29 I. Testing and inspection of Combination Air Valves shall be in accordance with
30 AWWAC512.
31 B. Markings
32 I. Each Combination Air Valve shall be marked in accordance with A WW A CS 12.
33 PART 3 -EXECUTION
34 3.1 INSTALLERS [NOT USED]
35 3.2 EXAMINATION [NOT USED]
36 3.3 PREPARATION [NOT USED]
37 3.4 INSTALLATION
3 8 A. General
39 I. Install in accordance with manufacturer's recommendations and as shown on the
40 Drawings.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Patt 2 -KAM Expansion]
STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS [Cit y Project No . 01468]
Revised [01 /2 0/2 011]
331230-7
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 7 of7
2
2. Above ground and vault interior ductile iron piping and valves shall be painted in
accordance with City requirements, unless otherwise stated in the Drawings.
3 3.5 [REPAIR]/ [RESTORATION] [NOT USED]
4 3.6 RE-INSTALLATION [NOT USED]
5 3.7 FIELD QUALITY CONTROL
6 A. Field Inspections
7 1. The valve shall perform as intended with no deformation, leaking or damage of any
8 kind for the pressure ranges indicated.
9 2. Before acceptance of the installed valve, the City Field Operations Staff shall have
IO the opportunity to inspect and operate the valve.
11 3. The City will assess the ease of access to the operating nut and ease of operating the
12 corporation stop.
13 4. If access and operation of the valve and its appurtenances meet the City's criteria,
14 then the valve will be accepted as installed.
15 5. The Combination Air Valve assembly shall be free from any leaks .
16 B. Non-Conforming Work
17 1. If access and operation of the valve or its appurtenances do not meet the City's
18 criteria, the Contractor will remedy the situation until it meets the City's criteria.
19 3.8 SYSTEM STARTUP [NOT USED]
20 3.9 ADJUSTING [NOT USED]
21 3.10 CLEANING [NOT USED]
22 3.11 CLOSEOUT ACTIVITIES [NOT USED]
23 3.12 PROTECTION [NOT USED]
24 3.13 MAINTENANCE [NOT USED]
25 3.14 ATTACHMENTS [NOT USED]
26 END OF SECTION
27
28
Revision Log
DATE NAME SUMMARY OF CHANGE
[2010 JAN 06]
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468)
Revised [01/20/2011)
33 31 20 - I
POLYVINYL CHLORIDE (PVC) GRAVITY SANJT ARY SEWER PIPE
Page I of6
SECTION 33 3120
2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
3 PART 1 -GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer
7 applications
8 B. Deviations from this City of Fort Worth Standard Specification
9 1.
10 2.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 I. Division O -Bidding Requirements, Contract Forms, and Conditions of the
13 Contract
14 2. Division 1 -General Requirements
15 3. Section 33 05 26-Utility Markers/Locators
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1 . Measurement
19 a. Measured horizontally along the surface from center line to center line of the
20 manhole or appurtenance
21 2. Payment
22 a. The work performed and materials furnished in accordance with this Item and
23 measured as provided under "Measurement" will be paid for at the unit price bid
24 per linear foot of PVC Pipe installed for:
25 1) Various sizes
26 2) Various Standard Dimension Ratios
27 3. The price bid shall include:
28 a . Furnishing and installing PVC gravity pipe with joints as specified by the
29 Drawings
30 b. Pavement removal
31 c. Excavation
32 d . Hauling
33 e. Disposal of excess material
34 f. Furnishing, placement, and compaction of embedment
35 g. Furnishing, placement, and compaction of backfill
36 h. Clean-up
37 1. Cleaning
38 J . Testing
39 1.3 REFERENCES
40 A. Reference Standards
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements, Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No. 01468)
Revised [Insert Rev is ion Date)
33 31 20 • 2
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
Page 2 of6
I . Reference standards cited in this Specification refer to the current reference
2 standard published at the time of the latest revision date logged at the end of this
3 Specification, unless a date is specifically cited.
4 2. American Association of State Highway and Transportation (AASHTO).
5 3. ASTM International (ASTM):
6 a. DI 784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)
7 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds.
8 b. D2412, Standard Test Method for Determination of External Loading
9 Characteristics of Plastic Pipe by Parallel-Plate Loading .
10 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC)
11 Sewer Pipe and Fittings.
12 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes
13 Using Flexible Elastomeric Seals.
14 e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter
15 Plastic Gravity Sewer Pipe and Fittings.
16 4. Texas Commission on Environmental Quality (TCEQ):
17 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 -Pipe Design.
18 b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 -Criteria for Laying
19 Pipe .
20 c. Title 30, Part I, Chapter 217 , Subchapter C , Rule 217.57 -Testing
21 Requirements for Installation of Gravity Collection System Pipes .
22 5. Underwriters Laboratories, Inc. (UL).
23 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED]
24 1.5 SUB MITT ALS
25 A. Submittals shall be in accordance with DA-56.
26 B. All submittals shall be approved by the Engineer or the City prior to delivery.
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
28 A. Product Data
29 I. Product data sheet
30 2 . Manufacturer
31 3. Nominal pipe diameter
32 4. Standard dimension ratio (SDR)
33 5. Cell classification
34 6. Laying lengths
35 B. Certificates
36 I. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of
37 this Section and has been air and deflection tested and meets the requirements of
38 ASTM D3034 and ASTM F679.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
ST AND ARD CONSTRUCTION SPECIFICATION DOC UMENTS
Revi sed [Insert Revision Date]
[City Project No . 01468)
333120-3
POLYVINYL CHLORIDE (PVC) ORA VITY SANITARY SEWER PIPE
Page 3 of6
1.7 CLOSEOUT SUBMITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED]
3 1.9 QUALITY ASSURANCE
4 A. Qualifications
5 1. Manufacturers
6 a. Finished pipe shall be the product of 1 manufacturer for each size per project,
7 unless otherwise approved by the City .
8 1) Change orders, specials, and field changes may be provided by a different
9 manufacturer upon City approval.
10 b. Pipe manufacturing operations shall be performed under the control of the
11 manufacturer.
12 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through
13 15-inch) and ASTM F679 (18-inch through 27-inch).
14 1.10 DELIVERY, STORAGE, AND HANDLING
15 A. Storage and Handling Requirements
16 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's
17 guidelines. ·
18 B. Do not string pipe unless it is specifically called for in the Drawings .
19 1. Only the pipe and fittings that will be installed during a single work day will be
20 allowed to be stored within the barricaded work area.
