HomeMy WebLinkAboutContract 39328PROJECT MANUAL
SPECIFICATIONS
and
CONTRACT DOCUMENTS
for
I CITY SECRETARY V
D.0.E. FILE
CONTRACTOR'S BONDING CO.
CONSTRUCT!ON'S COPY
2004 CIP Project Robin-Denver Storm Drain
CITY PROJECT NO. 00086
T/PW PROJECT NO. C200 541200 20228000086
SEWER PROJECT NO. P258 541200 7021700086
WATER PROJECT NO. P253 541200 6021700086
DOE No. 4895
WATER FILE NO. X-19460
in
THE CITY OF FORT WORTH, TEXAS
S. FRANK CRUMB, P.E. WILLIAM A. VERKEST, P.E.
DIRECTOR OF WATER DEPARTMENT DIRECTOR OF PUBLIC WORKS
PREPARED BY:
Halff Associates, Inc.
Engineers • Scientists • Surveyors
4000 Fossil Creek Boulevard
Fort Worth , Texas 76137
January 2009
AVO 23080
-1 .• I .
r OFFICI L RECO
I Y EC ET.
M&C Review Page 1 of ~
Official site of the City of Fort Worth, Texas
CITY COUNCI L AGENDA
COUNCIL ACTION: Approved on 7/28/2009 -Ord. No. 18734-07-2009
DATE: 7/28/2009 REFERENCE C-23692
NO.: LOG NAME: 20ROBINDENVERSTORMDRAIN
CODE: C TYPE: NON -PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize a Contract in the Amount of $1 ,707,448 .00 with Laughley Bridge and
Construction , Inc ., for Storm Drainage Improvements and Water and Sanitary Sewer
Replacement for the Project Designated as Robin-Denver Storm Drain Reconstruction and
Adopt Appropr iation Ordinance
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the transfer of $504 ,991 .00 from the Water and Sewer Operating Fund to the Water
Capital Projects Fund in the amount of $205 ,616 .00 and Sewer Capital Projects Fund in the amount
of $299 ,375 .00 ;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water Capital Projects Fund in the amount of $205 ,616 .00 and the Sewer Capital Projects Fund in the
amount of $299 ,375 .00 from available funds ; and
3. Authorize the City Manager to execute a contract with Laughley Bridge and Construction , Inc., in the
amount of $1 ,707 ,448 .00 for storm drainage improvements and water and sanitary sewer replacement
for Robin-Denver Storm Drain Reconstruction .
DISCUSSION:
On March 8, 2005 , (M&C C-20557) the City Council authorized the City Manager to execute an
Engineering Agreement with Halff Associates , Inc ., for storm drainage improvements and water and
sanitary sewer replacement for Robin-Denver Storm Drain Reconstruction (DOE -4895).
The 2004 Capital Improvement Program (CIP) includes funds for storm drainage improvements for the
project mentioned above . The scope of the storm drainage improvements includes the construction of
new storm drain pipe , storm drain inlets, storm drain manholes, box conduits , curb and gutter, driveway
approaches and sidewalks . The conduit sizes included in the project range from 21 inch diameter pipes
to six foot by eight foot boxes .
On October 16 , 2007 , (Ordinance No . 17840-10-2007) City Council authorized the issuance and sale
of $25,000 ,000 .00 in Storm Water (Drainage) Revenue Bonds , Series 2007 , to fund a two year Storm
Water Capital project program . In addition to the funding available in the 2004 CIP for Storm Drainage
Improvements (C200), $467 ,007.00 from the Storm Water Revenue Bonds , Series 2007 will be
required to complete the project.
Additionally , the Water Department has determined that severely deteriorated water and sanitary sewer
lines impacted by the storm drainage construction should be replaced as part of the project.
The project was advertised on January 22 , 2009, and January 29 , 2009 . On March 26 , 2009 , the
following bids were received :
http ://app s.cfwnet.org/co unc il _packet/m e _rev iew.as p ?I D= 11861 &counc ildate=7 /2 8/2009
FORT WORTH
·~
10/9/2009
M&C R eview
BIDDERS
Laughley Bridge and Construction, Inc .
Pipeworks Construction, LLC
AMOUNT
$1,707,448 .00
$1 ,739,621 .00
$1 ,935,704 .00
$1 ,994 ,965 .00
$2 ,013 ,949.50
$2 ,059 ,067 .30
$2 ,067 ,933 .50
$2 ,104 ,301.85
$2 ,324 ,636.00
$2 ,771 ,923.00
$2,955 ,589 .00
$3 ,753,086 .00
RKM
Conatser Construction TX, LP
Circle 'C' Construction
BurnsCo Construction , Inc .
Tri-Tech Construction
AUi Contractors , Inc.
North Texas Contracting , Inc .
Jackson Construction , Ltd .
ARK
Utility Contractors of America, Ltd .
Time of Completion : 150 -Working Days.
Funding in the amount of $52 ,431 .00 is included for associated water and sewer construction survey,
project management , pre-construction , material testing , inspection and project close out (water
$22 ,050 .00 and sewer $30 ,381 .00). The contingency funds to cover change orders total $21 ,552 .00
(water $8 ,742 .00 and sewer $12 ,810.00).
Funding i n the amount of $168 ,979 .00 is required for associated drainage construction survey , project
management , pre-construction , material testing, inspection and project close out. Contingency for
storm dra inage reconstruction is $38 ,294 .00.
Laughley Bridge and Construction , Inc ., is in compliance with the City's M/WBE Ordinance by
comm itting to 23 percent M/WBE participation . The City's goal on th is project is 23 percent.
This project is located in COUNCIL DISTRICT 2, Mapsco 62J , 62K , 62N and 62P .
FISCAL INFORMATION/CERTIFICATION:
The Financ ial Management Services Director certifies that upon approval of the above
recommendations and adoption of the attached appropriation ordinance , funds will be available in the
current capital budgets , as appropriated, of the Water Capital Projects Fund , the Sewer Capital
Projects Fund , the Storm Water Capital Projects 2007 Revenue Bond Fund and the Street
Improvements Fund .
TO Fund/Account/Centers
1&2 )
P253 476045 6021700086ZZ
2 P253 53 1350 602170008619
2 P253 531350 602170008652
2 P253 531350 602170008660
2)P253 53 1350 602170008680
2)P253 531350 602170008682
2 P253 541200 602170008683
2 P253 531200 602170008684
2 P253 53 1350 602170008684
2 P253 531350 602170008685
2 P253 531350 602170008691
$205 ,616 .00
$319 .00
$3 ,4 97 .00
$1,885 .00
$263 .00
$175 .00
$183 ,566 .00
$3,497 .00
$1,749 .00
$10 ,490 .00
$175 .00
FROM Fund/Account/Centers
1) PE45 538040 0609020 $205 ,616 .00
1) PE45 538040 0709020 $299 ,375 .00
3 P253 541200 602170008683 $174 ,824 .00
3 P258 541200 702170008683 $256 ,184 .00
3) P229 541200 202280008683 $467 ,007 .00
3) C200 541200 202280008683 $809 ,4 33 .00
htt p ://app s.cfwnet.org/counci l _packet/mc _rev iew.a sp ?I D= 11861 &counc ild ate=7 /2 8/2 009
Page 2 o f:
10/9/2009
M&C Review
2}P258 531350 702170008619 $450 .00
2}P258 531350 702170008652 $5,124 .00
2 P258 531350 702170008660 $850 .00
2}P258 531350 702170008680 $385 .00
2 P258 531350 702170008682 $257.00
2}P258 541200 702170008683 $268,994 .00
2 P258 531200 702170008684 $5,124 .00
2}P258 531350 702170008684 $2,562.00
2}P258 531350 702170008685 $15,372.00
2} P258 531350 702170008691 ~257.00
1&2} $299 ,375.00 P258 476045 7021700086ZZ
----------
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
20R0BINDENVERSTORMDRAIN .doc
20ROB1NDENVERSTORMDRAIN .gdf
Fernando Costa (8476)
William Verkest (7801)
Joseph Bergeron (2384)
http://apps.cfwnet.org/council _packet/mc _review .asp?ID= 11861 &councildate=7 /28/2009
Page 3 of :
10/9/2009
CITY OF FORT WORIB
DEPARTMENT OF ENGINEERING
ENGINEERING SERVICES DMSION
ADDENDUM NO. I
2004 ClP -ROBIN-DENVER STORM DRAIN RECONSTRUCTION
CITY PROJECT NO. 00086
T/PW PROJECT NO. C200 541200 20228000086
SEWER PROJECT NO. P258 541200 7021700086
WATER PROJECT NO. P253 541200 6021700086
OOEN0.4895
WATER.Fll,E NO. X-19460
ADDENDUM RELEASE DATE: Felxuary 2 , 2009
BIDS RECEIVED DATE: February 19, 2009
INFORMATION TO BIDDERS:
The Plans, Specifications, and Contract Documents for the above-mentioned project are revised and
amended as follows: ·
Specifications and Contract Documents:
Comprehensive Notice to Bidders:
A Pre-bid conference will be held at J 1:00 AM Tuesday February 10, 2009 in Room 270 of City
Hall
PartD:
· Project sign attached Disregard Figure 30, Part D, as contained in Specificatiom and Contract
Documents.
Please acknowledge receipt of the Addendum in the following locations:
1. In the space provided below
2 . In the Proposal. signature page
3. Indicate in upper <:aSC letters on the outside of the sealed bid envelope:
RECEIVED & ACKNOWLEDGED ADDENDUM NO. l
Failuro to acknowledge the receipt of Addeadum No. J could cause the subject bidder to be considered
''NON-RESPONSIVE". resulting in disqualification.
RECEIPT ACKNOWLEDGED: A. DOUGLAS RADEMAKER, P .E.
By:~~~;
·-V~'"""0ena--'-J-ohn_so_n,-"--Program....aall.---Man-ager
-. ' -..
4' -0"
FONTS:
PROJECT DESIGNATION SIGN
1-----------4' -0" ----------!
PMS-167 ==r 3"
3" r= Project Title 1 1 ..
3 "C 2ND LINE t
IF NECESSARY_/ --r 3 ,,
1f'~,---Contractor: --=± 1,,
2r·rcontractor's Name 1 2
1 f'~ Scheduled Completion Date
1 ~,, I Year
1 ,,
2
5,,
1 "
FORT WORTH LOGO = CHEL T INGHAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS:
FORT WORTH -PMS 288
LONGHORN LOGO -PMS 167
LETTERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH-CONSTRUCTION STANDARD
DRAWNG NO. DATE: 9-20-02
CITY OF FORT WORTH
DEPARTMENT OF ENGINEERJNG
ENGINEERING SERVICES DIVISION
ADDENDUM NO. 2
2004 CIP -ROBIN-DENVER STORM DRAIN RECONSTRUCTION
CITY PROJECT NO . 00086
T/PW PROJECT NO. C200 541200 20228000086
SE WER PROJECT NO. P258 541200 7021700086
WATER PROJECT NO. P253 54 12006021700086
DOEN0.4895
WATER FILE NO. X-19460
ADDENDUM RELEASE DA TE: February 13 , 2009
BIDS RECEIVED DA TE: February 26, 2009 ***NOTE CHANGE OF BID OPENING DATE ***
INFORMATION TO BIDDERS:
BID OPENING DATE FOR THIS PROJECT HAS BEEN CHANGED FROM FEBRUARY 19 , 2009
TO FEBRUARY 26, 2009
Please acknowledge receipt of the Addendum in the following locations:
I. In the space provided below
2 . In the Proposal, signature page
3. Indicate in upper case letters on the outside of the sealed bid envelope:
RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2
Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered
"NON-RESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED: A. DOUGLAS RADEMAKER, P.E.
By~~~-.
DenaJohnson, Program Manager
CITY OF FORT WORTH
DEPARTMENT OF ENGINEERING
ENGINEERING SERVICES DIVISION
ADDENDUM NO. 3
2004 CIP -ROBIN-DENVER STORM DRAIN RECONSTRUCTION
CITY PROJECT NO. 00086
T/PW PROJECT NO. C200 541200 20228000086
SEWER PROJECT NO. P258 541200 7021700086
WATER PROJECT NO. P253 541200 6021700086
DOE NO. 4895 WATER FILE NO. X-19460
ADDENDUM RELEASE DA TE: February 23 , 2009
BIDS RECEIVED DATE: February 26, 2009
INFORMATION TO BIDDERS:
The Plans, Specifications, and Contract Documents for the above-mentioned project are revised and
amended as follows:
Specifications and Contract Documents:
ADDITION TO CONTRACT DOCUMENTS:
• Five (5) Traffic Control Sheets (Plan "F-1", M "F-3", Plan "P-1", Plan "221" and "General
Notes") are attached and should be considered part of the Specifications and Contract
Documents
• One (1) Pavement Repair Layout Sheet is attached and should be considered part of the
Specifications and Contract Documents
• Part DA-28 , DA-29, and DA-33 are attached and should be considered part of the
Specifications and Contract Documents
REMOVE/REPLACE:
• Special Conditions pages SP-22 through SP-30 are attached and should replace sheets SP-
22 through SP-29 as contained in the original Specifications and Contract Documents .
• A new proposal 4 .1 -Bid Proposal Cover and Signature Sheets and 4.2 -Bid Proposal(s)
are attached and should replace the original items 4 .1 and 4 .2 in their entirety
• ***NOTE -CONTRACT DAYS CHANGED FROM 90 TO 150 WORKING
DAYS***
Please acknowledge receipt of the Addendum in the following locations:
I. In the space provided below
2. In the Proposal, signature page
3. Indicate in upper case letters on the outside of the sealed bid envelope:
RECEIVED & ACKNOWLEDGED ADDENDUM NO. 3
Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered
"NON-RESPONSIVE'', resulting in disqualification .
RECEIPT ACKNOWLEDGED : A. DOUGLAS RADEMAKER, P.E.
CITY OF FORT WORTII
DEPARTMENT OF ENGINEERING
ENGINEERING SERVICES DMSION
ADDENDUM NO. 4
2004 CIP-ROBIN-DENVER STORM DRAIN RECONSTRUCTION
CITY PROJECT NO. 00086
T/PW PROJECT NO. C200 541200 20228000086
SEWER PROJECT NO. P258 541200 7021700086
WATER PROJECT NO. P253 5412006021700086
DOE N0.4895 WATER FILE NO. X-19460
ADDENDUM RELEASE DA TE: February 24, 2009
BIDS RECENED DA TE: March S, 2009 ***NOTE NEW BIDS RECEIVED DATE***
INFORMATION TO BIDDERS:
The Contract Documents for the abovr>-mentioned project are revised and amended as follows:
Specifications and Contract Documents:
CLARIFICATION:
• 2" HMAC overlay associated with permanent trench repair in areas to be milled and
overlaid shall be applied during Mill and Overlay operation. 2,, HMAC quantity will be
paid for one time only, and should be bid EITHER with the permanent trench repair OR
. whh the miJ1 and overlay but not both places.
• Mill associated with mill and overlay shall be full street mill after 2:27 concrete for
permanent trench repair is in place.
• There are two segments at which permanent trench repair will not be milled -one
associated with storm drain on Parle Street, and one associated with sanitary sewer on
Denver Street.
• For cJarification, mill quantity in proposal is changed to SY.
• For correction, quantity associated with SWPPP is changed to I LS.
REMQYF/REPLACE:
• New pages B-7 and B-8 in the Bid Proposal, Section 4.2 are attached and should replace the
sheets B-7 and B-8 in both the original specs and Addendum 3. One change on Sheet B-7
(mill quantity from LF to SY) and one change on Sheet B-8 (SWPPP quantity from 4,750
LS to 1 LS).
Please acknowledge receipt of the Addendum in the fo11owing locations:
I . In the space provided below
2. In the ProposaJ, signature page
3. Indicate in upper case letters on the outside of the sealed bid envelope:
RECEIVED & A~OWLEDGED ADDENDUM NO. 4
Failu.n, to acknowledge the receipt of Addendum No. 4 could cause the subject bidder to be c.onsidered
"NON-RESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED :
By:(~
Title: f/)8\10~
~~~r1~~1
~~t--, lt"G-,
A . DOUGLAS RADEMAKER, P .E.
By:~~ '?:ts_:;:: tot,:
a Johnson, Progiim Manager
rag~ 1 u1 .J
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 3/8/2005 -Ordinance No. 16328-03-2005
DATE: Tuesday, March 08, 2005
LOG NAME: 30CIPROBIN00086 REFERENCE NO.: *"'C-20557
SUBJECT:
Adopt Appropriation Ordinance and Authorize Execution of an · Engineering _ Agreement with Halff
Associates , Inc. for Robin-Denver Stonn Drain Reconstruction (City Project 00086)
-RECOMMENDATION:
It is recommended that the City Council:
' '
1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriation in the
Water Capital Project Fund in the amount of $13,394 .oo · and the Sewer Capital Project Fund in the amount
of $15,797.00, from available funds ; · ·
2. Authorize the City Manager to execute an engineering agreement with Halff Associates , Inc. in the
amount of $139 ,190.00 for the Robin-Denver Stonn Drain Reconstruction Project.; and
3 . Authorize the transfer of $29, 191 .00 from the Water and Sewer Operating Fund to the Water Capital
Project Fund in the amount of $13,394.00 and Sewer Capital Project Fund in the amount of $15,797 .00 ;
and ·
DISCUSSION:
The 2004 Capital Improvement Program (CIP) includes fund ing fo r the Robin-Denver Storm Drain
Reconstruction Project.