21 1.11 FIELD [SITE] CONDITIONS [NOT USED]
22 1.12 WARRANTY [NOT USED]
23 PART2-PRODUCTS
24 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
25 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
26 A. Manufacturers
27 1. Only the manufacturers as listed in the City's Standard Products List will be
28 considered.
29 a. The manufacturer must comply with this Specification and related Sections.
30 2. Any product that is not listed on the Standard Products List is considered a
31 substitution and shall be subject to approval by City and/or Engineer.
32 B. Performance/ Design Criteria
33 1. Pipe
34 a. Meet all requirements of TCEQ .
35 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SOR 3 5/26
36 and ASTM F679 for 18-inch through 27-inch 46PS/1 l 5PS.
37 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL.
38 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or
39 closure pieces necessary to comply with the Drawings.
CITY OF FORT WORTH [Cultural District / Will Rogers Water and Sanitary Sewer Improvements , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468]
Revised [Insert Revision Date]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
2.
3.
33 31 20 - 4
POLYVINYL CHLORID E (PVC) ORA VITY SANITARY SEWER PIP E
Page 4 of6
e. Use green coloring for ground identification as sanitary sewer pipe.
f. PVC meeting the requirements of ASTM DI 784, with a cell classification of
12454 or 12364
g . Deflection Design:
1) Base p ipe design on pipe stiffness, soil stiffness, and load on the pipe .
2) Design pipe according to the Modified Iowa Formula as detailed by the
Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the
following parameters:
a) Unit Weight of Fill (w) = 130 pounds per cubic foot
b) Live Load = AASHTO HS 20
c) Trench Depth= 12 feet minimum, or as indicated in Drawings
d) Maximum (E') = 1,000 max
e) Deflection Lag Factor (DL) = 1.0
f) Bedding Factor constant (K) = 0 .1
g) Mean radius of the pipe (r), inches , as indicated in Drawings
h) Marston 's load per unit length (W), pounds per inch , calculate per
Drawings
i) PVC modulus of elasticity (E) = 400 ,000 psi
j) Moment of inertia of pipe wall per unit length, (I)= t3/l 2 , (in4/in), per
pipe type and size
(1) Where (t) = pipe thickness , inches
k) Maximum Calculated Deflection = 5 percent
h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds
per cubic foot) with at least 1 Yi pipe diameters of cover, pipe is generally not
subject to flotation. If shallower, check groundwater flotation potential.
Flotation will occur if:
Where: F b = buoyant force , pound per foot
WP = empty pipe weight, pound per foot
W r = weight of flooded soil, pound per foot
W ct = weight of dry soil, pound per foot
Values and formulas for the above variables can be obtained from the pipe
manufacturer and site specific soil conditions.
1. Verify trench depths after existing utilities are located.
J . Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
k . In no case shall pipe be installed deeper than its design allows.
Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance
with ASTM D2412 .
Pipe markings
a. Meet the minimum requirements of ASTM D3034 and ASTM F679.
b. Minimum pipe markings shall be as follows:
1) Manufacturer 's Name or Trademark and production record
2) Nominal pipe size
3) PVC cell classification
4) ASTM or Standard Dimension Ratio (SDR) designation
CITY OF FORT WORTH [Cultu ra l Di strict/ Will Ro ger s Water and Sanit ary Sewer Improvements , Part 2 -KAM Expansi on]
STAN DARD CO NS TRUCTION SPEC IFICA TI ON DOCUMEN TS [City Proj ec t No . 01468]
Revi se d [In se rt Revisi on Date J
33 31 20 -5
POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE
5) Seal of testing agency that verified the suitability of the pipe
4 . Joints
a. Joints shall be gasket, bell and spigot, push-on type conforming to
ASTM D3212.
Page 5 of6
I
2
3
4
5
6
b. Since each pipe manufacturer has a different design for push-on joints; gaskets
shall be part of a complete pipe section and purchased as such.
7
8
9
10
5. Connections
a. Only use manufactured fittings.
6. Detectable Metallic Tape:
a. See Section 33 05 26.
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13 PART 3 -EXECUTION
14 3.1 INSTALLERS [NOT USED]
15 3.2 EXAMINATION [NOT USED]
16 3.3 PREPARATION [NOT USED]
17 3.4 INSTALLATION
18 A. General
19 I . Install pipe, specials, and appurtenances as specified herein, as specified in Section
20 33 05 I 0, and in accordance with the pipe manufacturer's recommendations.
21 2. Lay pipe to the lines and grades as indicated in the Drawings.
22 3. Excavate and Backfill Trenches in accordance with City requirements .
23 4. Embed PVC Pipe in accordance with City requirements.
24 B. Pipe Handling
25 I. Haul and distribute pipe and fittings at the project site .
26 2 . Handle piping with care to avoid damage.
27 a. Inspect each joint of pipe, and reject or repair any damaged pipe prior to
28 lowering into the trench.
29 b . Use only nylon ropes, slings, or other lifting devices that will not damage the
30 surface of the pipe for handling the pipe.
31 3. At the close of each operating day:
32 a. Keep the pipe clean and free of debris, dirt, animals , and trash -during and
33 after the laying operation.
34 b . Effectively seal the open end of the pipe using a gasketed night cap.
35 C. Pipe Joint Installation
36 a. Clean dirt and foreign material from the gasketed socket and the spigot end.
37 b . Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell
3 8 end to the reference mark.
39 c. Install such that identification marking on each joint are oriented upward toward
40 the trench opening.
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvem ents , Part 2 -KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Proj ect No . 01468]
Revised [Insert Revision Date)
33 31 20 -6
POLYVINYL CHLORIDE (PVC) GRA YITY SANITARY SEWER PIPE
Page 6 of6
d. When making connection to manhole, use an elastomeric seal, or flexible boot
2 to facilitate a seal.
3 D. Detectable Metallic Tape Installation
4 1. See Section 33 05 26.
5 3.5 REP AIR/RESTORATION [NOT USED]
6 3.6 RE-INSTALLATION [NOT USED]
7 3.7 FIELD [oR] SITE QUALITY CONTROL
8 A. Field Tests and Inspections
9 I. Video Inspection
10 a. Provide a Post-CCTV inspection in accordance with City requirements.
11 2. Air Test and Deflection (Mandrel) Test
12 a. Perform in accordance with City requirements.
13 3.8 SYSTEM STARTUP [NOT USED]
14 3.9 ADJUSTING [NOT USED]
15 3.10 CLEANING [NOT USED]
16 3.11 CLOSEOUT ACTIVITIES [NOT USED]
17 3.12 PROTECTION [NOT USED]
18 3.13 MAINTENANCE [NOT USED]
19 3.14 ATTACHMENTS [NOT USED]
20 END OF SECTION
21
22
Revision Log
DATE NAME SUMMARY OF CHANGE
[2010 JAN 06)
CITY OF FORT WORTH [Cultural District/ Will Rogers Water and Sanitary Sewer Improvements , Part 2-KAM Expansion]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [City Project No . 01468)
Revised [Insert Revision Date J
CERTIFICATE OF lNSURANCE. ~-.. CITY OF FORT WORTH 1f. Dale;. 07/19/2011 ~\IBOF PROIBCT: ' .-.-·. f .... -Caltnntl I>istrict t ·wm Roeers Water and S:m1tuv Sewt!r Itnpro,·ements. Part 2-Kimbell Art Museum Expansion I'. (. ;' PROID,"T NUMBER: W llter-P265--607170l4:f.887, Sewer-P27>707170146887 IS TO CERTIFY THAT: SJ. Louis Comtrnctlon of TeU:S, LTD is, at 1he date of this certificate, Insured by this Company v, ith respect to the business ~atioos r>fileiuafier described, fut: ;be type of insurance and accoroailce \\iih provisions of the ~i=dard policies used by this Company, :ind further hereinafter desm bed. Exceptions to s1.andard policy nOled on reverse side hereof TYPE OF Il.JSlJ.Rt,NCE .... ··-· Polic.,r Effective Exoin:s Limits ofLjabilitv .'. · Wor:ker's Comoens:ation ·--.-n ... -,rr 111111r, 11 /1 /11 <::;t;,tutnrv Comprehensi \'t: Ge:oe.al .... ____ ..,..,·.L "'"' j -~, ~, -Bo,:ij,ly ln.j ury: Liability InsllPlllce (Public GL4807560 I 11/1/10 11/1/11 Ea.Occurrence: s~~c Liability) Property .Dllmage; l , Ea. Occt....·,rcm;e; $ Blastiruz . ..J ;P"\ ,..._ ---• I ,_1,,.;1;h, Ea. Occurren-;-;e: $ -· -Collii.pse ofBuil.diI!g or .structures adjacent to Included in Ge heral Liability Ea. Occum.•iice: S --. <:x:caTI;:tions Damage to Underground Included in Ge 001:ies neral Liability I Ea. Occurrence: $ Builder's Risk I/ ,-11 osn PHX10 11/1/10 11/1/11 $10,000,uuu Per JD L $1,000,000 occ $2,000,000 agg b Site Cqmprehensi'v~. BodiJ~, TajUI)•: r, Aurompbile Liebilit)• CA6505622 11/1/10 11/1/11 Ea. Person: $ SL $1,000,000 Ea. Occum-;nce: $ Property Damage: Ea_ Occurrence: s: Included;, Gto.,al Liab;l;ty . Bodily Injury: Contractual liabili~· Ea. Occurrence: $. Property Damage: I Ea. Occtlrnlflce: · $' ~ llmhrPII;, BE12627897 11/1/10 11/1/11 I :j,L:,,uuu,vvv ~~ -·· ---n1. J·. Loca:ti= __ coveredAreas in the Citv ofFort Wortli Description of opaati.ons oovered_ou: In me above mention pro.iect The 500'.~ policies cithcr in the ood:y th=for by appropriate endorsement provided lbat 1hcy may not be cb.mged Clr canceled by the insurer io less than five (5) days after the ins~ bas received.written notice of such cliange{Qf ~llation. . Wbere applicable local laws or regulations require more than .five (5) days actual notice of change or cancellation to be assured,.fue abo\le polici~ contam 5llCh special requiremeots.; eithc:rin the~ therc;.of or by !!ppfc,priate eodo=f:n.t futtao a!laciJed. Toe City, it5 offims, employees and servants shall be endorsed as m additional insured on Cootraotor' s in:,-urancc policies exceptingempioya's liability insurance coverage llilOez Contractor's workms' compens3tioninsur.mcepol.icy.
c\l!.Jillis of Minn
Address 1600 Utica Ave S, Ste 600
Minneapolis MN 55416
Chartis (GL, Auto, Work Comp, Umbrella) and Travelers (BR)
Ti de Assistant Vice President ---------------
I
I
I
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V .T .C .A . Labor Code §406 .96 (2000), as amended , Contractor cert ifi es that
it provides workers' compensat ion insurance coverage for a ll of its emp loyees e m p lo yed
on C ity of Fort Worth P roj ect No . 0 l'-+Loi .
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
S .::S:. lg,.·l~ '-QO!>tn.,c.:hcn Qt 'u.Qs Ltd.,.
Name : ~ \J . l.0h'r\-rroo
Title :~ Jl)o,Qa.~~
Date: F\p:-1 \ \L\ 1 ~I\
Before me , the undersigned authority, on this day personally appeared
l.%'i l..:ii,r\co;o , known to me to be the person whose name is subscribed to the
foregoing instrum nt , and acknowledged to me that he executed the same as the act
and deed of for the purposes and
cons ideration therein expressed an · the capacity therein stated .
Given Under My Hand and Seal of Office this t::!_ day of 11 pc~\ , 20 ___ \_\ _
R ev 4-1 5-10
,
,,"1 11,,,,
/$_\?~.'!~,~-.. TAWN Y l. FRASER ;; :·~'i\ Notary Publ ic , State of Texas \'::.i .·~J My Comm ission Expires ~f.t.f,\,.,,~· Mo rc h 1 4 . 2 O 1 5
' ' • • •
' •
•.,·:
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor or other person doing business with local governmental entity
Th is quest ionna ire is be ing filed in accordance w ith chapt er 176 of t he Loc a l
Government Code by a person do ing bus iness with the governmenta l ent ity .
By law this questionnaire must be filed w ith the records adm inistrator of th e
local government not later than the 7th bus iness day after the date the pe rs on
becomes aware of facts that requ ire t he stat ement to be file d. Se e Se ct ion
176 .006 , Local Government Code .