The scope of the project consists of the preparation of plans and specifications for the replacement of an
existing stonn drain system beginning from the Robin Avenue and Denver Avenue intersection, southerly
280 feet along Robin Avenue, southeasterly 450 feet, easterly 200 feet along Park Street, southerly 200
feet along Denver Avenue, northeasterly 400 feet to Gould Street and southerly 250 feet along Gould
Street. Th i s storm drain relocation is required in order to replace approximately 1,200 linear feet of water
line and 1,600 linear feet of sewer line.
Halff Associates , Inc. proposes to perform the necessary design work for a lump sum fee of $139 ,190 .00.
City staff considers this fee to be fair and reasonable for the scope of services proposed.
In _ addi ti on to the contract amount, a tota h: $19,391 .00 ($1,584.00 {water}; $1,967.oo ,' {s_ewer}; and
$15,840 .00 {streets}) is required for project management by the Engineering Department. ·
Halff Associates , Inc., is in compliance with the City's M/WBE Ordinance by committing to 20% M/WBE
participation . The City 's goal on the project is 18%.
This project is located in COUNCIL DISTRICT 2 , Mapsco 62J, N and P .
http ://www.cfwnet.org/council _packet/Reports/me _print.asp 3/9/2005
FISCAL INFORMATION/CERTIFICATION: .
The Finance Director certifies that upon approval and completion of recommendation 1 and the adoption of
the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated,
of the Water Capital Projects Fund, the Sewer Capital Projects Fund, and the Street Improvements Fund .
TO Fund/Account/Centers FROM Fund/AccounUCenters
1&2) $13,394.00 C200 531200 202280008631 $29,565.00
P253 472045 602170008600 C200 531200 202280008632 $59,130.00
1&2) $15,797.00 C200 531200 202280008633 $9,855 .00 P258 472045 702170008600
~ C200 531200 202280008651 $15,000 .00
$96.00 P253 531350 §02170008610 1)PE45 538070 0609020 $13,394.00
~ $96 .00 1}PE45 538070 0709020 $15,797.00
P253 531350 602170008620 ID. $96 .00 ~ $360.00 P253 531350 602170008610
P253 531350 602170008631 P253 531350 602170008620 $96 .00
~ $2,568 .00 ID. dJ\,if;,f/Y ~ P253 .§,31200 602170008631 $360 .00 P253 531350 602170008631
(11t · / ~ $720.00 ID. ·" ~ P253 531350 602170008632 $2,568 .00
\) (h P253 531200 602170008631 1,r---~ v./ ~ !·)_r;t') P253 531200 602170008632 $5,136.00 ID. $720.00 P253 531350 602170008632
~ $120.00 ID. P253 531350 602170008633 P253 531200 602170008632 $5 ,316.00
~ $856 .00 ID. P253 531200 602170008633 $120.00 P253 531350 602170008633
~ $3,250.00 fil P253 531200 602170008651 $856 .00 P253 531200 602170008633
~ $96 .00 fil P253 531350 602170008660 $3,250.00 P253 531200 602170008651
'~ $9ff00 ID. P253 533010 602170008681 $96 .00 P253 531350 602170008660
~ $119.00 fil P258 531350 702170008610 $96.00 P253 533010 602170008681
~ $119.00 fil P258 531350 702170008620 $119.00 P258 531350 702170008610
2)P258 531350 70210008631 $447.00 fil
~ · $119 .00
$3,174.00 P258 531350 702170008620
P258 531200 702170008631 fil ~ $895.00 P258 531350 702170008631 $447 .00
P258 531350 702170008632 fil $3,174 .00
~ $6,348 .00 P258 531200 702170008631
http://www.cfwnet.org/council_packet/Reports/mc_print.asp 3/9/2005
,.
' \
P258 531200 702170008632
~ §149.00 P258 531350 702170008633
~ $1,058 .00 P258 531200 702170008633
~ $3,250 .00 P258 531200 702170008651
~-$119.00 P258 531350 702170008660
-~ $119.00 P258 533010 702170008681
Submitted for City Manager's Office by:
Origjnating ·oepartment Head:
Additional lnfonnation Contact:
fil
P258 531350 702170008632
fil
P258 531200 702170008632
fil
P258 531350 702170008633
fil
P258 531200 702170008633
fil
P258 531200 702170008651
fil
P258 531350 702170008660 -
fil
P258 533010 702170008681
Marc Ott (6191)
A. Douglas Rademaker (6157)
A. Douglas Rademaker (6157)
http://www.cfwnet.org/council_packet/Reports/mc_print.asp . .
rage_; or J
$895.00
$6,348.00
$149.00
$1,058 .00
$3,250 .00
$119.00
$119.00
3/9/2005
N
• .,~E ·,-ir
s
PROJECT LOCATIONS
...
V>
z w
....I ::, :c
FORT WORTH
w >
<( s SYC AM ORE S0100L RD
u
0 0
" a: >-w
....I
3
0 a: u
0 a:
w > 0 a:
"' "" <(
0
...
Ill w a:
0 u.
"MAPSCO" MAP NO. 62
w z
<(
....I
>-0 z
<(
V>
303
"
AIUli\!GTON
BJl
28 7
2 -Front End Documents
2.1 -Table of Contents
2.2 -Notice to Bidders
2.3 -Comprehensive Notice to
Bidders
2.4 -Special Instructions to
Bidders (water-sewer)
2.5 -Special Instructions to
Bidders (paving-drainage)
TABLE OF CONTENTS
1 -Project Information D 1.1 -M&C pdf
D 1.2 -Title Page MS-Word
D 1.3 -Location Maps pdf
2 -Front End Documents 2.1 -Table of Contents MS-Word
D 2.2 -Notice to Bidders MS-Word
D 2.3 -Comprehensive Notice MS-Word
to Bidders
D 2.4 -Special Instructions to pdf
Bidders (water-sewer)
D 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
3 -MWBE Documentation D 3.1 -MWBE Special pdf
Instructions
D 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
D 3.3 -MWBE Prime Contractor pdf
Waiver
D 3.4 -MWBE Good Faith Effort pdf
D 3.5 -MWBE Joint Venture pdf
4 -Bid Package D 4.1 -Bid Proposal Cover & pdf
Signature Sheets
D 4.2 -Bid Proposal(s) MS-Excel
D 4.3 -Green Cement Policy MS-Word
Compliance Statement
D 4.4 -Bid Schedule pdf
D 4.5 -Vendor Compliance to pdf
State Law
D 4.6 -List of Fittings pdf
D 4.7 -Addenda Index and pdf
Receipt
5 -General and Special Conditions D 5.1 -Part C General pdf
Condij~ns(wa~r-sewerj
D 5.2 -Supplementary pdf .
Conditions to Part C (water -
sewer)
D 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
D 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
D 5.5 -Part E Specifications pdf
D 5.6 -Special Provisions
(paving -drainage)
D 5. 7 -Wage Rates pdf
TABLE OF CONTENTS
D 5.8 -Compliance with and pdf
Enforcement of Prevailing
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer)
D 5.10 -Standard Details dwf
(paving-drainage)
6 -Contracts , Bonds and Insurance D 6.1 -Certificate of Insurance MS -Word
D 6.2 -Contractor Compliance pdf
With Workers ' Compensation
Law
D 6.3 -Conflict of Interest pdf
Questionnaire
D 6.4 -Performance Bond pdf
D 6.5 -Payment Bond pdf
D 6.6 -Maintenance Bond pdf
D 6.7 -City of Fort Worth pdf
Contract
7 -Permits D 7.1 -TxDOT Permit(s) pdf
D 7.2 -Railroad Permit(s) pdf
D 7.3 -Other Permit(s) pdf
8 -Easements D 8.1 -Easement pdf
9 -Reports D 9.1 -Geo-tech Report(s) pdf
D 9.2 -Cathodic Protection 'pdf
Study Report
D 9.3 -Other Project Specific pdf
Study Report(s)
10 -Addenda D 10 .1 Addendum MS-Word
NOTICE TO BIDDERS
Sea led proposals for the fo ll owing:
For: 2004 CIP Project Robin-Denver Storm Drain Reconstruction
T/PW Project No. C200 541200 2022800086
Sewer Project No . P258 5412007021700086
Water Project No. P253 541200 6021700086
City Project No. 00086
DOE No. 4895
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, February 19, 2009 and then publicly ope ned
and read aloud at 2:00 PM in the Counci l Chambers . Contract documents, including Plans and specifications
for this project may be obtained at the Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas. One or more set of plans and documents may be purchased at a cost (non-refundable) of sixty dollars
($60 .00) for each set.
The major work on the above project shall consist of the following:
608 LF 8'x6' CBC Storm Drain
552 LF 7'x5' CBC Storm Drain
462 LF 7'x4' CBC Storm Drain
229 LF 6'x6' CBC Storm Drain
38 LF 6'x5' CBC Storm Drain
250 LF 5'x5' CBC Storm Drain
59 LF 5'x4' CBC Storm Drain
18 LF 36" RCP Storm Drain
40 LF 27" RCP Storm Drain
53 LF 24" RCP Storm Drain
283 LF 21" RCP Storm Drain
Junction Boxes and misc. appurtenances
944 LF 8" SS
130 LF 8" DIP SS
90 LF 8" SS Installed By Other Than Open Cut
1 EA Special SS Junction Box
1 EA Special SS Drop Junction Box
9 EA Std. 4' dia. SS Manholes
2 EA Std. 4' dia. Drop SS Manhole
1,286 LF 8" Water Line and Appurtenances,
4 EA 8" Gate Valves
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
f \23000s \23080 \NEW SPECS\buzzsaw \2.2[1].do c
NB-1
NOTICE TO BIDDERS
appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of a ll addenda may be
rejected as being non-respon s ive. Information regarding the status of Addenda may be obtained by contacting
the Department of Engineering at 817-392-79 10.
The Affidavit Statement of the City of Fort Worth Minority and Women Bu s ine ss enterprise Specifications must
be submitted with the bid at the time of bid open in g. Fai lure to s ubmit the affidavit statement with the bid shall
result in the rejection of the bid as non-responsive .
Bidders shal l comply with the City's Green Cement Policy as stipu lated in the 'Comprehensive Notice to
Bidders ' of these specifications and contract documents.
For additional information concerning this project, please contact Ronda Visintainer, P.E. at 817-847-1422 or
Joseph Bergeron , P.E ., Project Manager, at 817-392-2384.
Advertising Dates:
January 22, 2009
January 29, 2009
Fort Worth, Texas
J:\23000s\23080\NEW SPECS\buzzsaw\Notice lo Bidders.doc
NB-1
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: 2004 CIP Project Robin-Denver Storm Drain Reconstruction
T/PW Project No. C200 541200 2022800086
Sewer Project No. P258 541200 7021700086
Water Project No. P253 541200 6021700086
City Project No. 00086
DOE No. 4895
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORT ON ST
FORT WORTH TX 76102 -6311
wi ll be received at th e Purchasing Office until 1 :30 p.m., Thursday, February 19, 2009 and then publicly opened and
read a loud at 2:00 p .m . in the Council Chambers. Plans, General Contract Documents and Specifications for this project
may be obtained in the office of the Engineering Department, Municipal Office Building, 1000 Throckmorton Street,
Fort Worth , Texas 76 102. One or more sets of Plans and documents can be purchased at a cost (nonrefundab le) of
sixty dollars ($60) for each set.
The major work will consist of the (approximate) fo ll owing:
608 LF 8'x6 ' CBC Storm Drain
552 LF 7'x5' CBC Storm Drain
462 LF 7'x4' CBC Storm Drain
229 LF 6'x6' CBC Storm Drain
38 LF 6'x5' CBC Storm Drain
250 LF 5 'x5 ' CBC Storm Drain
59 LF 5 'x4' CBC Storm Drain
18 LF 36" RCP Storm Drain
40 LF 27" RCP Storm Drain
53 LF 24" RCP Storm Drain
283 LF 21" RCP Storm Drain
Junction Boxes and misc. appurtenances
944 LF 8" SS
130 LF 8" DIP SS
90 LF 8" SS Installed By Other Than Open Cut
1 EA Special SS Junction Box
1 EA Special SS Drop Junction Box
9 EA Std. 4 ' dia. SS Manholes
2 EA Std. 4' dia. Drop SS Manhole
1,286 LF 8" Water Line and Appurtenances
4 EA 8" Gate Valves
COMPREHENSIVE NOTICE TO BIDDERS
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 may be required in accordance with Special Instructions 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 Addenda Index and Receipt form(s ). Bids that do not ack1iowledge receipt of al I
addenda may be rejected as being non-responsive . Information regarding the status of addenda may be obtained by
contacting the Engineering Department at (817) 392-7910.
Bidders, using the printed copy, shall not separate , detach or remove any portion , segment or sheets from the contract
document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face
rejection of the bid as non-responsive . It is recommended that the bidder make a copy of the forms included in the
Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may
request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation .
In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of
minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance
can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM ,
SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER 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 managing 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.
As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the purchase of dry kiln
cement as the base bid in City of Fort Worth bid projects , with an alternative bid for the purchase of c e ment from an
unspecified source and preferential purchasing for bids from a cement kiln with emissions not exceeding I . 7 pounds of
NOx per ton of clinker produced. In cases where cement meeting the above requirements is not available , and where
cement from a non-compliant source must be utilized , the Contractor shall furnish good faith effort documentation in the
form ofletters from two North Texas cement suppliers of green cement stating that no stock of green cement is available
for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters
must be submitted to the Project Inspector if green cement continues to remain unavailabl e . All relate d costs for
complying with the Green Cement Policy shall be considered subsidiary to the applicable project pay items .
The contractor shall submit the Green Cement Policy Compliance Statement or the good faith effort documentation at the
time the of bid opening of the project. A copy of the Compliance Statement is attached at the end of thi s section. Failure
to comply with the Green Cement Policy may result in rejection of the bid as non-responsive .
COMPREHENSIVE NOTICE TO BIDDERS
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal within this document is designed as a package. In order to be con s idered an acceptable bid , the Contractor
is required to submit a bid for the complete proposal. A bid propos al submittal that is received with the proposal
incomplete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price , will be
the apparent successful bidder for the project.
Bidders are hereby informed that the Director of the Engineering 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 .
PRE-QUALIFICATION REQUIREMENTS FOR WATER DEPARTMENT WORK
The Water and/or sanitary sewer improvements, if applicable , must be performed by a contractor who is pre-qualified by
the Water Department at the time of bid opening. The procedure for the pre-qualification is outlined in the "Special
Instructions to Bidders (Water I Sewer)
The managing department for this project is the Engineering Department.
For additional information, please contact Ronda Visintainer, P.E .. at (817) 84 7-1422 or by email : rvisintainer@ halff.com
or Joseph Bergeron, P.E, Project Manager, Engineering Department at (817) 392-2384.
DALE FISSELER
CITY MANAGER
Advertising Dates:
January 22, 2009
January 29, 2009
By: _____________ _
Tony Sholola, P.E
Engineering Manage r
Engineering Department,
Engineering Services
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation: a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other documents
the Department may deem necessary, to the Director of the Water Department at least seven (7)
calendar days prior to the date of the opening of bids.
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level as
that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise .
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to
be received. Failure to notify shall not be a waiver of any necessary prequalification.
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted
must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute
the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable
surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition,
the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to
qualify as a surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States
secretary of the treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its
sole discretion , will determine the adequacy of the 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.
4. WAGERATES:
Section C3-3 .13 of the General Conditions is deleted and replaced with the following:
09/10/04 1
(a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code,
including the payment ofnot 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 th e work provided for in this contract; and (ii) the actual per diem wages paid to
each worker. These records shall be o en at all reasonable hours for inspection by the City!. The
provisions of Right to Audit, under paragraph L of Section Cl : Supplementa!)'. Conditions To Part C -
General Conditions pertain to tlf ;·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 po st 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 Propo sal 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 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.
09/10/04 2
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 AD A's
provisions and any other applicable federal , state and local laws concerning disability and will defend,
indemnify and hold City harmless against any claims or allegations asserted by third parties or
subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained
from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,
SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR 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 of not less than three (3) years.
12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period.
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.
09/10/04 3
d. The warranty period shall begin as of the date that the final punch list has been completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and
there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
I. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth,
in an amount of not less than five (5%) per cent of the total of the bid submitted mu st accompany the
bid, and is subject to forfeit in the event the successful bidder fails to execute the contract do c uments
within ten (10) days after the contract has been awarded.