A person comm its an offense if the person violates Sect ion 176 .006 , Lo ca l
Government Code . An offense under th is sect ion is a Class C misdemeanor .
.!.J Name of person doing business w ith local governmental entity .
D Check this box If you are filing an update to a previously filed questionnaire .
FORM CIQ
OFFICE USE ON LY
Dat e Received
(The law requ ires that you fi le an updated completed questionna ire wit h the appropr iate fil ing author ity not later than
September 1 of the yea r for wh ich an act ivity described in Section 176 .006(a), Local Government Code, is pend ing and
not later than the 7th business day after the date the or iginally filed quest ionna ire becomes inco mp lete or inaccurate .)
2J Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes
recommendations to a local government officer of the local governmental entity with respect to expenditure of money.
~ :: ~ .!J Describe each affiliation or business relationship with a person who Is a local government officer and who appoints or
• ;!.-~ employs a local government officer of the local governmental entity that Is the subject of this questionna i re .
11• ' ~ : ..
... . :~
i. ": ,. . :
J·
\
. ·I ·1
Ame nde d O 1 /1 l /2006
, , ,
,
I
I
I
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity Page 2
~ Name of local government officer with whom filer has affi l itatlon or bus i ness relat ionship . (Complete th i s section only If the
answer to A , 8 , or C is YES .)
Th is section, item 5 incl ud ing s ubparts A, 8 , C & D , mus t be comple ted for each offic er w ith whom th e filer has affi li at io n or
b usiness rela tionship . Attach add itional pages to this Form C IQ as ne cessary .
A. Is the local government offi ce r named in this section receiving or likely to rece ive taxable income from th e fil er of the
q ues tion naire?
D Yes DNo
B. Is the fil er of the quest ionna ire rece ivi ng or like ly to rece ive ta xable income from or at the d irect io n of the lo ca l go ve ~nm e nt
officer name d in th is sect ion AND the ta xable i ncome is not fr om the loc al governm e ntal ent ity ?
D Yes DNo
C . Is the fi ler of th is quest io n na i re a ffili ated w ith a co rporation or other bus iness entity that the lo c al gove rnm en t office r se rve s
as an officer or d irector, or holds an ownersh ip of 10 percent or more?
D Yes DNo
0 . Describe each affil iat ion or bus iness relationship .
N/A
l§..1 Describe any other affiliat ion or business relationship that might cause a conflict of Interest.
LLl
a; JI !L!li;,v1r ~ "! . LQt; ,+(Y'CO IC~\~&'"""~·, \ \'::\: 1 '.2o 11
Sig natur e of p er son doing bus iness with the governmental entity Date
Am e na e d O 1/1 311006
Bond No . 190-024-763
PERFORMANCE BO.t,'D
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
Thatwe,(1) g_j_ Louis .Construction of Texas. LTD, as Pn.ncipal herein,,and (2) __
Liberty Mutual Fire Insurance Company , a corporation organized under the
laws -of:the Srat:eof(3}. Wisconsin and who~ ;authorized to issue surety bond.sin the
State of Texas, Surety herein, ate lteld and finnly bound, tmto the City of Fort Worth; a municipal
cotpora.fio_ri located . in Tap-an,t and Denton Counties, Tex~ Obligee herein, in the suni cif ONE
MILUON FOUR HUNDRED EIGHTY THOUSAND DOLLARS THREE HUNDRED FORTY
NfNE DOLLARS AN~. FIVE CENTS . {$1,480,349.05) · for the paymem: of wliich suni we bind
ourselves> our 'heirs, executors, adinini:stI:afurs, successors and assigns, jointly and severaUy,
firnily by these presents.
\VHEREAS; Principal has entered into a. certalll written contract withtheqbllg~;dated
hereof fur all -purposes, for the construction .of
Cultural District/ Will Rogers Water .and Sarut.ary Sew.er Improvements, Part 2 -
Kimbell Art Museum Expansion
NOW. THERE.FORE; the condition of this obii~tion is such, if the said PrinGipai shlill
faithfully perfomt the work.in accordance-with the plans, specifications, and contract documents
arid shall fully indemnify and hold harmless· the Obligee from all costs and damages which
Obl.igee may suffer by reason of Principalis default; and reimburse and . repay Obligey for all
outlay a:nd expense tha1:' Obligee may incur iil making good such default:, then this Qbl.igatiqn
shall he void; otherwi~. to remain in full force and effect
PROVIDED, HOWEVER; t1W this bond is ·e~ecut~ pursuant to Cbapter .2253 of the
Texas GQvernffiP...nt Code, as amended, and aU liabilities on this bond shall be detennmed in
accordance with the provisions .of such statute1 to the same extent as if it were copied at length
~ein.
IN 'WITNESS WHE!IBOF; the duly authorized representatives of the Principal .and the
Surety have execµted this instrument.
SIGNED Md SEALED this ___ day of __ ___;J=-=U=L~· '1:.....,9"--'=-'2 0"--'-11,_____,, 20~;
S.J . LOUIS CONSTRUCTION OF TEXAS LTD .
PRINClPAL
A~~
(PrtnpaQSecrelry
Name : Les V. Whitman
Michael D. Osmus Title: General Manager
(SEAL} Address: P.O.Box 834
520 South 6th Avenue · ·
Mansfield , TX 76063
\Nimess as toPrincipal
($EAL)
tIDTE: (1)
{2)
(3)
LIBERTY MUTUAL FIRE INSURANCE COMPANY
:~R J\~ ~ . ._JL
.·. ~ .
Name: Nina E. Werstein
Attqmey in Fact
Address: 450 Plymouth Road , Suite 400
Plymouth Meeting , PA 19462-1644
Teleph9(ie Number: 763-302-7159
Corr~ name of Principal (Contractor).
Corre ct name of Surety,
State of incorporation of Surety
t e lephone number of surety must be stated, tn addition, an original copy of
Power of Attorney sttan be attadied to Bond by the Attomey.:in-F:act.
'f'headaie of.bond shall not oo pr.io~ to date of Contract
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OFT ARRANT
, JUL 1 9 201
On this day of , 2011 , before me personally appeared Les V, Whitman to
me known who being by me dul y sworn, that he /she is the General Manager of
the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership
described in and which e xecuted the foregoing instrument ; that he/she signed his/her
name thereto by order of the Board of Governors of said Limited Partnership .