To be an acceptable surety on the bid bond, the surety mu st be authorized to do bu s iness in the state of
Texas . In addition, the surety must ( l) hold a certificate of a uthority 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 rein s urance for any liability in excess of $100,000 from a reinsurer that is authorized
and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its so le discretion, will determine the adequacy of the proof required herein .
2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering
into a contract for the work will be required to give the City surety in a sum equal to the amount of
the contract awarded. In this connection, the successful bidder shall be required to furnish a
performance bond and a payment bond, both in a sum equal to the amount of the contract awarded.
The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All
bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code.
In order for a surety to be acceptable to the City, the s urety must ( l) hold a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law; or (2) have obtained reinsurance for any liability in excess of$ I 00,000
from a rein surer that is authorized and admitted as a reinsurer in the state of Texas a nd is the holder
of a certificate of authority from the Untied States sec retary of the tr easury to qualify as a surety on
obligations permitted or required under federal law . Satisfactory proof of any such rein s urance sha ll
be provided to the City upon request. The City, in its so le discretion, will determine the adequacy of
the proof required herein.
The City will accept no sureties who are in default or delinquent on any bonds or who ha ve an
interest in any litigation against the City. Should any s urety on the contract be determined
unsati sfac tory at any time by the City, notice will be given to the contractor to that effect and the
contractor shall immediately provide a new surety satisfactory to the City.
If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the amount of
the contract, so lely for the protection of all claimants supplying labor and mate rials in the prosecution
of the work.
If the contract amount is in excess of$ 100,000, a Performance Bond shall be executed, in the amount
of the contract conditioned on the faithful performance of the work in accordance with the pl a ns ,
s pecification s, and contract documents . Said bond shall so lely be for the protecti o n of the City of Fort
Worth .
All contracts shall require a ma intenance bond in the amount of one hundred percent (JOO%) of the
original contract amount to guarantee the work for a period of two (2) years after the date of
acceptance of the project from defects in workmanship and/or material.
3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of
the "General Provi s ion s" of the Standard Specifications for Construction of the City of Fort Worth ,
Texas, concerning I iquidated damages for late completion of projects.
4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City
reserve s the right to adopt the most advantageous construction thereof to the City or to reject the
proposa l.
5 . EMPLOYMENT: All bidders wi ll be required to comply with City Ordinance No. 7278 as amended
by City Ordinance No. 7400 (Fort Worth City Code Section 13 -A-2 l throu gh l 3-a-29) prohibiting
discrimination in emp loyment practices.
6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction
is deleted and replaced with the fo ll owing:
(a) The contractor shall comply with a ll 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 thi s contract; and (i i) the actua l per diem
wages paid to each worker. These records shall be open at all reasonable hours for in s pection by the
City. The provi sion s of the specia l provi s ion titled "Ri ght to Audit" pertain to this in s pection .
(c) The contractor shall include in it s s ubcontracts and/or sha ll otherwise require a ll of its
subcontractors to comply with pa ra gra ph s (a) and (b) above.
(d) With each part ia l pay me nt est im ate or payroll period , whichever is less, an affidavit stating
that the contractor h as comp li ed with the requirements of Chapter 2258, Texas Government Code.
(e) The contractor shall po st the prevailing wa ge rates in a con s picuous place at the s it e of the
project at all times .
Section 8.9 of the Standard Specification s for Street and Storm Drain Construction is hereby deleted.
7. FINANCIAL STATEMENT: A current certified financial statement may be required by the
Department of Engineering if required for use by the CITY OF FORT WORTH in determining the
s ucces sful bidder. This statement, if required, is to be prepared by an independent Public Accountant
holding a valid permit iss ued by an appropriate Sta te Li ce ns ing Agency.
8. INSURANCE: Within ten ( I 0) days of receipt of notice of a ward of contract, the Contractor mu st
provide, along with executed co ntra ct documents and appropriate bond s, proof of in surance for
Worker 's Compen sa tion and Comprehensive General Liability (Bodily I~jµry-$500,000 e;t~h p~r1 on,
$1;,_000,000 ~ch occurrence ($2,000,000 aggregate limit); Pn)perty Da mage -$250,000 each
oc,;currence). The City reserves the right to reques t any other in s uran ce coverages as may be required
by each individua l project.
9. ADDITIONAL INSURANCE REQUIREMENTS:
:J,Q/27/04 2
a. The C ity , it s officers, e mpl oyees and servants shall be endorsed as an addi tional in sured on
Contractor's in s ur ance policies excepting employer's li ab ility in suran ce coverage und er Contractor's
worker s' com pen sat ion in sura nce policy.
b. Certific ates of in s ur ance s ha ll be delivered to th e City of Fort Worth, contract administrator in
the respective d epartment as specified in th e bid doc um ents, 1000 Throckmorton Street, Fort W orth,
TX 76102, pri or to co mm e nce ment of work on the contracted proj ect.
c . Any failure on part of the City to request required in s urance do c umentation shall not co n stitute a
waiver of th e insurance requirements spec ifi ed herein .
d . Each in surance poli cy sh a ll be endorsed to provide the City a minimum thirty days noti ce of
ca nce llati on , non -ren ewal, and/or material change in poli cy term s or coverage. A ten d ays no tice
s ha ll be acce ptable in the event of n on-payment of pre mium .
e . In s ur er s mu s t be a uthori zed to do bu s iness in the Sta te of Texas and have a current A.M. Best
r a tin g of A: VII or equivalent meas ure of financial stren gth and so lvency.
f. Deductible limits, or self-funded retention limits, on each po li cy mu st n ot exceed $10,000.00 per
occ urren ce unle ss otherwise a pproved by the City.
g . Other th a n wo rker's compen sation in surance, in lieu of traditional in surance, City may con s ider
a ltern ative coverage or ri sk tr ea tment meas ur es throu gh in suran ce poo ls or ri sk retention groups. The
C ity mu st approve in writing any a lternative coverage.
h . Workers' com pen sati on in surance poli cy(s) coverin g employees employed on the project sh a ll be
e nd or sed with a waiver of s ubrogation providin g rights of recovery in favor of th e City.
1. C it y sha ll n ot be res po ns ibl e fo r the direct pay ment of in s urance premium cos ts fo r co ntractor 's
in s ur ance.
j . Contracto r 's in sur ance policies shall each be endorsed to provide th at s uch in sur a nce is prima ry
protection and any se lf-fu nd ed or comm ercial coverage maintained by City sh a ll not be ca lled upon to
co ntribute to loss recovery.
k . In the course of th e project , Contractor shall re port, in a time ly manner, to City's officially
des ignated co ntract administrator any known lo ss occurrence which co uld give rise to a liability claim
or laws uit or which co uld result in a property lo ss.
Contractor's li a bility shall not be limited to the specified amo unts of insurance required here in .
m . Upon th e request of C it y, Contractor shall provide comp lete copies of a ll in suran ce po li cies
required by th ese co ntract documents.
I 0. NONRESIDENT BIDDERS: Pursuant to Article 601 g , Texas Rev ised Civil Statutes, th e City of
Fort W orth will not award thi s contrac t to a n on res id ent bidder unl ess the nonresident's bid is lower
th a n th e lowes t bid submitted by a res pons ibl e T exas res id ent bidder by the same a mo unt th a t a T exas
res id ent bidder would be required to und erbid a n onres ident bidder to obtain a comparable contract in
the state in which the nonres id ent's princi pal place of business is lo cated .
10/27 /04 3
"Nonres ident bidder" mea ns a bidder whose principal pl ace of bu s iness is not in thi s s ta te, but
excludes a contractor whose ultimate parent company or majo rity owner has it s prin c ip a l place of
bu s in ess in this s tate .
"Texas resident bidder" means a bidder whose principal place of bu s iness is in this s tate, and includes
a contractor whose ultimate parent company or majority owner has its principal place of bu s iness in
thi s state.
This provision does not apply if this contract involves federal fund s.
The a ppropriate blanks of the Proposal must be filled out by all non resident bidders in order for its
bid to meet s pecifications. The failure of a nonresident contractor to do so will automatically
di s qualify that bidder.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME
CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM
("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation
mus t be received by the manag ing department no later than 5 :00 p .m ., five (5) City bu s iness days
after the bid opening date. The bidder s hall obtain a receipt from the appropriate employee of the
manag in g department to whom delivery was made. Such receipt shall be evidence that the
documenta tion was rece ived by the City. Failure to comply s hall render the bid non-respo ns ive .
Upon request, Contractor agrees to provide the Owner complete and accurate informatio n regardin g
actual work perform ed by a minority bu s iness enterprise (MBE) and/or women bu s iness enterprise
(WBE) o n the co ntrac t an d payment thereo f. Contractor further agrees to permit any audit a nd/or
examination of a ny books, records or files in its po ssess ion that will s ubsta ntiate th e actual work
performed by a n MBE and/or WBE. The mi s representatio n o f facts (other than a neg li gent
mi srepresenta tion) a nd/or commission of fraud by the Contractor will be gro unds for termination of
the contract a nd/or initiatin g action under a ppropriate Federal , State or local laws or o rdinances
relating to false statements. Further, any such mis representation facts (other than a neg li gent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irres pon s ible and barred from participating in City work for a period of time of not le ss that three (3)
years.
'12 .. AW ARD OF CONTRACT: Contract will be awarded to the lowes t res pon s ive bidder. The City
reserves the right to reject any and/or all bids and wa ive any and/or all irreg ularities. No bid may be
withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER F0RM, ·GOOD FAITH EFFORT FORM, ·and/or th~ JOINT
VENTURE FO_RM ("Documentation") <!S appropiiate is· received By tht G ity. · The award of contract,
if made, will be within ·ninety (90) days ·after this documentatiQn .isrec~ived, but in no case will the
award~-!Il_<!,d~ u~til all the res ponsibility of tile bidder to whoin it .is . proposed to award the contract
has"been 'verified .
13. PAYMENT: The Contractor will receive full payment (minus:re tain age j from the City for all work
for each pay period. Payment of the remaining amount s hall be made with the final payment, and
upon acceptance of the project.
J0/27/Q4 4
14. ADDENDA: Bidders are res pon s ible fo r obta inin g all addend a to th e contrac t doc um e nts prior to th e
bid rece ipt tim e and ac kn o wl ed g in g th e m a t the tim e of bid rece ipt. In fo rm ati on rega rdin g th e s ta tu s
o f addenda m ay be o btain ed by contac ting th e plan s d es k of th e Depa rtm e nt of En g in eerin g
Con structi on Di v is io n at (8 17) 87 1-7910. Bids th at so no t acknow led ge a ll a ppli cable addend a m ay be
r ej ected as non-res pon s ive .
15 . CONTRACTOR COMPLIANCE WITH WORKER 'S COMPENSATION LAW:
A. W orke rs C ompen s ati on In surance C overage
a. De finition s:
Certa in of coverage ("ce rtifi cate"). A co py of a certifi cate of in s uran ce, a certifi cate of
a uth ority to sel f-in s ure iss ued by th e commi ss io n , o r a covera ge ag ree men t (TWCC-8 1,
TWC C -82 , TWCC-8 3, o r TWCC-84), s howin g s ta tutory worke r 's comp en sati on in s uran ce
coverage for th e person 's or entity's employe es providin g ser vices on a proj ec t, for the
duration of the proj ect.
Durati on of the proj ect-includes the time fr o m the be g innin g of th e wor k on th e project until
th e contractor's/person 's work on the proj ec t h as been co mpleted and accepted by th e
governmenta l entity.
Person s providin g ser vices on th e proj ect ("s u bco ntractor" in §40 6.0 96)-includes a ll person s
or entities performin g a ll or part of the ser vices th e cont ractor h as und erta ken to perform on
the proj ect, regardl ess of wh eth er th a t per son contrac ted directl y w ith th e contrac tor a n d
rega rdl ess of wh eth er th at pe rson h as e mpl oyees . T hi s includes, with out limita ti on ,
ind ependen t contracto rs, s ubco ntracto rs, leas in g co mp ani es, m oto r carri er s , ow ner-o pe ra to rs,
e mpl oyees of an y s uc h entity, or e mpl oyees of a ny e ntity whi ch furni shes pe rso n s to prov id e
ser vices on th e proj ect. "Servi ces" include , w itho ut limi ta ti on , p rov idin g, h a ulin g , or
de li ve rin g e quipme nt or m ate ri a ls, o r prov idin g labor , tran s port ati o n , or toner s er vices
re lated to a p roj ect. "Se r vices" does not in cl ude ac ti viti es unr e lated to th e p roj ec t , s uc h as
foo d/beverage ve ndo r s , o ffi ce s uppl y de li ve ri es , and d e li very o f porta bl e to il ets.
b . The contractor s h a ll pro vided coverage, based o n pro per re portin g o f class ifi cati on cod es
a nd payro ll a m o unts and filin g o f an y coverage agree ments , whi ch mee ts th e statutory
requirem ents of T exas L a bor C od e, Sec ti on 401.011 ( 44) o r all e m p loyees o f th e
con trac tor p rov idin g services on th e proj ect, for th e durati o n o f th e proj ect.
c . T h e C ontractor mus t prov id e0 a certifi cate of coverage to th e governm enta l e nti ty pri or to
be in g award ed the contract.
d . If th e coverage pe riod s hown o n th e contractor 's c urre nt certifi ca te of coverage end s
durin g th e du rati on of th e proj ec t , th e con tractor mu st , pri or to th e end of th e coverage
peri od , fil e a new certifi cate o f coverage with th e governm e nta l enti ty s how in g th at
coverage h as bee n ex tend ed .
e . T he contractor s h a ll o bta in fr o m each per so n prov idin g ser vices on a proj ect, a nd
provide to th e governme nta l e ntity :
( l ) a certifi cate o f covera ge, pr ior to th at perso n beg innin g wo rk on th e p roj ec t, so th e
go vernmenta l e ntity will h ave on fil e certi fica tes of coverage show in g coverage fo r
a ll pe rsons prov idin g servi ces on th e proj ec t ; and
Io n :,194 s
(2) no later than seve n days after rece ipt by th e contractor , a new certificate of coverage
showin g extension of coverage, if the coverage peri od shown on the current
certificate of coverage ends durin g the duration of the project.
f. The contractor shall retain all required ce rtifi cates of coverage for the duration of the
projec t and for one year thereafter
g. The contractor shall notify the governmental entity in writing by certified mail or
perso nal delivery , within ten ( 10) days after the contractor knew or s hould have known ,
of any change th a t ma terially a ffect s the provis ion of coverage of any person providin g
services on the proj ec t.
h . The contractor shall post on each project s ite a notice , in the text, form and manner
prescribed by the Texas Worker 's Compensation Commission, informing all per son s
providing services on the project that they are required to be covered, and statin g 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:
(l) provide coverage, ba sed on proper reportin g 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 co ntractor , pri or to that per son beginning work on the project, a
certificate of coverage showing th at coverage is being provided for all e mpl oyees of
the per so n providing se rvice s on the project, for the duratio n of th e project ;
(3) provid e the contractor, pri o r to the end of th e coverage peri od , a ne w certifi ca te of
coverage showing ex ten s ion of coverage, if the covera ge period shown on the
current cer tifi ca te of coverage end s durin g th e duration of the project ;
(4) obtain from each other person with who m it contracts, and provide to the co ntractor :
(a) a certificate of coverage, prior to the other perso n beginnin g work on the
project; a nd
(b) a new certificate of coverage showin g extension of coverage, prior to the end
of th e coverage period , if the coverage period shown on the current
ce rtificate of coverage ends during the durati o n of the project ;
(5) reta in a ll required ce rtificate s o f coverage on file for the durat ion of the proj ect a nd
for one yea r th erea ft e r.
(6) notify th e governm e nta l entity in wiring by certified ma il or personal delivery ,
within ten ( l 0) d ays after the person kn ew or s hould have known , of any change
th at ma teri a lly affects the provi s ion of coverage of any per so n providing services on
th e proj ec t ; a nd
(7) contractually require each person with whom it contracts, to perform as required by
paragraph s (I) -(7), with the certificates of coverage to be provided to the person
for whom they are providin g services.
1 0/27/04 6
J. By s ig nin g this contract o r providin g o r caus in g to be provided a certifi cate of coverage,
th e contractor is re presentin g to th e governm e ntal entity that a ll em pl oyees of th e
contrac to r who will provide ser vices on th e project will be cove red by wo rke r 's
compe n sation coverage for th e duration of the proj ect, th a t th e coverage will be based o n
proper repo rtin g of cl ass ific a tion codes a nd payro ll a mounts, a nd that a ll coverage
ag reeme nts will be filed with th e ap propri ate in s urance carrier or, in th e case of a self
in s ured , wi th th e commiss ion 's Divis ion of Self-In s uran ce Reg ul at ion . Providin g fa lse
or mi s leadin g in fo rm atio n m ay s ubject the co ntractor to admini strative, cri min a l , civil
pe na lti es or o th er civil act ion s.
k. The contractor's failure to comply with a n y of these provi s io ns is a breach of contrac t by
th e co ntracto r d oes n ot remedy th e breach within te n days a ft e r rece ipt o f notice of
breach from the governmental entity.