T NICOLE KARAALI
MY COMMISSION EXPIRES
June 15, 2014
Notary Publid </1.i eJ..L //iO//at/-J..;.
(Notary Seal)
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
rJUL 1 9 2011
On this day of , 2011 , before me appeared Nina E. Werstein to be
known, who being by me duly sworn, did say that she is the aforesaid Attorney-in-Fact
of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation ; that the
seal affixed to the fore going 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 office acknowledged said
instrument to be the free act and deed of said corpora?~' ,, • '\ ~~~~'
Notary Public ........ ~___,...~AAJfL!!d_~~--~ ............ ~----
(Notary Seal)
4446451
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.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU, WISCONSIN
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS
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 DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON,
BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L. RAEDEKE, DENISE WISHCOP,
TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, 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
SEVENTY FIVE MILLION AND 00/100************* DOLLARS ($ 75,000,000.00************************** ) 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 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.
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
::,:.
ctl
"C
Ill
Ill
Cl)
C ·;;
:::,
..0
> C
ctl
C _o
mt-
CJ en
>,W Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 10th day of March
2011 , ! E
COMMONWEALTH OF PENNSYLVANIA
COUNTY OF MONTGOMERY
ss
LIBERTY MUTUAL FIRE INSURANCE COMPANY
By C4 p./_ .cu-~
Garnet W. Elliott , Assistant Secretary
On this _-1.Qlb_ day of March 2011 , 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.
CERTIFICATE
COMMONWEALTH OF PE NNSYLVANIA
Notar"'! Seal
Teresa Pa!::i1e!la, N:..ta,y Public
Plymouth Twp., Montgome,:y Cocnty
~ _ P,,Ay Cornmiss 1o!l Ex:pires Marr.J· 26, 2013
1',..~"J~~"'(', fj Member,Ponns)'Yon,aAss:,c«1oonot"""1....,
By~~ I Teresa Pastella , Notary Public
(I.I)'; w
I, the undersigned , an Assis
4
~ary 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 affixed the corporate seal of the said company, this ______ day of
OUt 2
·
1 ·1 ~
l iiq\l
\~'__)~1 ~~ By~ .
']dM . Carey, Assistant Secretary
... Q.
00 :i:: (') <( ••
-oq'
o"C ._ C
Cl) ctl
;:: E
~ctl
00 ·-0 .c .. -o,
-c 0 Cl)
~Cl) :a.!
::CD
ctl ..0
>o
Cl) oq' .c C\I -a:,
E' -~~ -a:, c, oo
CJ ....
0 <9 F..-
Bond No. 190-024-763
MAINTENANCE BOND
TH:E 'STA TE: OF TEXAS . §
§
CQUNTYOF TARRANT §
KNOWAL~ BY THESE PRESENTS:
Ttiat S.J~ LOUIS CONSTRUCTION of TEXAS LTOJ ("Contrador')i as .ptincipat,
and, Liberty Mutual Fire Insurance. Company ... a corporation organized undet the Jaws
of-th¢ State-·ot ··· Wisconsin f'Surety'.'); .do ,he:reoy a¢kn.<)WJedge themsetves ,to be l:leld ain:i •bou.hd lo
pay unto the -city at tor± Worth; a MubiGipc1t Cor.pgration chartered bt vrrtue of Constituti6il . and 1~s
of the stata of Texas i ("¢ify")Jh rarrant Coubty1 Texas, the som<of ONi=: MILLION FOUR •HONDRED
EtGHTY THOUSAND DOLLARS THREE HUNDRED FORTY NINE DOLLARS :AND F1VE CENTS
(!1,480;349.00l, la'h'ftil rrion~y-9f the ·United:States, for payment:ofwhich sum~ wetfan~ tr;uW .b& made
unto said City ariQ ns $1.iccess:p~. said 9>ntractot and sun~ty do bereby . bihd ttiernsetves,<tt)~ir heirs,
e:icecutors, admi11lstrators, ;~SSiQt1s and successors ! jointly and ser11eri:illy.
Thi .s otiligationJs ,conditiol'\e<i, however, ·that:
'.NHEREA~. saiQ Cqnv.act9r has this day; entered -info-a-written Cqntract wttn ~.Citt of Fort
Wo(fh, dated toe __ qf fJUl 1 9 2_~11 ,.20~ :a ce>py of which is .,hereto ~ached and made a
.. ·····' -· --·· . : . . .. . ·-. -. . ...
p~rf.hereOf; for the petfo,mance of the following described public itnpr:QV$ments ;
CuJtl,JraJ Qistti~t1 WiU Rogers Water and ~nit~ry ~w~r 1111prt)Vem!:!hts, Part 2,.. Klm~lt.Art
Mut;EtumE:xpapsion ·
· the $i'.itne being ·re~rted to herein and in said CQntraq as tl1e W()rk: and being designated a.s project
-nul}lber(s} SEWERP27>707170146887 and WaterP265-607170146887 · and said contract;. ihciuding
all of th_~ specifications, conditions. ~dendt3, C".flc3flgi:: o.rd~ W1~ Written instruments referred to therein
as contract Documents being incorporated herein ai')d t:>eiog ~ade a part hereof; and,
WHEREAS; in saki Contract, Contractor binds itself to use such materie2ls ar:id:to so construct . . . . ... , .. . . . . . . ..... . .. -..
-ttie work that it witkremain 1n good ~ir ;81'.lci condifi.qn for and during ·a period of after the q~e of th¢
final-acceptance of tti,e wo~ ~Y the City; and
WHEREAS; ~id: Contractor binds itself to · :maintain said' work in goo~· repair· and
:eonctitlon for saiciterrn .ofTwo C2lyears~ alid
WHER(=AS, said : Goh~~rbinds itse~ to repair oneconsfniGt fh~ Work ih '·Ylh(?le brio
~ atany time witt;Jiil .~id Pe.riod, if irithe opinfon of the Directotof the City Of Fort.Wt>$
~.of E:ngineeririg, ifben~ssary;-and,
VVHEREAS, said Contrcici:or binds itsetf, upon receiV,ing n o tice· of the need therefore to:
1~ or reconstrucl sakf Wqrk as herein provided.
NOW THEREFORE, if said Contractot shall keep and perform its sa\d agreement to
,maintain; repair or recon$b"Uct· said Work m accordance with all the terms 'and conditions of-sa~d
.Coo~ these presents· shat! be mill and void; and have no force or effect. otherwise, this
Bond shall be and r-emairi" in fuff foo;e and effect; and · ttre-City shall nave and recover from
Contractor and Surety damag es in the premises as prescribed by said Contract
This obligation shall be a continuing one and successive ·recoveriesmay be had hereon
for successfve .breaches untirthe rulfamounfhereoflS exhausted.
tWWFTNESS ·WHEREOF, this-instmmentrs executed in _s~ix __ counterparts-, each of
Whichshafl .bedeeinedan.ortginai, ttii$_: -. day of fJUL .19 2011 . .. ;A.D, 20_1_1 __
ATTEST :
(SEAL}
.~ct7~
Michael D . Osmus
AITEST:
"(SEAL)
~ ·~ta~
S .J . ~OUIS CONSTRUCTION OF TEXAS LTD .
Conlfactor
//h :///J~-By ;_~-......... ~---~~L-L-~---~=-"'"--'-'6"'""--"------
Name: Les V. Whitman -------------
Title: General Manager
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Surety·
By_:____ _d......._.~--______,1 ~~ ~-*---"-~
Nam~:_. _N_in_a_E_._W_e_rs_te_in _______ _
Tftl e: Attorney-in-Fact
450 Plymouth Road , Suite 400
Plymouth Meeting , PA 19462-1644
Address
LIMITED PARTNERSHIP ACKNOWLEDGMENT
STATE OF TEXAS
COUNTY OFT ARRANT
On this rJUlda % 011 , 2011 , before me personally appeared Les V . Whitman to
me known who being by me duly sworn, that he/she is the General Manager of
the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership
described in and which ex ecuted the foregoing instrument ; that he/she signed his/her
name thereto by order of the Board of Governors of said Limited Partnership .
T. NICOLE KARAALI
MY COMMISSION EXPIRES
June 15, 2014
Notary Publdi/.J ~tl.JJ t',Q!la[JJJ
(Notary Seal)
ACKNOWLEDGMENT OF CORPORA TE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
fJU 1 9 2011
On this a y of , 2011 , before me appeared Nina E. Werstein to be
known, who being by me duly sworn , did say that she is the aforesaid Attorney-in-Fact
of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation ; that the
seal affix ed 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 office acknowledged said
instrument to be the free act and deed of said corporiYJ
Notary Public ~
"'"""'"IM,Nw~ra (Notary Seal)
~ ~:~~,. TERESA HAMMERS I Ji:_,°-';\'f},i1fr NOTARY PUBLIC-MINNESOTA t \; ; ;~. -::/~-My Commission Expires Jan. 31, 2015
q-. ..:...:.!l!il. • •
4446449
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.
LIBERTY MUTUAL FIRE INSURANCE COMPANY
WAUSAU, WISCONSIN
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS
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 DENNIS LOOTS, LAURIE PFLUG , JILL SWANSON,
BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L. RAEDEKE, DENISE WISHCOP,
TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, 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
SEVENTY FIVE MILLION AND 00/100************* DOLLARS ($ 75,000,000.00************************** ) 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 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.
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 officia l of the Company and the corporate seal of
>, co
'C
Ill
Ill
Cl)
C:
'in :::, ..c
>-c: co
C: _o ah-u (f)
>,LU Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 10th day of March
2011 , :g E
COMMONWEALTH OF PENNSYLVANIA
COUNTY OF MONTGOMERY
ss
LIBERTY MUTUAL FIRE INSURANCE COMPANY
By~4N-.ca'~
Garnet W. Elliott , Assistant Secretary
On this_-1.Qth_ day of March 2011 , 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 .
Notariai Seal ~ \ // ..J-.1 /
COMMONWEALTH OF PENNSYLVANIA d
1 Pl;~:: f;~:01~~~;~~1~~:nty By -lk'1k4-I~~~~-~~"""'--'"-'-~'----------
~. S°: My Cornmlss•oo Exoi,es MarrJ· 28, 2013 / Teresa Pastella , Notary Public
CERTIFICATE '!:fj;;--~-J'I>,~ ~ MEfl1ber,Pennsy,,an,aA.soeatooo!N<m,...
I, the undersigned, an Assis
4 ~~ 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 affixed the corporate seal of the said company, this ______ day of
fJLJ I , 20.l 1 ; _,,;.;;-,;;;~
l C ~~ ~~ { e I uu::.rrn ,,nnft ' I \~· "/ ~~v .,~4
']dM . Carey, Assistant Secretary
... Q.
00 =(') <C .• -"" 0,:,
... C:
Cl) co
;: E ~ co
1110 ·-0 .c .. -a,
-C: 0 Cl)
~Cl) =s.!
::Cl> co .Q
>o
Cl) ,;t .c C\I -co
E' -~~ -ao C: I oo u...-co
~.,!.
Bond No. 190-024-763
PAYMENTBOND.
THESTATE OFTEXAS
COUNTY OF TARRANT
§
§
§
KNQWALLBY THESE:: PRESENT$:
That:we, 01 S.J~ Louis Construction of Texas; LTD. fui ,.Prmci:pal h~in/and{7):_ .. __
. . . ' , . ·~. . .
Liberty Mutual Fire lnsuranCE'l Company
e:x;isting u.tjderthe faws of the Stateof(3} . WisGonsin
a . corporation; 9rgatlized and
-.·. ¥ surety, are held and fi:nnly
houqd unto the City of Fort Worth, a murt1cipal corporation located iµ 'J;11ITant ~& Denton
Counties, Texas; Obligee herein, in ·'the ~amount of ONE MIU.JON FOUR HUNDRED · EIGHTY
THOUSAND DOLLARS THREE: HUNDRED FORTY MNE DOLLARS ANO l=IVE CENTS
($1 ;480.349.05) -· for the · payment whereof: tlJ.e ~sajd ~cipal ai;i.~ Surety, bind thems~lves · anil
their" heirs, executors; lirlitii.nistratots, sucressors and $SI~ j6indy arid seyerally, fi:ilrity 'by
thes~ t:ni*i:lts:
WHEREAS the Principal · as eredirito acerfa.ihwritten contractWiththe ·-. -.·. . ' . 1Ji L . . 2011 .. · ... ·. . ... ·-...