B . The contractor s ha ll post a notice o n each projec t s ite informing a ll pe rson s prov idin g services on the
project that they are required to be covered , and stating how a person may verify current coverage and
re po rt failure to provide coverage. This notice does not sati sfy other posting requirements imposed by
th e Texas Worker's Compensation Act or other Texas Worke r 's Compensation Commission rul es.
This n o tice mus t be printe d with a title in at least 30 point bold type a nd tex t in at leas t 19 point
n ormal type, and s hall be in both English and Spanish a nd a ny other lan g uage common to th e worker
populatio n . Th e text for the notices s ha ll be the foll owin g text , without any a ddition a l word s or
changes:
"REQUIRED WORKER'S COMPENSATION C OVERAGE"
The law requires that each pe r son working o n thi s s ite or providin g services re la ted to this
con s tru c ti o n proj ect mu s t be cove red by worker" compe n sation in s uran ce. This includes persons
prov idin g, ha ulin g o r d e liverin g equipment or mater ial s, or providin g la bo r o r tra n s po rtat io n or other
servi ce r e lated to the proj ect , regardless of the identity of th e ir employer o r st atus as a n e mpl oyee".
Call th e Texas Worker 's Compen sati on Commissio n at 512-440-3789 to rece ive in fo rm at io n on the
lega l req uire me nt fo r coverage, to ve rify whether your employer has provide d the required coverage,
o r to report an e mpl oye r 's failure to provide coverage".
16. NON DISCRIMINATION: The contrac to r s h a ll n o t discrimin ate agai ns t a n y person or person s
because of sex, race, reli g ion , co lor , or national ori g in and sh a ll co mpl y with the provisions of City
Ordinance 7278 , as a mended by City Ordinance 7400 (Fort Worth City Code Sections I 3A-2 l
throug h I 3A-29), pro hibitin g discrimin a ti o n in employment practices.
17. AGE DISCRIMINATION: In accorda nce with th e policy ("Policy") of the Executive Branch of th e
federa l gove rnm en t , contrac to r covenants th a t neither it nor a ny of its officers, member s, agents, o r
employees, will e ngage in perfo rmin g this contract, s hall , in co nn ec ti o n with th e e mpl oym e nt,
advan ceme nt o r di sc harge o f e mpl oyees or in co nn ect io n w ith th e term s, conditio n s o r privil eges of
their e mpl oy ment, di scriminate aga in s t person beca use of th eir age except o n the ba s is o f a bo n a fide
occ up at iona l qualifi cati o n , re tire me nt pl a n or sta tutory re quire me nt.
Contractor further cove na nts th at ne ith er it n o r it s o ffi cers, me m be rs, agents, o r e mployees, or perso n
actin g o n their be ha lf, s ha ll specify, in solicitation s o r advert isements fo r em pl oyees to work on thi s
Contract, a max imum a ge limit for s uc h employment unl ess th e s pecifi e d maximum age limit is based
up o n a bona fid e occ up at io na l qua lifi cati o n , retir e ment plan or s tatutory re quirem e nt.
Contractor warrants it w ill full y comply with the Policy a nd will defend , inde mnify and hold City
ha rml ess agai n s t a n y a nd a ll cl a im s or a ll egati o n s asserted by third parties aga in s t City a ri s in g out of
10/27/04 7
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination
in the performance of th is Contract.
18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provision s of the Americans
with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfu lly di scriminate
on the basis of di sability in the provision of services to the general public, nor in the availability,
terms and/or conditions of employment for app licants for employment with, or current employees of
Contractor. Contractor warrants it will fully comply with AD A 's provisions and any other applicable
federal s tate and local laws concerning disability and will defend indemnify and hold City harmless
against any claims or allegations asserted by third parties against City arising out of Contractor's
alleged failure to comply with the above-referenced laws concerning dis ability discrimination in the
performance of this Contract.
19 . PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period .
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
c. The project s hall 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 s igned 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 Con sent of Surety have been d e livered to the city
and there is a dis pute rega rdin g (i) final quantities, or (ii') liquidated damages, city shall make a
progress p aym e nt in the a mount tha t city d eem s due and payable.
g. In the event of a dispute rega rdin g either final quantities or liquidated damages, the parties s hall
attempt to reso lve the differences within 30 calendar days.
I0/27/04 8
3 -MWBE Documentation
3.1 -MWBE Special
Instructions
3.2-MWBE
Subcontractors/Suppliers
Utilization Form
3.3 -MWBE Prime Contractor
Waiver
3.4 -MWBE Good Faith Effort
3.5 -MWBE Joint Venture
FORT WORTH ----.,...---
PRIME COMPANY NAME:
Llauahlev Bridae & Const ructi on Inc .
PROJECT NAME:
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Y,4 J :J .
. .5
Check applicable block to describe prime
vrMIW/DBE
1 I NON-MIW/DBE
~04 CIP Robin -De nver Storm Drai n Reco n stru ct ion BID DATE
March 5, 2009 I
C ity's M/WBE Project Goal: Prime 's M/WBE Project Utilization: PROJECT NUMBER
C2002022800086 : P25360217000886
23% 23% P2582007021700086
Identify fill subcontractors/suppliers you will use on this project
Failure to complete this form , in its entirety with requested documentation , and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date ,
w ill result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule , condit ioned upon execution of a contract w ith the C ity of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for considerat ion of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant ,
Parker, Johnson , Collin , Dallas , Denton , Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime cont ractor, i.e ., a direct
payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to
its supplier is considered 2 nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with MinorityNvomen Business Enterprise (M/WBE).
If hauling services are uti l ized , the prime will be give n credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Rev . 5 /30/03
FORT WORTH
-~
12 '03,(,
9
ATTACH ME NT 1A
,4 7 , Pa ge 2 of 4
I : 5!:) ~c VI)
Pri m es are require d t o identify ALL subcontractors/s up pliers , regardless of status; i.e., Min o rity , Women and non-M/WBEs.
Please list MANBE firms first, use add itional sheets if necessary .
Certificat ion N
(check one) 0
n SUBCONTRACTOR/S UPP LI ER T T Deta il Detail Company Name i N
Address e M w C X M Subcontracti ng Work Su p plies Purc hased Doll ar Amount
B B T D w Te lepho ne /Fax r R 0 B E E C T E
A
1 X X Concrete $101,165.00 --
Co ,vtown Redi M ix Supplier
341 DO Bethlehem
Fo1 t Worth . Texas 76111
81 -759-1919 phone
81 -759-1716 Fax
J/l"v Materials 1 X X ~ Hauling by dump Rock. sand . $126 .250.00
P.C ~-Box 496 truck topsoil mater ials
Alv brd Texas 76225
94( ll-427 -2033 Phone
941 D-427-2789 Fax
Su , Coast Resources . 1 X X X Fuel Supp li er $40 .000 .00 --
P .C >. Box 972321
Da las Texas 75397-
03' 1 ~ -
71' >-844-9600 Phone
71: -429-8884 Fax
Va ;auez Truckina Inc. 1 X X ~ Hauling by dump Haul off spoi ls $125 ,300.00 - -
47 1 uO Nolan Street truck
Fo1 t Worth . Texas 76119
81 -531-2930 Phone
Wr it e Cao Suoolv X $62,700.00
20: 7 E . Lancaster
Fo t Worth . Texas
76 03
81 -332-4117 Phone
81 -332-8086 Fax
Ha nson Pioe X $350 ,370 .00
101 llO N. MacArth u r Blvd.
Gr, nd Praire Texas
751 1150
97: -260-3682 Phone
81 -870-9015 Fa x
Rev . 5/30/03
FORT WORTH
~ 47
V
ATTACHME NT1 A
Page 3 of 4
. 5:> ~
Primes are requ ired t o identify ALL sub contractors /s u ppli ers , reg a rdless of status ; i.e., Min o rity , Women and non-N.1,ryY B Es .
Please list M/WBE firms first , use addition al sheets if necessary . J
Certifi cation N
(c heck on e) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Deta il Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Add ress e M w T D w Tel ephone/Fax r B B R 0 B E E C T E
A
AC T Surmlv ~ PiQe, Fittings , i67 ,234.00
P .C D. Box 201810 etc.
Ho uston . Texas 72216
81--831-1663 Phone
81 i -831-1903 Fax
Rev . 5/30/03
....
FORT WOR TH
~
Tot~I Dollar Amount of M/WBE Subcontractors/Suppliers
Tot~I Dollar Amount of Non-M/WBE Subcontractors/Suppliers
i< .... u
.5,
L . 17 J . . <.s
$392i115.00
$4801304.00
)
(.. //!)
ATTACHMENT 1A
Page 4 of 4
TOtAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $8731019.00
The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination.
By affixing a signature to this form , the Offerer further agrees to provide , directly to the City upon request ,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books , records and files he ld by their company . The bidder agrees to allow the
transmission of interviews with owners , principals , officers , employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal , State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Printed Signature
Title
C l-.a....--)e..5 L cP... u'.7 k I-.:: y '\?, C,J , o~
Contact Name/Title (if different) (
Telephone and/or Fax
I 2.J C.LAUG.1--f L€":1f ,e_ L<A-u9k(e.>J bv-,d7e-.C.o
E-01ail Address ·
r-,-. ~ ---Y--X 7 '=, / 2 1 -.3 BOD
City/State/Zip Date
Re v. 5/30/03
Page 1 of 1
Mcleroy, Nikki
From: Charles Allen [callen@laughleybridge.com]
Sent: Thursday , March 12 , 2009 4:18 PM
To: Mcleroy , Nikki
Subject: MWBE Form for Robin/Denver Storm Drain
kki,
I noticed when I got back to my office that the receipt you gave me for the MWBE forms I turned into you for the Robin Denver Storm
rain Reconstruction has the wrong DOE number on it as well as the wrong project manager.
The DOE number should be 4895 not 4797 and the project manager should be Joseph Bergeron not Richard Argomaniz .
ease make the corrections ,
nanks for your help .
Charles Aller,
12/2009
TO: MR. DALE A. FISSLER, P .E.
City Manager
Fort Worth, Texas
PROPOSAL
FOR: 2004 CIP Project Robin-Denver Storm Drain Reconstruction
T/PW Project No. C200 541200 2022800086
Sewer Project No. P258 541200 7021700086
Water Project No. P253 541200 6021700086
DOENo.4895
City Project No.: 00086
Fort Worth, Texas
Pursuant to the foregoing ''Notice to Bidders," the undersigned has examined the plans, specifications
and the site, understands the amount of work to be done, and hereby proposes to do all the work and
furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the
plans and specifications, and subject to the inspection and approval of the Director, Department of
Engineering of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in
accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon
acceptance ofthis Proposal by the City Council and required by this project, the bidder is bound to
execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only,
and Payment Bond approved by the City of Fort Worth for performing and completing said work within
the time stated for the following sums, to wit:
Total quantities given in the bid proposal may not reflect actual quantities, by represent the best
accuracy based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract.
CPMS
Record No.
Bid-00890
Bid-00885
Bid-00884
Bid-00882
Bid-00881
Bid-00878
Bid-oo8n
Bid-00085
Bid-01092
Bid-00082
Bid-00081
SP Bid-00203
SP Bid-00018
Bid-00203
2004 CIP PROJECT -Robin-Denver Stonn Drain Reconstruction
Storm Drain Project No. 00086 T/PW Project No. C200 541200 2022800086
Water Project No. P25 541200 6021700086 Sewer Project No. P258 541200 7021700086
DOE No. 4895
Bid Sub-bid Approx Unit of Description of Item With
Bid Price Written in Words Group Group Quantity Measure
(Furnish and install, including all appurtenant work , complete in place, the following items)
Storm Drain
Drainage Major 608
Drainage Major 552
Drainage Major 462
Drainage Major 229
Drainage Major 38
Drainage Major 250
Drainage Major 59
Drainage Major 18
Drainage Major 40
Drainage Major 53
Drainage Major 283
Drainage Major
Drainage Major
Drainage Major
LF
LF
LF
Box Culvert - 8'x6' -Install ~ ~D f17l:ht dollars and
µc cents per linear foot
Box Culvert -7'xS -Install
T ~ HviJpg@ R>4'f dollars and
i,...o cents per linear foot
Box Culvert -7'x4' -lnstaH
~~.uo il,J ei-01f dollars and
t:'? cents per linear foot
LF Box Culvert -6'x6' -Install
~ !\.y\pn.<l) 11-1-vu y dollars and
I\:> ,0 cents per linear foot
LF Box Culvert - 6'x5' - Install
'\J~"<S'" f:l::Wt::01\.tO f\ r-ry doRars and
t-JO cents per li near foot
LF Box Culvert -5'x5' -Install
ToJO ~/\D >UO F-C:::!'y'. doUars and
t,.)O cents per linear foot
LF Box Culvert -5'x4 ' -Install
'1\.o..:.~IU-P $'lJlf dollarsand
,..,.0 cents per lnear foot
LF Pipe -36" Class Ill -Install
LF
LF
LF
EA
EA
EA
0""5 \+u,,h,0 Jl-0) ftll la dollars and
~ cents per lnear fool
Pipe-27" Class Ill -Install
£~,..,'"-J .. 1.,,,_ry __ -~\\'-)~0----dollars and
t-,,() cents per linear foot
Pipe -24" Class Ill -Install
_.S'-'eJ=-l;j.::.i),1_)'1/~.__ ____ dollars and ....,..
cents per linear foot
Pipe -21" Cla ss Ill -Install
7...;f..};I,<( dol lars and
~ cents pe r linear foot
Stonn Drain Junction Box ; Sta 28+82.6
vertica l depth=7 .92' (Special)
I-) I tJiG ~~l<lJD do llars and
/\f> cents per each
10'x10' Junction Box w/ Manhole Riser;
Sta 29+85.90 vertical deplh=8.5'
µ,~ J!<?-t-~ dollars and
l'IO cents per each
10'x10' Junction Box ; Sta 31+74 .42
vertical deplh= 9.74'
t-h~ ~o\-,J() do8ars and
t,..O cents per each
B-2
Unit
Price
$ )~ti-
$ 3'2-<> -
$
$
s I t)5
$
$
$
$
$ l}OO D-
s
Amount
Bid
s 2'3\ o\.{o
s '100()
$
$
2004 CIP PROJECT -Robin-Denv er Stor m Dra i n Re c onstruction
Storm Dra i n Project No . 00086 T/PW Project No. C200 541200 2022800086
Water Proj ect No. P25 541200 6021700086 Sewer Proj ect No. P258 541200 7021700086
DOE No. 4895
CPMS Bid Sub-bid App rox Unit of Desc ri pti on of Item With Un it Amount
Record No. Group Group Quanti ty Me asure Bid Pric e W ri tten in Words Price Bid
(Furnish and install, induding all appurtenant work , complete In pl ace, the following items)
Bi d-00203 Drainage Major EA 10'x8' Junction Box; Sia 33+89 .32
vertical deplh~ 10.86'
f I~ 1¥1" 1lf<'1J..>+<w) dolars and ~ooo 8 000-~ cents per each $ $
SP Bi d-0001 8 Drainage Major EA 10'x10' Junction Box w/ Manhole Riser;
Sia 35+28 .16 vertical deplh= 13.29'
~If.le ~/><Y,..[) dolars and
~000 -s 'tooo-t,.fl cents per each $
SP Bid-00018 Drainage Major EA 10'x10' Junction Box w/ Manh ole Riser:
Sia 39+12 .68 vertical deplhE 14 .57'
~l,-.e l)\o~ >r,..XJ dolla rs and ~(XX>--q oQO-l\..e. cents per each $ $
SP Bid-00203 Drai nage Maj or EA Stom, Drain Ju nction Box; Sta 43+98.32
vertical depth= 10.42' (Special)
bl itl e-~l,;M) dollars and C\ooo -9 Qoo-µo cents per each $ $
SP Bid-00018 Drainage Major EA 8'x8' Junction Bo• w/ Manhole Riser;
Sia 45+69.59 vertical deplh= 10 .96'
S..,7'J6rJ ~ dol lars and tc(X) 1-,P cents per each $ -=r-ooo-$
SP Bid-00018 Drainage Major EA 8'x8' Junction Box w/ Manhole Riser;
Sia 49+37 .50 vertical depth= 9.53'
So.i~ ~.+v<l dollars and t()OO -:}-oco t-.P cents per each $ $
SP Bid-0001 8 Drainage Major EA B'xB' Junction Box w/ Manhole Riser;
Sia 1 +96 .83 vertical deplh= 11 . 7'
S'<l/\5N ~~ dollars and ~ NO cents per each $ $ 9cro-
SP Bid-00018 Drainage Major EA 8'xB' Ji.nction Box w/ Manhole Riser;
Sia 2+44 .20 vertical deplh= 9.94'
":,al e"N ~~.WO dollars and 1-oo;:> -
('JO. cents per each s $ 1-ooo -
Bid-00111 Drainage Major 12 EA Inlet -10' lnine -lnslaH
~~~~tic l~~larsand '3ocoo tJ:> cents per each $ Zs-ro $
Bid-00112 Drainage Major EA Inlet -15' lnl ine -lnslal
1l+t'4"f :::£ 1!l e \l..w'ICY\.U) dollars and s '3~-t-P cents per each $ '3$00
Bid-00113 Drainage Major 2 EA Inlet - 20' lnline -lnstaB
Eo,.tJl..-1>1-u~ dollars and 4croo -8roo -(VO cents per each $ $
Bid-00104 Drainage Major EA Inlet -2' Drop -Install
Twe:i,rnf-~We ~~ dollars and isc,o -2-9!::0-fuJ cents per each $ $
Bid-00102 Drainage Minor 16 EA Inlet -Remove
&51...+ ~~ dollars and coco NO cents per each $ $ \21 '&)o-
SP Bid-00443 Street Pa vin g 1,505 LF Pem,anent Trench Replacement
~~-8,vc doHars and 4~ -(Q '"+, 1---is---
cents per linear fool $ $
8 -3
2004 CIP PROJECT -Robin-Denv er Storm Drain Reconstructi on
Storm Drain Proj ect No. 00086 T/PW Project No. C200 54 1200 2022800086
Water Project No. P25 541200 602 1700086 Sewer Project No. P258 541200 7021700086
DOE No . 4895
CPMS Bid Sub-bid Approx Unit of Descript ion of Item With Un it Amou nt
Record No. Group Group Quantl!l Measure Bid Pri ce Written in Words Pri ce Bid I (Furnish and install, including a ll app urtena nt work, comp lete in place, the following ite ms) I
Bid-00816 Drainage Major 9,000 CY Unclassified Trench Excavation and Baddill I Ql'-l-a dollars and () ..'I I tJ,c, cents pe r cubic yard $ $ :tooo-I
Bid-00544 Water Dlsbibution 1,560 CY Grout Existing Stonn Drain
I ~1._iry dollars and -M cents per cubic yard $ 9c $ °l ~, 9'0 -i
Bid-00111 Drainage Major 12 VF Additional depth; 1 O' Stonn Drain Inlet I
__ non-pay doiars and L40,40q
cents per vertical foot non:l!!!litem $ 0
I Bid-00112 Drainage Major 8 VF Additional depth; 20' Stonn Drain Inlet
__ non-pay dolars and I
cents per vertical foot non-ea~ item $ 0 I
Bid-00545 Water Distribution 230 CY Type "8" Backfill I
__ Fifteen dollars and
I zero cents per cubic yard Pre-bid $15/CY $ 3.450.00
Bid-00085 Drainage Major 3 EA Connect to existing Stonn Drain
__ non-pay dollars and
cenls per each non-ea~item $ 0
Bid-00884 Drainage Major EA Transition Collar 7'x5' to 7'x'4'
__ non-pay dollars and
cents per each no!:!::Ea~ item $ 0
Bid-00878 Drainage Major EA Connection Sleeve 5'x5' Ex. To 5'x5' Prop .