ObtigeeJi~ tlle_ .. _ .. ~--day of _ 201 which contract fa hereby
referred t:9 ~d-made a, part.hereof as ff fu.Hy ari~ to t9e ·~arpe ~ent-as:if copied at len~h,
for the fullowfu$: project:
Cultural District/Willllo~erswatet ~nd ~:mi~aey Sewer Intprovements~ Part 2-
KimhelfAn l\1us~µm 'Ewansion.
NOW. THEREFORE; .Tl:IE CONDITJ9N :O:F nu,~ OBLIQATION1S SUCH; that if the _
'said Principal shajf'cfaithfully make payment to each and every c;laimcµit (as denn&rin Chapter
i~3~ Texas Government ,CQ{ie.;_as amended) supplyin,gt1bor or.materials in .the.prosecution ~.of.
~· work ;uµder the ·contract; then this .obligation ·sball beNoid}-0t4erwise, ttj r¢main in :tbU force · ·
~effect .
J?R<JVIDED, ·HOWE~ that <tliis bori4. is e~~ute4 _pllT$uant to .Chapter· .225$ Qt 1he
Government ~, .. ~ amended, and a1i liahiilties on this bond :sliall be detern:ilil.ed in
~lancewith. the provisions of said · stiitqte, to the .same extent ~ 'if it wen~ GOpied , at · ter1gt;h
IN WITNESS WHEJIBOF; the d,ti~y authorized representatives ofthe P.riridpa(arid ~e
~ have executed this instrument .
rJUL 1 9 2011
SIGNED and SEALED this ~--~Y of _______ ~---20~.
S.J . LOUIS CONSTRUCTION OF TEXAS LTD .
PRINCIPAL
ATTEST:
(~~ CIP . . ..
By: ~f'/~
Name: Les V. Whitman
TrtJe: General Manager Michael D . Osmus
(SEAL} Address: P.O . Box 834
520 South 6th Avenue
Mansfie ld , TX 76063
LIBERTY MUTUAL FIRE INSURANCE COMPANY
if/it:#~
V · .. ~ .· .efa:ry
:RCTYA~ ~ _JL
Name: Nina E. Werstein
AttQmey in Fact
{SEAL)
NOTE: (1)
{2)
(3)
Address: 450 Plymouth Road , Suite 400
Plymouth Meeting , PA 19462-1 644
Telephone Nu~r: 763-302-7159
Correct name of Principal (Coiitractof).
Correct name of Surety.
State of incorporation of. Surety
Telephone number of surety mustbe stated .. In additign, ah original copy of
Power of Attorney shall t;>e attached to Bond by the Attorney-in-Fact
The date of bond snaH not be prior lo -date otContract.
LIMITED PARTNERSHIP ACKNOWLEDGMENT
ST A TE OF TEXAS
COUNTY OF TARRANT
IJ L 1 9 2011 On this ay of , 2011 , before me personall y appeared Les V. Whitman to
me known who being by me duly sworn, that he/she is the General Manager of
the S.J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership
described in and which executed the foregoing instrument ; that he/she signed his/her
name thereto b y order of the Board of Governors of said Limited Partnership.
Notary Publie'-/'f/J(!fip_ /~Q(UJJlJ_;
T. NICOLE KARAALI
MY COMMISSION EXPIRES
June 15, 20 14
(Notary Seal)
ACKNOWLEDGMENT OF CORPORATE SURETY
STATE OF MINNESOTA
COUNTY OF HENNEPIN
On this rJJJ~ ,f 9 20!1 , 2011 , before me appeared Nina E. Werstein to be
known, who being by me duly sworn, did say that she is the aforesaid Attorney-in-Fact
of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the
seal affi x ed 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 office acknowledged said
instrument to be the free act and deed of said corporatio .
~ Iii
C Q) --,!
l C
-ca .... ca
Q) :I ... en
'> Q)
) .:! ca >
:; iii _:::,
-"C : 'iii
II Q) _ ...
Q) 0
>! : ca -... .... en II) ca G> ~ ... .. Q) -....
di
' >, : (.)
~~ II~~
4446450
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 hereinafter set forth , does hereby name. constitute and appoint DENNIS LOOTS, LAURIE PFLUG, JILL SWANSON,
BARBARA KELLAR, JERRY OUIMET, NINA E. WERSTEIN, JENNIFER MILLER, BRIAN D. CARPENTER, BARBARA L. RAEDEKE, DENISE WISHCOP,
TERESA HAMMERS, NICOLE TAMBLE, ALL OF THE CITY OF MINNEAPOLIS, 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
SEVENTY FIVE MILLION AND 00/100************* DOLLARS ($ 75,000,000.00************************** ) 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 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.
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
::,:.. ca
"C
II)
II)
Q)
C
"iii
:I .c
>,
C ca
C _o
iii 1-
(.) Cl)
>,W Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10th day of March
2011 . ~ E
COMMONWEALTH OF PENNSYLVANIA
COUNTY OF MONTGOMERY
ss
LIBERTY MUTUAL FIRE INSURANCE COMPANY
By ~--4: tf./-,Ca~
Garnet W. Elliott , Assistant Secretary
On this _-1.Qth_ day of March 2011 , 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 .
first above written .
CERTIFICATE
COMMONWEALTH OF PENNSYLVANIA
NoUlf',al seat
Teresa Pffio1et!a , Nt.'1.aty Pub!ic
Plymouth Twp ., Moolgomery County
~. My Commiss•nn Expires Maret· 28, 2013
1,,..~«.Jt>':~"t fj Mernt:«, r,,,,,,.,.,..n,aA..soo;aLonofNotarle•
By~ U;/k
I Teresa Pastella , Notary Public
-..:.~ ~
I, the undersigned , an Assis .q ;e~ 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 affixed the corporate seal of the said company, this ______ day of
0 1 fl!..~~ {. 1;P1, ~~'_)~
.,, ... si•
By~ idM . Carey, Assistant Secretary
... C.
00 :=M <( ••
-oq"
0-c ._ C
a, ca
~E
CL ca
11)0
·-0 .s::. •• .... a,
-c 0 Q)
~Q) :a! = Q) ca .c
>o
Q) oq"
.CC'II .... a:,
E'
.!::~ -= c, oo
(.),..
<O ~~
CITY OF FORT WORTH, TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT
This Contract made and entered into this the jJ! day of July , 2011 , by and between the
City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton , Parker, and
Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner''}, and
Steve Dake Construction, Inc., d/b/a Dake Construction , ("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 :
1.