__ non-pay dollars and
cents per each no!:!:E a~item $ 0
Bid-00878 Drainage Major EA Transition CoHar 5'x5' to 5'x'4'
__ non-pay dollar.; and
cents per each non-eal item $ 0
Bid-00085 Drainage Major EA Plug Existing Storm Drain
__ non-pay dollars and
cents per each non-ea~ item $ 0
Sa nitary Sewer
Bid-00334 Sewer Collection 1,078 LF 8" Sanitary Sewer Pipe
f<><i~-':>CII~ dollars and
~1----
1W cents per linear foot $ $ 51:>,~~le..
Bid-00332 Sewer Collection 130 LF 8" Class 51 Ductile Iron Sanitary Sewer Pipe
f ,C\_~-f'(v'E: doUars and ~s-MIO cents per linear foot $ s lt t,<;1) -
Bid-00349 Sewer Collection 270 LF 8" Sanitary Sewer Pipe installed BOTOC
'itvb~<W'O~ dolars and -t-t.> cents per linear foot $ 'LIO $ S"k ~--
' Bid-00350 Sewer Collection 74 LF 8" S DR26 Sanitary Sewer w/ CSB F
Ft~ doHars and 9)-µ:, cents per linear foot $ $ 3-:tco
Bid-00260 Sewer Collection 10 LF 15" Sanitary Sewer Pipe
$.~-y1vc dollars and
cents per linear foot s (aS" s ~so-
Bid-00354 Sewer Collection 258 LF 4 " Santtary Sewer Service Line
t' {'.) \\ 1'e.tN dollars and 41Alf-NO cents per linear foot $ ,~-$
B-4
2004 CIP PROJECT -Robin-Denver St orm Drain Reconstruction
Storm Dra i n Project No. 00086 T/PW Project No . C200 541200 2022800086
Wa t er Project No. P25 541200 6021700086 Sewer Proj ect No. P258 541200 7021700086
DOE No.4895
CP MS B id Sub-b i d A pprox Unit of Descri pti on of Item With Unit Amount
Reco rd No. Gr oup Grou p Quantl~ Measure Bid Pri ce Written in Words Price Bi d
(Furnish and install, incl uding all appurtenant work, complete in place, the foll owing items)
Bid-00355 Sewer Collection 10 EA 4" Sa nitary Sewer Service Tap to Main
T~ l\.v.NOII.,® YI~ dollars and '35b -251'.D -llJO cents per each s $
Bid-00196 Sewer Collection 12 EA Concrete Manhol e Collars Per Fig . 121
fwtl ~It£> 8.~ dollarsand z..So--1--C> cents per each s s '3000
Bid-0021 8 Sewer Collection 12 EA Watertight Manhole Inserts
S "':?y'. -~ 6 dollars and
<o 5 -~o--1-,.):) cents per each $ s
Bid-00213 Sewer Collectioo 9 EA Standard 4' Diameter Manhole
'\UJ'8'N~ -i\.<IC· ~ dollars and ft 1 8DO -~ cents per each $ zz,,oo s
Bid-0021 4 Sewer Collection 49 VF Add Depth for 4' Diameter Manhole
OtR. ~UO ~I~ dollarsand -+350 -tl..P cents per vertical foot $ l~ $
Bid-00 213 Sewer Collection 2 EA 4' Diameter Drop Manhole
1WUl> 'j"l\OJ..-~~ dollars and -~000-NO cents per each $ 3o00 $
Bid-00214 Sewer Cotlectioo 19 VF Add Depth for 4' Diameter Drop Manhole
()"-» ~MO tl!!~-P1i ~ars and l~5 3$1 s--
1/'S> cents per vertical foot $ $
SP Bid-00370 Sewer Collection EA Sanitary Sewer Junction Box
with Manhole Ri sers for Access
~ ~ 1'\--14 ~ dollars and --1-cco -
,µ. cents per each $ i"()OO $
SP Bid-00213 Sewer Collection 5 VF Add Depth for Junction Box Manhole
lW" l4w.J~"v r\6'/ doll ars and 2Sb.-l"Z--~U-~ cents per vertical foot $ s
SP Bid-00370 Sewer Collection EA Sanitary Sewer Junction Box w/ exterior drop
t,,i,.\Z~~ dollars and 'Booo -goco-NJ cents per each s s
SP Bid-00213 Sewer Collection 7 VF Add Depth for drop Junction Box Manhole
~ ~""°~ dollars and 300 $ 2100 -t,..K:) cents per vertical foot $
Bid-00211 Sewer Collection 157 VF Protective Manhole Interior Coating
QJc;-~S'£f!!._"YliE dollarsand l loS-Z-S-fros--1'.IJ cents per vertical foot $ $
Bid-00370 Sewer Collection EA Re move/Replace Existing Extertor Drop
£1~\J.-): 1-\.,.__rJ~ dollars and caro-'8av-M:> cents per each $ $
Bid-00356 Sewer Collection 14 EA Two-Way Cteanouts installed at Pro pe rty
'T We ~'\JO 0~ dollars and Z50 3~--O,.JO cents per each $ $
SP Bid-00443 Street Paving 460 LF Permanent Trench Replacement
~-~\/$ dollars and
4-S-w q.oo -rJQ cents per linear foo t $ s (
Bid-00224 Sev.,er Collection 300 LF Grout Aba ndoned Sanijary Sewer
T\N~Nr; dollars and -t..P cents per linear fo ot s 7.,,0 $ (oOOt1
B-5
CPMS
Record No.
SP Bid-00545
Bid-00217
Bid-00372
Bid-00332
Bid-00540
Bid-00617
Bid-00568
Bid-00749
Bid-.01197
Bid-00762
Bid-00758
SP Bid-00556
SP Bid-00550
Bid-00546
Bid-00768
SP Bid-00430
2004 CIP PROJECT -Robin-Denver Stonn Drain Reconstruction
Storm Drain Project No. 00086 T/PW Project No. C200 541200 2022800086
Water Project No. P25 541200 6021700086 Sewer Project No. P258 541200 7021700086
DOE No. 4895
Bid Sub -bid Approx Unit of Description of Item With
Group Group Quantity Measure Bid Price Written in Words
(Furnish and install, including all appurtenant work, complete in place, the following items)
Water Distribution 170 CY Type "8 " Backfill
Sewer Collection 12
Sewer Collection 1.1 48
Sawer Collection 1,288
Water Distribution
Water
Water Distribution 1.286
Water Distribution
Water Distribution
Water Distribution 33
Water Distribution 33
Water Distribution 833
Water Distribution 33
Water Distribution 33
Waler Distribution
Water Distribution
Street Paving 1,820
_Fifteen. ______ .donars and
zero cents per cubic yard
EA Vacui.m Tes ting of San~ary Sewer _ 'r ,r.
ex£ ~01WQ 1<1 ~\~~d
lr'P cents per each
LF Trench Safety for Mains & Services
0 ,.;€" dollars and
fvO cents per linear foot
LF Posl Constructon Clean & TV (0-38)
I IM1 dollars and
('lo cents per linear foot
EA Exploratory Excavation (D -51)
'\ .. hi,.2 Jh!,Ml<LiO dollars and
cents per each
LF 8" Water Line c:,&.
1\'!~~ dollars and
~ cents per linear foot
TN i;e?Ductile Iron Fittings
----ri,.~ -E:we~n dollars and
f.Ji) cenls per Jon
EA 8" Gate Valve With Box & Lid
1-,!l~ ~ 561 dollars and
t\lC> cents per each
EA Main-to-Meler Service Connections rw~ 1-h.yt.p ,t...,1'.> do llars and
('../J cents per each
EA 1" Tap Jo Main
1}Al.:l ~I\@ F:tE:i:{ dollars and
t,.,t) cents per each
LF r:-J\1" Type "K" Copper Service Pipe
~~ e-1~;.ti-dollarsand
f':X) cents per linear foot
EA Remove/Install Water Meter
S Y'-fy -i==-\\/;f dollars and
/V9 cents per each
EA Remove/Replace Meter Boxes
C)~ ft<.\c:o u1) dollars and
cents per each
EA Fire Hydrant Assembly, inc. 6" gate valve
'f\11 0 ~~ SG\I~ ~ftl'IYo1ars and
N,:) cents per each
LS Water Service -2" Temporary
NI\/ q,y -Fl& 14:u,~n.,.,p dolars and
f..i) cents per lump sum
LF Permanent Trench Replacement
~ ~ -s {st dollars and
;:, cents per linear foot
B-6
Unit
Price
Pre-bid $15.'CY
$ t-is:--
$
$
$
$
$ Zoo-
$
$
Amount
Bid
2,550.00
(S1)C> -
s l ~00
s 3'0oo -
$
s 2-50 -s ~ 2-St>
$ s Ztl\S"-
$ s ~')oo-
2004 CIP PROJECT -Robin-Denver Stonn Drain Racons1ructfon
Storm Drain Project No. 00086 T/PW Project No. C200 541200 2022800088
Water Project No. P25 541200 6021700086 Sewer Project No. P258 541200 7021700088
DOE No.4895
CPIIS Bid Sub-bid Approx Unit of Descrlpllon of Item Wlh uni Amount
AlcanlNo. Group Groue Quanaty aa-ure Bid Price Wrflllln In Words Price Bid
(flfflllh and in9lal, Including al eppwterall wark, comple6e in place, 111! followirG bms)
Blcl-OOll37 -DlstlJleln 10 CY Class "B" Concnlle
~ -and
U1 -per CtDCyanl s l I) s 100
Biel-00402 Snlll Pamay 250 SF Ra.-Ccn:nM Drlleway
(2~0 dalalsand l--Z.So U) l*llsper....-foot s s
11111-00401 Snlll Pamay 250 SF Raplal» Canc:na On--.
P1t1G dalalsand \'2-~-NO cenls per ..... foot s s-•
Blcl-00529 Shel Pamay 185 SF .._ Concn,le Sidewalk
OYe -and
fV'C cenls per _foot ! l-• ( is-
Blcl-00529 Snet Pamay 185 SF Rllpllaecn:.. Sidewalk $t.t-Eo..((\..-.........
s Yo~j--1 1-t.t< ,V-t) cen1s per 111188 foot
Pft9lll9rll Repair
Blcl-00445 Snlll PIMIII 8.010 SY Z' 1)pe V HMAC Slaface Coone
(ncl. pemw,enlnnch, ...... cweilay)
~~~ -. .... lo~
El ~ cemper~yan1 s I 5°2-1 Cit 5"" -
Blcl-00448 Snlll PIMIII l,t10 SY Z' S&afal:e
~ -. .... l~
Pl~ -per tr.sfoot s s 17, "\!.-
Bid-00497 Snlll PMlg 11 EA 111.m.ll*II:
D~o ~OMD El rz. -.an11
~ perMCII s Z.,Sl) -• 'l. l-Sb -
Blcl-00456 Snlll PMlg 330 lF Bta.Jan . ~ & Sealed ...--t:,_vJC dollninl 3?,o-r-1=' ""'* per ... foot s 1-•
Bid-00424 Shel PMlg 1.275 lF '--CCIIClllle Cuib & Guller
Ftl/~ Clolllrs a,d
• &, > '".K" -l!,,lQ Cllllsper ... foot s b-
Blcl-00423 Snet PMlg 1,275 lF Rllplla Concnlle Curb & Guller
~ dalarsand 30 -3'8 ''Z-'Sb -Ui) -per.,_.lbot $ !
Bid-00528 Slrwt Pallway 180 SF Ra.-Concnlle Sidewalk
~ dolarsand t~o -µo cenls per ..... foot $ 1-s
Bill-00529 Snlll Pal<way 180 SF Rllplla eor-SldeWlllk
~"'4,..-dolarsand 1--2o--tJ() l*llsper ..... foot s 4-s
Blcl-00402 Shel Pllllway 710 Sf RamlMI Cancnle Dd...ay Ajlpmach
~ cdasand -No cnsper1q1aefoot $ i-• 1-to
11111-00401 Shet Pllllway 710 SF Alplm,e ear-On--. .Apploadl
~~\/6 cdasand ~-3~~--,->.o cnsper1q1aefoot ! !
B-7
Bid-00402
llld-00401
llld-00402
lllf. 00401
. 11111-00401
Bid-00401
llld-00481
11111-DOml
Bid-00480
llld-00130
IN-00100
2004 CIP PROJECT -Robin-Denver Stonn Drain Reconstruction
Storm Drain Project No. 00086 T/PW Project No. C200 541200 2022800088
Water Project No. P25 541200 8021700088 Sawer Project No. P258 541200 7021700088
DOENo.4895
Bid Sub-llid Approx Unit of &.ciipilon of Item Wllll
Group Group Quanllty lleasure Bid Price Wrttaan In Words
(Flffillh a,d lnltal, includlng al appl.denlri 'Mn, complala in place. .. tlllowlrlg ilams)
Slnlel Parlooray 30 SF '--Alpllll Driweolay~
Slnlel Parlooray 30
WalMly SkleMI< 40
WalMly Sldewllc 40
$net PINing
Slnlel PINing
Snet PINing
Snet Parlooray
Graa \tegllallall 550
laid Fence 1IIO
Drainage Major
SF
EA
EA
EA
9'N'§: .........
--~----dallnand
_... ,... .... foat
Replace t/fdm ., fiDA 'Mlrl8lchlir" Raa1)
1',o;~-~<V\7 dalaraWI
'(\JO _... ,... ..... foot
Speed tuip-StandllnlAlpllll -......
()...J; 11\0\\Y'NQ dalln and ~.o _,.._
Speed Hlm1i-~an SpeedCullmn
z?:: fnuJOM!) ...,.. .,..
rJ 0
LS ~~(MH.GV)
~S'~]"f -Q\l 'G. \WN\~ dallnand
M cenls perunp sam
5Y a-Barmudll Sod
Fl.\/~ .........
r-0 cenlsperlql*9yaRI
lF T-,pcnry Fenc:q
'lli~ dolarsand
(VO cenlsper-fDOt
LS SWPPP (0-M)
TvJE<t521 --\\~ JM:+i:0 clallnand
~ -perunp 811111
TOTAL
B-8
s
s
s
s
s
Unit
Prk:e
lf-
300
looo
-
--
~00-
~ $1500.00/l.S
s s--
s 2-0-
s
Amount
Bid
s lZo--
• 0
3oo -s
\00\) -s
s (a.oc-
s 7,@0.CIO
s 'c;()OO-
· 1 i-o~, 4-4-to
1
Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the
formal contract and will deliver an approved Surety Bond and such other bonds as required by the
Contract Documents, for the faithful performance of the Contract. The attached bid security in the
amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and
bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for
the delay and additional work caused thereby.
If as a requirement of this project, the undersigned bidder certified that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have read and thoroughly understand all the requirements and conditions of those General
Documents and the specific Contract Documents and appurtenant plans.
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No. 7400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within one hundred fifty (150) working days after beginning construction as set
forth in the written work order to be furnished by the Owner.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of _______ _
a. Nonresident bidders in the State of , our principal place of
business, are required to be __ percent lower than resident bidders by state law. A
copy of the statute is attached.
b. Nonresident bidders in the State of , our principal place of
business, are not required to underbid resident bidders.
The principal place of business of our company or our parent company or majority owner is
in the State of Texas.
Respectfully submi~e~
By: Cl~{_ -Cl:\Af.U'.> 8 l..tw.lkelf
Title: P /U>t0€N\
Company:
Address:
~4~t,ey ~rUOlE 1~~)~c...
f. o. Goe l i, BdJ
GREEN CEMENT POLICY COMPLIANCE STATEMENT
(To be furnished by the Contractor to the City at the time of bid opening)
(Submit separate forms for each supplier I retailer)
This goes to certify that the cement used for this project meets the
following criteria:
D The cement was manufactured in a kiln utilizing the dry process
(list source below) that met the emission standard of 1.71b or
less of NOx / ton of clinker released into the atmosphere.·
D The cement meets ASTM C-150 requirements
Source of Cement:
Name of Concrete Supplier
Name of Plant (Kiln) & Address __ \ __ Y-_l"'----'f\A._,_o_u:,_1\\-~'~~--+JTf-~----~
Name of Manufacturer T)(l
CONTRACTOR SUPPLIER
Lov.Jw~ iv fkn, Lfl,t.~
Name lM.¥ l(t..Al;{ Ok
V'PM;zt~
Title Title
~,ouJil;uJJ\.. (l,Sf)l1"" '-)L
Com any
Phone Number Phone Number
BID SCHEDULE
For Project: 2004 CIP Robin-Denver Storm Drain Reconstruction
BID SCHEDULE NOTE
ITEM
1. Contact franchise utilities (gas , electric) for relocates
2. Sanitary Sewer Pipe (all in conflict/below new storm drain line)
3 . Permanent Trench Repair
4 . Water Pipe (all in conflict/below new storm drain line)
5. Permanent Trench Repair
6 . Storm Drain Main and laterals
7. Permanent Trench Repair
8 . Inlets , curb and gutter repair
9. Street full width pavement repair
'
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative t o 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 , suppl ies 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 bidde r 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 (g ive State), our principal
place of business , are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas . ~
BIDDER :
Ll\v.Jt~l..aj ~(1..,lO~~ ~c.cM{IUAC(~lc..By :_c_\A-_~ __ t;"_. ~~~lt-~---
Companyf (Please print) --r
Address
£o<i ~Jo~ ,]1 #\U-> ~o
City/State/Zip ·'
Signatu re : C
Title: '7 YU> lO~
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
LIST OF Select Fitting Type FITTINGS
For Project: 2004 CIP Robin-Denver Storm Drain Reconstruction
ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING
INSTALLATION.
TYPE SIZE QTY WEIGHT TOTAL WT
MJ Solid .Sleeve 6" 2 33 (~('2(~/.eb
Reducer 8"x6" 4 90 s 4..,0
11.25"' Bend 8" 1 110 llO
45 /\ Bend 8" 11 110 \ Z, \~
Tee 8"x6" 1 175 1-:K'
'
COST
5!,~ tyl'.:) -
'I!, -z,,/)-=-
1-gco -
<t{ ~oo -
si..s't?-o -
':::ontractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as,a part of the bid. Contractor is responsible for
·.orrect quanity total of all fittings and specials.
ADDENDAINDEXANDRECEWT
Add e nda Date Receipt
Number
(D 42 j,z, / 0~
-i,( 1,5ic01 Op
fp b l \~{(:)°l "i( 'Z, s-( o er or
6) 1, l L 7 ( O" '2 f i ~1e>, ~
@ 'l{-i~lo, l,, / -i '51 t, °I ~
5 -General and Special
Conditions
5.1 -Part C General Conditions
(water-sewer)
5.2 -Supplementary Conditions to
Part C (water-sewer)
5.3 -Part D -Special Conditions
(water-sewer)
5.4 -Part DA -Additional Special
Conditions (water-sewer)
5.5 -Part E Specifications
5.6 -Special Provisions (paving-
drainage)
5. 7 -Wage Rates
5.8 -Compliance with and
Enforcement of Prevailing Wage
Rates
5.9 -Standard Details (water-
sewer)
5.10 -Standard Details (paving-
drainage)
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl-1. 4
Cl-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-1.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
C2-2
C2-2.l
C2-2.2
C2-2.3
C2-2.4
C2-2.5
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2.ll
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEM~ER 1, 1987
TABLE OF CONTENTS
DEFINITIONS
Definition of Terms
Contract Documents
Notice to Bidders
Proposal
Bidder
General Conditions
Special Conditions
Specifications
Bond
Contract
Plans
City
City Council
Mayor
City Manager
City Attorney
Director of Public Works
Director, City Water Department
Engineer
Contractor
Sureties
The Work or Project
Working Day
Calendar Day
Legal Holiday
Abbreviations
Change Order
Paved Streets and Alleys
Unpaved Streets and Alleys
City Streets
Roadway
Gravel Street
INTERPRETATION AND PREPARATION OF
PROPOSAL
Proposal Form
Interpretation of Quantities
Examination of Contract Documents
and Site
Submitting of Proposal
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modification of Proposals
Public Opening of Proposals
Irregular Proposals
Cl-I (!)
Cl-1(1)
Cl-1(1)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(5)
Cl-1(5)
Cl-1(5)
Cl-1(5)
Cl-1(6)
Cl-1(6)
Cl-1(7)
Cl-1(7)
Cl-1(7)
Cl-1(7)
C2-2(1)
C2-2(~)
C2-2(2)
C2-2(3)
C2-2(3)
C2-2(3)
C2-2(4)
C2-2(4)
C2-2(4)
C2-2(4)
C2-2(5)
C2-2.12
C3-3
C3-3.l
C3-3.2
C3-3.3
C3-3.4
C3-3 .5
C3-3 .6
C3-3 .7
C3-3.8
C3-3 .9
C3-3.10
C3-3 .ll
c3:..3_12
C3-3.13
C3-3.14
C3-3.15
C:4-4
C4-4.l
C4-4.2
C4-4.3
C4-4.4
C4-4.5
C4-4 .6
C4-4.7
CS-5
CS-5.l
CS-5.2
CS-5 .3
CS-5 .4
CS-5.5
CS-5.6
CS-5.7
CS-5.8
CS-5.9
CS-5 .10
CS-5 .11
CS-5 .12
CS-5.13
CS-5 .14
CS-5.15
CS-5.16
CS-5 .17
CS-5.18
C6-6
Disqualification of Bidders
AWARD OF EXECUTION OF DOCUMENTS
Consideration of Proposals
Minority Business Enterprise/
Women-Owned Business Enterprise
Compliance
Equal Employment Provisions
Withdrawal of Proposals
Award of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor 's Obligations
Weekly Payroll
·Contractor 's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Schedule of Operations
Progress Schedules for Water and Sewer
Plant Facilities
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
Authority and Duties of Inspectors
Inspection
Removal of Defective and Unauthorized
Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Stru~tures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Cleanup
Final Inspection
LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
Cl-l ( l )
C2-2(5)
C3-3(1)
C3-3(1)
C3-3(1)
C3-3(2)
C3-3(2)
C3-3(2)
C3-3(2)
C3-3(4)
C3-3(4)
C3-3(4)
C3-3(4)
C3-3(7)
C3-3(7)
C3-3(7)
C3-3(8)
..
C4-4 (1)
C4-4(1)
C4 -4 ( 1)
C4-4(2)
C4-4(2)
C4-4(4)
C4-4(4)
CS-5(1)
CS-5(1)
CS-5(2)
CS-5(2)
CS-5(3)
CS-5(3)
CS-5(3)
CS-5(4)
CS-5(5)
CS-5(5)
CS-5(6)
CS-5(6)
CS-5(7)
CS-5(7)
CS-5(8)
CS-5(9)
CS-5(9)
CS-5(9)
-
-
--
-
-
-
-
-
C6-6.l
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6.6
C6-6.7
C6-6.8
C6-6 .9
C6-6.10
C6-6 .11
C6-6.12
C6-6.13
C6-6.14
C6-6.15
C6-6.16
C6-6.17
C6-6.18
C6-6.19
C6-6 .20
C6-6.21
C7 -7
C7-7.l
C7-7.2
c7.:..7. 3
C7-7.4
C7-7.5
C7-7.6
C7-7.7
C7-7.8
C7-7.9
C7-7.10
C7-7.ll
C7-7 .12
C7-7.13
C7-7.14
C7-7.15
C7-7.16
C7-7.17
C8-8
C8-8.l
C8-8.2
C8 -8.3
C8-8.4
C8-8.5
/
Laws to be Observed
Permits and Licenses
Patented Devices, Materials and
Processes
Sanitary Provisions
Public Safety and Convenience
Privileges of Contractor in Streets,
Alleys, and Rights-of-Way
Railway Crossings
Barricades, Warnings and Watchmen
Use of Explosives , Drop Weight, etc .
Work Within Easements
Independent Contractor
Contractor's Responsibil i ty for
Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public
Utilities , etc.
Temporary Sewer Drain Connections
Arrangement and Charges of Water
Furnished by City ·
Use of a Section or Portion of the Work
Contractor's Responsibility for Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of the Work
Limitations of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time of Completion
Delays
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract Due to National
Emergency
Suspension or Abandonment of the Work
and Annulment of Contract
Fulfillment of Contract
Termination for Convenience of the Owner
Safety Methods and Practices
MEASUREMENT AND PAYMENT
Measurement of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Reta i nage
Cl-1 (1)
C6-6 (1)
C6-6(1)
C6-6 (1)
C6-6(2)
C6-6(2)
C6-6(3)
C6-6(4)
C6-6(4)
C6-6(6)
C6-6(6)
C6-6(8)
C6-6(9)
C6-6(9)
C6-6(10)
C6-6(10)
C6-6(10)
C6-6 (11)
C6-6(11)
C6-6(11)
C6-6(12)
C6-6(12)
C7-7(1)
C7-7(1)
C7-7(1)
C7-7(2)
C7-7(2)
C7-7(3)
C7-7(4)
C7-7 (4)
C7-7(5)
C7-7 (5)
C7-7(6)
C7-7(6)
C7-7(7)
C7-7(8)
C7-7(10)
C7-7(10)
C7-7(13)
C8-8(1)
C8-8(1)
C8-8(1)·
C8-8(1)
C8-8(2)
C8-8.6
C 8-8.7
C8 -8.8
C8 -8.9
C 8-8 .10
C8 -8 .ll
C8 -8.12
C8-8.13
Withholding Pay me nt
Fina l Acc e ptance
Final Payment
Adequacy o f Design
Gene ral Gu a ranty
Subsidiary Work
Misc e llaneous Placement of Materia l
Record Documents
C 8 -8(3)
C8 -8 (3 )
C8-8(3)
CB -8 (4)
C B-8 (5)
CB-8(5)
CB-8(5)
C8-8(5)
PA RT C -GENERAL CONDIT IO NS
Cl -1 DEFINTIONS
SECTION Cl-1 DEFINITIONS
Cl -1 .1 DE F I NIT I ONS OF TERMS : Whenever in these Cont r act
Documents the fo ll owing terms or pronouns in p l ace of them are
u sed , t h e in te n t and me an ing s h a l l be u nderstood a nd inte rp rete d
as fo l lows :
Cl -1 .2 CO NT RAC T DOC UMENT S : Th e Co n tract Documents are al l of
t h e wr itte n a n d
adde nd a , plans ,
t h e contract .
Docume n ts and the
d raw n doc u me n ts , such as specificat i ons , bonds ,
etc ., wh ich govern the terms and performanc~ of
Th ese are co n tai n ed in t h e Ge n era l Co n tract
Spec i al Contract Documents .
a . GEN ERA L CO NT RAC T DOCU MENTS :
Docume n ts govern a ll Water
in c lude t h e f o l lowi n g items :
Th e Gene r a l Co n tract
Department Projects a n d
PAR T A -NOTI CE TO BIDDERS (samp l e )
PAR T B -PROPOSAL (sample )
PAR T C -GENE RA L CONDI TI ONS (C I TY )
C l-I(\)
Wh ite
Wh ite
Ca na ry Ye l low
-
-
-
..
-
-
-
--
(Developer) Brown
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G -CONTRACT
(Sample)
(Sample)
Green
El-Whit e
E 2 -Goldenrod
E 2A-White
Blue
White
White
b . SPEC I AL 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 BIDD ERS (Advertisement) Same as
above
PART ,B -PROPOSAL (Bid )
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
C l-I (1)
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl -1 .3 NO T ICE TO BIDDERS : All of the legal publications either
actually published in public advertising mediums or furnished
directly to interested parties pertaining to the wor k
contemplated under the Contract Documents constitutes the Notice
to Bidders .
Cl-1. 4 PROPOSAL : The comp l eted writte n and signed offer or
tender of a bidder to perform the work which the Owner desires
to have do n e , toget h er with the bid security , constitutes the
Pro p osa l , wh ic h becomes bi nd i n g u po n t h e Bidder when it is
offic i al l y received by the Owner , has been publicly opened a n d
read and n ot rejected by t h e Owner .
Cl -1 .5 BI DD ER : Any person ,
company , associat i on , co r poration ,
duly aut h orized representative ,
performing the work contemplated
constitutes a bidder .
person s , firm , part n ership ,
acting directly or through a
submitting a proposal for
under the Contract Documents ,
Cl -1 . 6 GEN ERAL CO NDI TIONS : The General Conditio n s are t h e
usual construction and contract requirements which govern t h e
performance of the work so that it will be carried on in
accordance with the customary procedure , the local statutes , a n d
requirements of the City of Fort Worth 's charter and promulgated
ordinances .
Wherever there may be a
and Special Conditions ,
sha l l govern .
conflict between the General Conditio n s
the latter shall take precedence and
Cl -1 .7 SPECIAL CONDI TI ONS : Special conditions are the specific
requ ireme n ts which are necessary for t h e particu l ar project
covered by the contract Documents and not specifically covered
in the General Conditions . When considered with the General
Conditions and other e l ements of the Con t ract Documents t h ey
provide the information whic h the Contractor and Owner should
have in order to gain a thorough knowledge of the project .
Cl -1 . 8 SPECIFICATIONS : The Specifications are that section or
part of the Contract Docume n ts which sets forth in detail the
requ ireme n ts whic h mu st be met by all materials , co n struction ,
workmanship , equ i pme n t and services in order to re n der a
completed and useful project . Whenever reference is made to
C l-I (2)
--
--
-
-
-
-
-
standard specifications , regulations , requirements , statutes ,
etc ., such referred to documents shall become a part of the
Contract Documents just as thought they were embodied therein.
C 1 -1 . 9 BOND : The
security furnished
performance of the
bond or bonds are the written guarantee or
by the Contractor for the prompt and faithful
contract and inc l ude the following :
a . Performance Bond (see paragraph C3 -3 .7 )
b . Payment Bond (see paragraph C3-3 .7)
c . Maintenance Bond (see paragraph C3 -3 .7 )
d . Proposal or Bid Security (see Specia l Instructions to
Bidders , Part a and C2 -2 .6 )
Cl -1.1 0 CONTRACT : The Contract is the formal signed agreement
between the Owner and the Contractor covering the mutual
understand i ng of the two contracti n g 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 other parts of the Contract Documents , but
they are a part of the Contract Documents just as though they
were bound therein .
Cl -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 c h arter to perform
specific duties . Responsibility for final enforcement of
Contracts involving the City of Fort Worth is by Charter vested
in the City Manager . The terms City and Owner are synonymous .
Cl-1 .13 CITY COUNCIL: The duly elected and qualified governing
body of the City of Fort Worth , Texas .
Cl -1.14 MAYOR : The official l y elected Mayor , or in his absence ,
the Mayor Pro tern of the City of Fort Worth , Texas .
C J-I (3)
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 .
Cl-1.17 DIRECTOR OF PUBLIC WORKS : The duly appointed official
of the City of Fort Worth , referred to in the Charter as the
City Engineer , or his duly authorized representative .
CITY WATER DEPARTMENT : The duly appointed
Water Department of the City of Fort Worth ,
authorized representative , assistant , or
Cl-1 .18 DIRECTOR ,
Director of the City
Texas , or his duly
agents .