That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, and under the conditions expressed in the bond bearing
even date herewith, the said Contractor hereby agrees with the said Owner to commence and
complete the construction of certa in improvements described as follows :
FOR: Southside Pump Station Replacement Project
That the work herein contemplated shall consist of the Contractor furnishing as an
independent contractor all labor, tools, appliances and materials, necessary for the construction
and completion of said project in accordance with the Plans and Specifications and Contract
Documents prepared by or on behalf of the City of Fort Worth for the Water Department of the
City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and
Specifications and Contract Documents are hereto attached and made a part of this Contract the
same as if written herein .
3 .
The Contractor hereby agrees and binds itself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Water Department of the City of
Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Water Department of the City of Fort Worth and City Council of the City of Fort
Worth within a period of 270 Calendar days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated , plus any additional time allowed as provided in
the General Conditions, there shall be deducted from any monies due or which may thereafter
6/17/09 C-1
become due him , the sum of $315.00 per working day, not as a penalty but as liquidated
damages, the Contractor and its 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 manner as it may deem
proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or
prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its
Surety shall pay Owner 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 the Owner, Owner's Engineer and
Arch itect, and their personnel at the project site for Contractor's sole negligence. In addition ,
Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense ,
the Owner, its officers , servants and employees , from and against any and all claims or suits for
property loss, property damage , personal injury , including death, arising out of, or alleged to arise
out of, the work and services to be performed hereunder by Contractor, its officers , agents ,
employees , subcontractors , licensees or invitees , whether or not any such injury, damage or
death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its
officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and
hold harmless the Owner from and against any and all injuries to Owner's officers , servants and
employees and any damage , loss or destruction to property of the Owner arising from the
performance of any of the terms and conditions of this Contract, whether or not any such injury
or damage is caused in whole or in part by the negligence or alleged negligence of Owner,
its officers, servants or employees .
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier
that the claim has been referred to the insurance carrier.
The Director may, if 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 of Fort Worth contract.
6/17/09 C-2
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. The form of the bond shall be as herein
provided and the surety must first be acceptable to the City of Fort Worth . All bonds furnished
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 from the
date the work has been completed and accepted by the Owner.
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.
The Owner agrees and binds itself to pay , and the 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 NIA , shall
be Seven hundred and seventy six thousand three hundred and five Dollars , ($776,350 .00).
9 .
It is further agreed that the performance of this Contract, whether in whole or in part, shall
not be sublet or assigned to anyone else by said Contractor without the written consent of the
Owner. Any request for any sublease or assignment shall be made in writing and submitted to
the Director of the Water Department.
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 Contract 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.
6/17/09 C-3
-~ ·. -..
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 Four counterparts with its corporate seal
attached.
Done in Fort Worth , Texas , this the __ _
-. -.. -....
BY: 7<. J'c-c:01: l-EW 1 [
v, <. ~ -n E:c:J roe:"''}"
TITLE
?111 ~lu~ f€~JZ er
/;fRL. /Nfrn;}..J , t]",< 7(po I(,
ADDRESS '
6/17 /09
/'/ day of :::Tv'-y , AD ., 2o _JJ
CITY OF FORT WORTH
ATTEST:
C-4
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
�
08 — Appendices
�
�
�
�
�
�
�
..
�
�
�.
�
�
�
�
..
�.
CITY OF FORT WORTH
CONSTRUCTION SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDEX
Project: Harley Street Relocation
DOE No: 5380
Fund Code : 03
HOLE# 1 LAB NO:
LOCATION: 20'S. of Camp Bowie & Van Cliburn Way w/4
4.50" HMAC
8.00" Sandy brown clay, w/gravel
3.50" Brown Clay
HOLE# 2 LAB NO:
LOCATION: 220'S. of Camp Bowie & Van Cliburn Way C/4
4.25" HMAC
8 .00" Sandy brown clay, w/gravel
3.75" Brown Clay
HOLE# 3 LAB NO:
LOCATION: 420'S. of Camp Bowie & Van Cliburn Way e/4
4.00" HMAC
8.00" Sandy brown Clay, w/gravel
4.00" Brown Clay
HOLE# 4 LAB NO:
LOCATION: 620'S. of Camp Bowie & Van Cliburn Way w/4
7.25" Concrete
7.00" Sandy Brown Clay
1.75" Brown Clay
HOLE# 1 LAB NO:
LOCATION: 20 'N. of Will Rogers Rd. & Lancaster Ave.
5.50" Concrete
10 .50" Brown Clay
HOLE# 2
LOCATION: 220'N. of
7.00" Concrete
9.00" Brown Clay
HOLE# 3
LOCATION: 420'N. of
5 .50" HMAC
10 .50" Brown Clay
Approval:
Ryan Jeri
Routing :
Date Tested:
Requested by:
Tested by: Soil Lab
Will Rogers
Will Rogers
LAB NO:
Rd. & Lancaster Ave.
LAB NO:
Rd. & Lancaster Ave.
Superintendent
File
1
(Arch Adams}
e/4 (Will Rogers}
c/4
w/4
CONTRACT
Fort Worth Lawn Sprinkler Co., Inc.
SINCE 1975
5124 West Vickery Blvd., Fort Worth, Texas 76107
817-924-0148 Fax 817-923-1680
www.fwlsco .com
We hereby propose to furnish materials and install a lawn sprinkler system for :
Camp Bowie Medians at Kimbell Art Museum
System to be in accordance with the following specifications using RainBird equipment:
113 -4" pop-up spray heads
4 -Automatic valves
System to utilize a double-check backflow prevention device and a rain/freeze sensor.
Insurance coverage in effect to include liability and workman's compensation.
As-built drawing of installed system provided upon completion of the job.
Fort Worth Lawn Sprinkler Co . shall be responsible for contacting public utility locators to mark buried
lines. Owner shall be responsible for providing on-site information including property lines and location
of underground utility lines not marked by public locators. Owner to provide water and electrical source
for controller.
Contractor to supply two 4-inch sleeves under tum-arounds between medians.
Install new zones to cover medians destroyed by installation of new water main:
Terms: Full payment due upon completion of job. Cash or check only .
Accepted:
Purchaser:
February 15, 2011
Alan Garcia, Vice President
$7,444
09 -Addenda