Cl -1.19 ENGINEER : The Director of Public Works , the Director
of the Fort Worth City Water Department , or their duly
authorized assistants , agents , engineers , inspectors , or
superintendents , acting within the scope of the particular
duties entrusted to them.
Cl -1 .20 CONTRACTOR: The person , persons , partnership , company ,
firm , association , or corporation , entering into a contract with
the Owner for the execution of the work , acting directly or
through a duly authorized representative. A sub-contractor is a
person , firm corporation , or others under contract with the
principal contractor , supplying labor and materials or only
labor , for work at the site of the project .
Cl -1.21 SURETIES : The Corporate bodies which are bound by such
bonds are required with and for the Contractor . The sureties
engaged are to be fully responsible for the entire and
satisfactory fulfillment of the Contract and for any and all
requirements as set forth in the Contract Documents and approved
changes therein .
Cl -1 .22 THE WORK OR PROJECT : The completed work contemplated in
and covered by the Contract Documents , including but not limited
to the furnishing of all labor , materials , tools , equipment, and
incidentals necessary to produce a completed and serviceable
project.
C i -I (4)
--
--
-
-
-
-
-
Cl -1 . 23 WORKING DAY : A working day is defined as a calendar
day , not including Saturdays , Sundays , and legal holidays , in
wh ich the weat h er or other conditions not under the control of
the Contractor permit the performance of the principal unit of
work for a period of not l ess than seven (7 ) hours between 7:00
a.m. and 6 :00 p .m., with exceptions as permitted in paragraph
C7 -7 .6 .
Cl -1.24 CALE ND AR DAYS: A ca l endar day is any day of the week or
month , no days be i ng excepted .
Cl -1 . 25 LEGAL HOLIDA YS : Lega l holidays sha ll
prescribed by the City Council of the City of
observa n ce b y City e mpl oyees as fo ll ows :
be observed as
Fort Worth for
1. New Yea r's Day January 1
' 2 . M.L. King , Jr . Birthday Third Monday in January
3 . Memorial Day Last Monday in May
4 . Indepe ndence Day July 4
5 . Labor Day First Monday in September
6 . Th anksgiving Day Fourth Thursday in November
7 . Th anksgiving Friday Fourth Friday in November
8 . Christmas Day December 25
9 . Such other days in lieu of holidays as the City Counc i l may
determine.
When one of the above named holidays or a special h o liday
declared by t h e City Council , falls on 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
emp l oyees working on working day operations . Employees working
calendar day operations wil l consider the calendar holiday as
the holiday .
Cl -1 .26 ABBREVIATIONS : Wherever the abbreviations defined
herein appear in Contract Documents , the intent and meaning
shall be as follows :
AASHTO -American Association of State Highway Transporta t i o n
Officials
ASCE -American Society of Civil Engineers
LAW -In Accordance With
AWWA -American Water Works Association
ASA -American Standards Association
HI -Hydraulic Institute
Cl-I (5)
Asph . -
Ave . -
Blvd . -
CI -
GI -
Lin . -
lb . -
MH -
Max . -
Asphalt
Avenue
Boulevard
Cast Iron
CL-
Galvanized Iron
Linear or Lineal
Pound
Manhole
Maximum
Cent er Lin e
CFS -
Min. -
Mo n o . -
MGD -Million Gallons per Day
Cubic Foot per Second
% -
R -
I.D . -
0 .0 .
Elev . -
F -
C -
In . -
F t . -
St . -
CY -
Yd . -
SY -
L .F . -
D .I . -
Mi n i mum
Monolithic
Percent u m
Radius
Inside Diameter
Outside Diameter
Elevation
Fahrenheit
Centigrade
Inch
Foot
Street
Cubic Yard
Yard
Square Yard
Linear Foot
Ductile Iron
Cl -1.27 CHANGE ORDER : A "Change Order " is a written
suppleme n tal agreement between the Ow n er a n d t h e Co n tractor
covering some added or deducted i tern or feature wh i ch 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 proposa l are not the subject
matter of a Change Order unless the increase or decrease is more
than 2 5 % of the amount of the particular i tern or i terns in the
original proposal .
All "Change Orders " shall be prepared by the City fro m
information as necessary furnished by the Co n tractor .
Cl -1 .28 PAVED STREETS AND ALLEYS :
be defined as a
types of wearing
surface :
street or
surfaces
alley
applied
C 1-1 (6)
A paved street or alley sha ll
ha v ing one of the fol l owing
over the natural unimproved
,.
-
-
-
• 1, .....
-
-
-
-
-
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 .
Cl -1.29 UNPAVED STREETS OR ALLEYS : An unpaved street , alley ,
roadway or other surface is any area except those defined above
for "Paved Streets and Alleys ."
Cl-1 . 30 CITY STREETS : A city street is defined as that area
between the right -of -way lines as the street is dedicated .
Cl -1 . 3 1 ROADWAY : The roadway is defined as the area between
parallel lines two (2 ') feet back of the curb lines or four (4 ')
feet back of the average edge of pavement where no curb exists .
Cl-1 .32 GRAVEL STREET : A gravel stre~t is any unpaved street to
which has been added one or more applications of gravel or
similar material other than the natural material found on the
street surface before any improvement was made .
C 1-1 (7)
SECTION C-GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.l PROPO SA L FORM : Th e Ow n er will furnish bidders with
proposal forms which will contai n an itemi zed list of the items
o f work to be done or mat erials to be furnished and up on which
bid prices are requested. Th e Proposal form will st ate the
Bidder 's general understanding of the project to be complet ed ,
provide a space for furnishing the amount of bid security , and
state the basis for entering into a formal co ntract. Th e Owner
will furnish forms for the Bidder 's "E xperience Record,"
"Equipment Schedule ," and "Financial Statement ," all of which
must be pr o perly executed and filed with the Director of t h e
City Water Depar tment one week prior to the h o ur for o pening of
bids.
Th e financial statement required shal l have been prepared by an
independent certified public accountant or an indepe nde nt public
accountant holding a valid permit issued by an appropriate state
licensing agency , and shall have been so prepared as to r ef l ect
t he c urrent fi nan cial status. This statement must be current
and not more than o ne ( 1) year old . In the case that a bidding
date falls wit hin the time a new statement is being prepared ,
t h e previous statement shall be updated by proper ver ifi cation .
Liquid assets in t h e amount of ten (1 0 %) percent of the
estimated project cost will be required .
F o r an exp e ri ence record to be con sidered to be acceptab l e for a
given project , it must reflect t h e experience of t h e firm
seek ing qualification in work of both the same nature and
magnitude as that of the project for which bids are to be
received . Such experience mu st have been on projects completed
not more than five (5) years prior to t h e date on which b id s are
to be received . The Director of the Water Department shall be
so l e j udg e as to the acceptability of experience for
qualification to bid o n any Fort Worth Water Department project .
The prospective bidder s h a ll schedu le the equipme nt he ha s
avai lable for the proj ect and state that h e will rent s u c h
additional e quipme nt as ma y be required to compl ete the project
o n which h e submits a bid .
C2-2 (I)
' ..
-
-
-
-
...
-
-
-
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 . 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 addend-a and
shall become part of the Contract Documents just as though such
addenda were actually written into the original Contract
Documents.
Prior to the filing of proposal , bidders are required 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 the 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 in prima -facie evidence that
the bidder has made the investigations , 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 .
C2-2 (2)
The logs of Soil Borings , if any , showing on the plans are for
genera l information only and may not be correct . Neither t h e
Owner nor the Engineer guarantees that the data shown is
representative of conditions which actually exist .
C2 -2.4 SUBMITTING OF PROPOSAL : The bidder sha ll submit his
Proposal o n the form furnished by the Ow n er . All blank spaces
applicable to the project co n tained in the form s hall be
correct l y filled in and the bidder shall state the prices ,
written in ink in bot h words and numerals , for which he proposes
to do the work co n temp la ted or furnish the materials requir ed .
All suc h prices s hall be written legibly . In case of
discrepancy between the price written in words and the price
wr i tten in numerals , the price most advantageous to the City
shal,l govern.
If a proposal i s s ubmitted by an indi v idual , his or her name
.must ·be signed by his (h er ) duly aut h orized agent . If a
proposal is submitted by a firm , association , or partnership ,
the name and address of each member mu st be given , a nd the
proposal must be signed by a member of the firm association , or
partners h ip , or by a person duly authorized . If a proposal is
submitted by a company or corporation , the company or corporate
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 of Attorney authorizin9 agents or ot h ers
to sign proposa l must be properly certified a nd must be in
writing and submitted with the proposal .
C2 -2 . 5 REJECTION OF PROPOSALS: Proposals may be rejected if
t h ey show any alteration of words or figures , additions not
cal led for , condit i o nal or uncalled for a lternate bids ,
incomplete bids , erasures , or irregularities of any kind , or
contain unbalanced va lu es of any i terns . Proposals tendered or
de li vered after the officia l time designated for receipt of
proposals sha ll be returned to t h e Bidder unopened .
C2-2 . 6 BID SECURITY : No proposal will be considered unless it
is accompanied by a "Proposal Security " of the c har acter a nd in
t h e amou nt in di cated in the "N otice to Bidders " and t h e
"Proposal." Th e Bid Security is required by the Owne r 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 r equired time exec ut e a formal contract a nd furnish the
required performance and other bonds . Th e bid security of t h e
C2 -2 (3)
-
-
-
--
-
three lowest bidders will be retained until
awarded or other disposition is made thereof .
of all other bidders may be returned promptly
of bids .
the contract is
The bid security
after the canvass
C2-2 . 7 DELIVERY OF PROPOSALS : No proposal will be considered
unless it is delivered , accompanied by its proper Bid Security ,
to the City Manager or his representative in the official place
of business as set forth in the "Notice to Bidders ." It is the
Bidder 's so l e responsibility to deliver the proposal at t h e
proper time to the proper place . The mere fact that a proposal
was dispatched will not be considered. The Bidder must have the
proposal actua l ly delivered . Each proposa l s h a l l be in a sealed
envelope plainly marked with the word "PROPOSAL " and the name of
description of the project as designated in the "Notice to
Bidders ." The e n velope sha ll be addressed to the City Manager ,
City Hall , Fort Worth , Texas .
C2-2 .8 WITHDRAWING PROPOSALS : Proposals actua ll y fi l ed with the
City 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 pr;oposals 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 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 comm un i cation
over the signature of the bidder was mailed prior to the
proposal opening time . If such confirmation is not rece.i ved
within forty -eight ( 4 8) hours after the proposal opening time ,
no further consideration will be given to the proposal.
C2 -2 .10 PUBLIC OPENING OF PROPOSA L: 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 proposa l s which have
been opened and read will remain on file with the owner unti l
C2 -2(4)
the contract has been awarded .
representatives are invited to
bids .
be
Bidders
present
or
for
their
the
authorized
opening of
C2 -2 .ll IRREGULAR PROPOSALS: Proposals shall be considered as
being "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 and 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 cannot 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 .
C.
d.
e.
f.
g.
h.
Reasonable grounds for believing that any bidder is
interested in more than one proposal for work
contemplated .
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 .
The bidder being in arrears on any existing contract
or having defaulted on a previous contract .
The bidder having performed a prior contract in an
unsatisfactory manner.
Lack of competency as revealed by the financial
statement, experience record , equipment schedule , and
such inquiries as the Owner may see fit to make .
Uncompleted work which , in the judgment of the Owner ,
will prevent or hinder the prompt completion of
additional work if awarded .
The bidder not filing with the Owner , one week in
advance of the hour of the opening of proposals the
following :
1.
2 .
Financial Statement showing the financial
condition of the bidder as specified in Part "A"
-Special Instructions .
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 .
C2-2 (5)
-
-
-
-
3 . An equipment schedule showing the equipment the
bidder has available for use on the project.
The Bid Proposal of a
Engineer , is disqualified
shall be set aside and not
bidder who , in the judgment of the
under the requirements stated herein ,
opened.
C2-2 (6)
.. .
PART C-GENERAL CONDITIONS
C3-3 AWARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AWARD AND EXECUTION OF DOCUMEN T S
C3-3 . 1 CONSIDERATION OF PR OPOSALS : After proposals have been
opened and read aloud , the proposals will be tabulated on the
basis of t he quoted prices , the quantities s hown in the
proposal , and the application of suc h formulas or ot her methods
of brining items to a common basis as may be established in the
Contract Documents .
The tota l obtained by taking the sum of the products of unit
prices quoted and the estimated quantities plus any l ump sum
items and such other quoted amounts as may enter into the cost
of the tompleted project will be cons idered as the amount of the
bid .
Until the award 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 ma _y be co nsidere d for the best
interest of the Owner.
C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN -OW NED BUSINESS
ENTERPRISE COMPLIANCE : Contractor agrees to provide to Ow ner ,
upon request , comple te and acc ur ate information regarding actua l
work performed by a Minori ty Business Enterprise (MBE) an/or a
Woman -Owned Business Enterprise (WBE) on the contract and the
payment therefore . Contractor further agrees , upon request by
Owner , to allow an audit and/ or an exami na tio n of any books ,
records , or files in the possession of Contractor t h at will
substantiate the actual work performed by the MBE or WBE. Any
material misrepresentation of a ny n ature will be grounds for
termination of the contract and for initi ati ng any action under
app ~o priate fed era l , state or l oca l law s and ordina nces relating
to false statements; furth er , any such misrepresentation may be
grounds for disqualification oi 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 Ordinance prohibiting discrimination in
employment practices . Th e Contractor shall post the required
C3-3 (I)
-
-
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 .5 AWARD OF CONTRACT : The Owner reserves the right to
withhold final action on t h e proposals for a reasonable time ,
not to exceed forty-five (45 ) days after the date of opening
proposa l s , and in no event wi ll a n award be made u nti l after
investigations have been made as to the responsibility of the
proposed awardee .
The award of the contract , if an award is made , will be to the
lowest and best responsible bidder .
The award of the contract shall not become effective until the
Owner has notified the Contractor in writing of such award .
C3 -3 .6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price
totals have been determined for comparison of bids , the Owner
may , at its discretion , return the proposal security which
accompanied the proposals which , in its judgment , would not be
considered for the award . All other proposal securities ,
usually those of the three lowest bidders , wi ll be retained by
the owner until the required contrac t has been executed and bond
furnished or the Owner has otherwise disposed of t h e 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 an amount not less than 100 percent of the
amount of the contract , as evidenced by the proposal
and 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 al l
other persons against damage by reason of negligence
of the Contractor , or i mproper execution of the work
C3 -3 (2)
b. or the 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
c .
d .
force and effect until provisions as
are accomplished and final payment
project by the City .
above stipulated
is made on the
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 CB-8 .10 .
PAYMENT BOND : A good and sufficient payment bond , in
an amount not l ess than 100 percent of the amount of
the contract , as evidenced by the proposal tabulation
or otherwise , guaranteeing the prompt , full and
faithful payment of all claimants as defined in
Article 5160 , Revised Civil Statutes of Texas , 192 5 ,
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.
e. OTHER BONDS : Such other bonds as may be required by
these Contract Documents shall be furnished by the
Cont'ractor.
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
the Surety Company.
C3-3 (3)
-
Should any s urety on the contract be determined unsatisfactory
at any time by the Owner , notice will b e given the Contractor to
that effect and the Contractor shall immediately provide a ne w
surety satisfactory to the Owner . No payment wi ll be made under
the contract until the new surety or sureties , as required , have
qualified and hav e been accepted by the Owner . The contract
shall not be operative nor will any payments be due o r paid
until approval of the bonds by the Owner.
C3 -3 . 8 EXE CUTION OF CONTRACT : Within ten ( 10 ) days after the
Owner ha s by appropriate resolution , or ot herwise , awar ded t h e
contract , the Contractor shall execute and file with the Owner
the Contract and such bonds as may be required in the Cont rac t
Documents .
C3 -3 .9 FAILURE TO EXECUTE CON TRAC T: The failure of the Awardee
to execute the required bond or bonds or to sign the required
contract within ten (10 ) days after the co ntrac t is awarded
shall be considered by the Owner as an abandonment of hi s
proposal , and the Owner may annul the Award . By reason of the
uncertainty of the market prices of materi al and labor , and it
being impracticable and difficult to accurately determine the
amount of damages occurring to t he Ow ner by reason of said
awardee 's failure to execute said bonds and contract within ten
(10) day s , the proposal sec urity accompanying t h e proposal shall
b e the agreed amount of damage s which Owner will suffer by
r easo n of such failure o n the part of the Awardee and shal l
there up o n immediately be forfeited to the Owner .
Th e filing of a proposal will be considered as a n acceptance of
this provisi o n by the Bidder .
C3 -3 .10 BEGINNING WORK : The Contractor shall n ot commence wor k
until authorized in writing to d o so by the Ow n er . Sh ou ld the
Contractor fail t o commenc e work at the site of t h e project
within the time st ipulated in the written author i zation u sua lly
termed the "Work Order " or "Proceed Order ", it is agreed that
the surety Company will , within ten 910 ) days after the
commencement date set forth in such written authorization ,
commence the physical execution of the contract.
C3 -3 .11 INSURANCE :
this contract until
under the Contract
approved by the
The Contractor s hall n ot commen ce wor k under
h e has o btained all the insura nce required
Documents , and such insurance h as been
Owner . The prime Contractor s hall be
C3 -3 ( 4)
responsible for delivering to th e Owner the sub-contractor 's
certificate of insurance for appr o val . The prime contractor
sha ll indicate of the certificate of insurance inc l uded in the
documents for execution whether or not his insurance covers s ub -
contractors . It is the intention o f the Owner that the
insurance coverage required herein shall include the coverage of
al l sub -contractors.
a .
b .
COMPENSA TION INSURANCE: The Contractor shall
maintain , during the life of this co ntract, Workers '
Compensation In sura n ce on all of his employees to be
engaged in work o n t h e project under this contrac t,
and for all s ub-co n tractors . In case any class o f
emp l oyees engaged in h azardous work on the project
unde r this co ntr act is n ot protected under the
Workers ' compensa tion Statute , the Contractor shal l
provide adequate e mpl oyer 's genera l liability
insurance for t he protection of such of hi s employees
not so protected.
COMPR EHENSI VE GENERAL LIABILITY INSURANCE : Th e
Contractor s hall procure and shal l maintain during the
li fe of this contract Contractor 's Compre h e n sive
General Liability Insurance ( Public Liabi li ty and
Property Damage Insurance) in an amount n ot 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 umbrel la policy
coverage .
c . ADDITIONAL LIABILITY : The Contractor s h a ll furnish
insurance as separate policies or by additional
endorsement to one o f the above -mentioned policies ,
and in t h e amount as set forth for public liabili ty
and property damage , the f o llowing insurance :
1.
2 .
3 .
4 .
5 .
6 .
Contingent Liability ( covers Ge n eral Co n tractor 's
Liability for acts o f sub -contractors ).
Blasting , prior to any blasting being done .
Collapse of buildings or st r uctures adjacent to
excavation (i f excavations are to be performed
adjacent to same).
Damage to un derground utilities for $500 ,000 .
Builder 's risk (wh ere above-ground st ru ct ur es are
involved ).
Contract ual Liability (covers all indemni ficatio n
requirements of Contract ).
C3-3 (5)
...
d.
e.
f.
AUTOMOBILE INSURANCE BODILY INJURY AND PROPERTY
DAMAGE : The Contractor shall procure and maintain ,
during the life of this Contract , Comprehensive
Automobil e Liability insurance in an amount not less
than $250 ,000 for injuries including accidental death
to any one person and subject to the same limit for
each person an amount not less than $500 ,000 on
account of one accident , and automobile property
damage insurance in an amount not less than $100 ,000.
SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide
adequate protection for the Contractor and his sub -
contractors , respectively , against damage claims which
may arise from operations 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
amounts and by carriers satisfactory to the Owner.
( Sample attached .) All insurance requirements made
upon the Contractor shall apply to the sub-contractor ,
should the Prime Contractor 's insurance not cover the
sub -contractor 's work operations.
g . LOCAL AGENT FOR INSURANCE AND BONDING : The insurance
and bonding companies with whom the Contractor 's
insurance and performance , payment , maintenance and
all su c h o ther b o nds 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 agent , one upon whom service of process may
be had, and must have 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
C3 -3 (6)
any other claimant , any 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 of 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 PAYROLL : A certified copy of each payroll
covering payment of wages to all person 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 pertaining to the work governed by the Contract
whether it be administrative or otherwise and as such shall be
empowered , thus delegated and directed , to settle all material ,
labor or other expenditures , all claims against the work or any
other matter associated such as maintaining adequate and
appropriate insurance or security coverage for the project .
C3-3 (7)
Such local authority for 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 ,
appropriately signed and sealed , as applicable , by the
Contractor 's responsible officers with the understanding that
this written assignment of authority to a 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 oriented in furthering the
work , or other , are governed directly 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 for periods in
which work stoppages are in effect fort his reason .
C3 -3.15 VENUE : Venue of any action herein shall be exclusively
in Tarrant County , Texas.
C3 -3 (8)
SECTION C4-4 SCOP E OF WORK
PART C-GE NE RAL CONDITIONS
C4-4 SCOPE OF WORK
C4 -4 .l 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 t h e Contract Documents , shal l do al l extra of
special work as may be considered by the Owner as necessary to
complete t h e project in a satisfactory and acceptable manner .
The Co n tractor s h a l l , u nless otherwise specifical l y stated in
these Contract Documents , furnish all labor , tools , mater i a l s ,
machinery , equipment , special services , and incidenta l s
necessary to the prosecution and completion of t h e p r oject .
C4-4 . 2 SPECIAL PROVIS IONS : Should any work or conditions which
are n ot thoroug h ly and satisfactorily stipulated or cove r ed 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 , then "special
Provisions : covering all such work will be prepared by the Owner
previous to the time of receiving bids or proposal for such work
and furnished to the bidder in the form of Addenda. All such
"Special Provisions " shall be considered to be a part of the
Contract Documents just as though they were originally written
therein .
C 4 -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 if
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 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
furnis h ed by 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 port i on of the
work above or below the 25 percent of the origi n al quantity
stated in the proposal ; such revised consideration to be
C4 -4 (I )
determined by special agreement or as hereinafter provided for
"Extra Work ." No allowance will be made for any changes in
anticipated profits nor sha l l such changes be considered as
waiving or invalidating any conditions or provisions of the
Contract Documents .
Variations in quantities of sa n itary sewer pipes in depth
categories , shall be interpreted herein as applying to the
overall quantities or sanitary sewer pipe in each pipe size , but
not to the various dept h categories .
C4 -4, 4 ALTERATION OF CONTRACT DOCUMENTS : By Change Order , the
Owner reserves t h e righ t to ma k e s u c h c h anges in t h e Contract
Documents and in the c h aracter or quantities of the work as may
be necessa r y or desirable to insure completion in the most
satisfactory manner , provided s u ch changes do not materia ll y
alter the origina l Co n tract Documents or c h ange the genera l
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 permanent l y into the
project , and (4) actual cost of insurance , bonds , and
socia l security as determined by the Owner , plus a fixed
fee to be agreed upon but not to exceed 10 % of the actual
cost of such extra work . The fixed fee is not to inc l ude
any additional profit to the Contractor for rental of
equipment owned by him and used for the extra work . The
C4 -4 (2 )
d . fee shall be full and complete compensation to cover the
cost of superintendence , overhead , other profit , general
and all other expense not inc l uded in ( 1 ) , ( 2 ) , ( 3 ) , a n d
(4 ) above . The Contractor s h a ll keep accurate cost records
on the form and in the method suggested by t h e Owner and
s h a l l give t h e Owner access to a ll accounts , bills ,
vo u c h ers , a n d records re l at i ng to t h e Extra Work .
No "Ch a n ge Orde r" sha l l become effect i ve u n t i l it h as been
approved a n d sig n ed by eac h of the Co n tracti n g parties .
No c l ai m fo r Extra Wo rk of a n y k i nd wi ll be al l owed u n less
o r dered in wri t ing by th e Ow n er . In case a n y o rders o r
in stru ct i o n s , e i t h e r o ral o r wr i t t e n , a ppea r to t h e Cont r actor
t o invo l ve Ex tr a Wor k fo r whi c h h e s h o u l d r ece i ve comp e n sat i o n ,
h e s h a ll ma k e wri tt e n requ est to t he engi n ee r f or wr i tte n orde r s
a u t h o ri zi ng s u c h Extra Wo rk , prior to b eg i n n i n g su c h wo rk .
Sho uld a diffe r ence ar i se as to wh at d oes or does n ot constitute
Ext r a Work or as to t h e payme n t t h ereof , a n d t h e Eng in eer
i n sists u po n i t s p e r for ma n ce , the Co n tractor sha ll proceed wit h
t h e wor k afte r ma kin g written r equ est f or writte n orde r s a n d
s h a l l k eep a n accu r a t e acco un t of the ac tu a l reaso n a bl e cost
t h ereof as provided u nder meth od ( I tem C ) . Cl aims for extra
work wi l l not be pa i d unless t h e Co n tractor s h a ll f il e h is cla im
wi th the Owner within five (5 ) days before the time for making
the first estimate after such work is done and unless the c l aim
i s s u pported by satis f actory vouchers and certified payrolls
covering a l l labor and materials expended upon the said Extra
Work .
Th e Co n t r actor sha l l fur n is h t h e Owner s u c h i n stallation records
of a ll deviations from th e original Co n t r act Docume n ts as may be
necessary to e n able t h e Owner to prepare for perman ent record a
correc t ed set of plans showing t h e actua l insta l latio n .
Th e compensation agreed upon for "extra work " wh eth er or not
i n itiated by a "chan ge order " sha l l be a ful l , complete and
final payment for a ll costs Contractor incurs as a result or
relating to the c h ange or extra work , wh ether said costs are
k n ow n , unkn own , fo r esee n or un fo r esee n at t h at time , in c l udi n g
wi thout l i mi tatio n , a n y cos t s for d elay , exte n ded overhead ,
r ipple or impact cost , or any ot h er effect o n c h anged or
un c h a n ged work as a res u lt of t h e c h a n ge or extra work .
C4 -4 (3)
C4-4 .6 SCHEDULE OF OPERATIONS : Before commencing any work under
this contract , the Contractor shall submit' to the Owner and
receive the Owner 's approval thereof , a "Schedule of
Operations ," showing by a straight line method the date of
commencing and finishing each of the major elements of the
contract. There shall be also shown the estimated monthly cost
of work for which estimates are to be expected. There shall be
presented also a composite graph showing the anticipated
progress of construction with the time being plotted
horizontally and the percentage of completion plotted
vertically. The progress charts shall be prepared on 8 ~ " X
11 " sheets and at least five black of blue line prints shall be
furnished to the Owner .
C4 -4 .7 PROGRESS SCHEDU LES FOR WATER AND SEWER PLANT FACILITIES :
Within Ten (10) days prior to submission of first monthly
progress payment , the Contractor shall prepare and submit to the
Owner for approval six copies of the schedule in which the
Contractor proposes to carry on the work , the date of which he
will start the several major activities (including procurement
of materials , plans , and equipment) and the contemplated dates
for completing the same. The schedule shall be in the form of a
time schedule Critical Path Method (CPM) network diagram . As
the work progresses , the Contractor shall enter on the diagram
the actual progress at the end of each partial payment period or
at such intervals as directed by the Engineer . The Contractor
shall also revise the schedule to reflect any adjustments in
contract time approved by the Engineer . Three copies of the
updated schedule shall be delivered at such intervals as
directed by the Owner .
As a minimum , the construction schedule shall incorporate all
work elements and activities indicated in the proposal and in
the technical specifications .
Prior to the final drafting of the detailed construction
schedule , the contractor shall review the draft schedule with
the Engineer to ensure the Contractor 's understanding of the
contract requirements.
The following guidelines shall be adhered to in preparing the
construction schedule:
a . Milestone dates and final project completion dates
shall be developed to conform to time constraints ,
sequencing requirements and completion time.
C4-4 (4)
b . The construction process shall be divided i n to
activities with time durations of approximately
fourteen (14) days and construction values no t to
exceed $50 ,000 . Fabrication , de li ve r y and submittal
activities are exceptions to this guideli n e .
c . Durations shall be
holidays and weather
t h e contract s h all
in calendar days
conditions over the
be accou n ted for
durat i o n of each activity .
and n ormal
duration of
within the
d. One critica l path shall be shown on the co n stru ct i o n
schedu l e .
e . Fl oat t ime is defined as t h e amount of t ime between
the earliest start date and the latest start date of a
c h ain of activities of t h e CP M co n st ruction sch edule.
Float time is not for the exc lu sive use or b enefit of
either the Contractor or t h e O~ner .
f . Thirty days shall be used for submi ttal review unless
otherwise specified .
The construction schedu le shall, as a minimum, be divided into general categories as indicated in
the Proposal and Technical Specifications and eac h general category s hall be broken down into
activities in enough detail to achieve activities of approximate ly fourteen(l4) days ' duration.
F or eac h genera l category , the construction sc h edul e s hall
identify all trades or subcontracts whose work is represented by
activities that follow the guide lines of t hi s Section.
F o r each of t h e trades or subcontracts , the co n stru ction
schedu l e sha ll indicate the following procurements , con struction
and pre -acceptance activities a n d events i n their l ogica l
seque n ce for equ ipment and materials .
1 . P reparatio n and transmittal of submitta l s .
2 . Submittal review periods .
3 . Sh o p fabricatio n and delivery .
4 . Er ec ti o n or installation .
C4-4 (5)
5 . Transmittal of manufacturer 's operation and maintenance
instructions .
6 . Installed equipment and materials testing .
7 . Owner 's operator instruction (if applicab l e )
8 . Final inspection .
9 . Operatio nal testing .
10 . Final inspection .
If , in the op ini o n of the O~ner , work accomplished falls behind
that sc h e duled , the Co ntractor shall ta k e such action as
n ecessary to impr ove his progress. In addition , the Owner may
require t h e Co ntra ctor to s ubmit a revi sed schedule
demonstrating his prog r am and proposed plan to make up lag in
sc h edul ed progress and to in su re completion of the work within
the contract time . If the Owner finds t h e proposed plan n ot
acceptable , he may require the Contractor to increase the work
force , t h e co n stru ction plant and equipment , the number of work
shifts or the overtime ope rati o n s without additi o n al cost to the
Owner .
Failure of the Contractor to comply with these requirements
s h all be considered grounds for determination by t h e Owner that
the Contractor is failing to prosecute the work wit h s u c h
diligence as will insure its completio n within the t ime
specified .
C4 -4 (6)
PART C-GENERAL CONDITIONS
CS-5 CONTROL OF WORK AND
MATERIALS
SECTION CS-5 CONTROL OF WORK AND MATERIALS
CS -5 .1 AUTHORITY OF ENGINEER : Th e wor k shall be performed to
the sat isfaction of the Enginee r and in strict compliance with
the Contract Documents . He shall decide a ll questions which
arise as to the quality and acceptability of materials
f urni s h ed , work per fo rmed , rate of progress of the work , overall
sequence of the construction , in terpretati o n of the Contract
Docume n ts , 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 , sequences of procedures of construction , or the
safety precaution and programs incident thereto , and h e will n ot
b e responsible for Contractor 's failure to perform the work in
accordance with the Contract Doc ument s .
He s hall d ete rmine the am o unt and quality of the work compl eted
and materials furnished , and his decisions and estimates sha ll
be final . Hi s est imates in s u c h event sha ll be a cond iti o n to
the right of the Co ntractor to r eceive mo n ey due him under the
Co ntra ct . Th e Owner shall have executive author it y to enforce
and make effect i ve such necessary decis i ons and orders as the
Co n tractor fails to carry out promptly .
In the eve n t o f any dispute b etwee n t h e Engin eer and Co ntra ctor
over t h e decision of the Engin eer o n any suc h matters , t h e
Engineer mu st , within a rea sonable time , upon written request of
the Co ntra ctor , render and d e li ver to both the Ow n e r and
Co ntract or , a written deci sio n on the matter in co n troversy .
CS -5 .2 CONFORMI TY WITH PL ANS : The finis h ed project in a ll cases
shall co nform with lin es , grades , cross -sections , finish , and
dimensions show n on the plans or any other requirements
ot h erwise described in the Contract Doc um e n ts . Any deviation
from th e approved Contract Documents required by the Engineer
during co n st ructi o n will in all cases be determined by the
Engineer and authorized by t h e Owner by Change Order .
C5-5 (I)
CS -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 specificat i ons , 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
Contract Documents , and the Owner shall be permitted to make
such corrections or interpretations as may be deemed necessary
for the fu l fil l ment of t h e inte n t of the Contract Documents . In
the event t h e 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 the
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 the Contract Documents and shall
have available on the site of the project at all times one set
of such C0ntract Documents .
The Contractor shall give to the work the constant attention
necessary to f~cilitate 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 super;i.ntendent shall be a resident of
C5 -5 (2)
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 travelling public or the owners of
property across which the project extends or the safety of
property contiguous to the project routing .
The Contractor
Engineer and
workmanship and
shall provide all facilities to enable
his inspector to examine and inspect
materials entering into the work.
the
the
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 on a working -day basis .
Should the Contractor fail to respond to a request from the
Engineer to rectify any discrepancies , omissions , or corrections
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 discrepant
condition and request the contractor to take remedial action to
correct the condition . In the event the Contractor does not
take positive steps to fulfill this written request , or does not
show. just cause for not taking the proper action , within 2 4
hours , the City may take such remedial action with City forces
or by contract . The City shall then deduct an amount equal to
the entire costs 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 by 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 CONSTRUCTION STAKES: The City , through
will furnish the Contractor with all lines ,
C5-5 (3)
its Engineer ,
grades , and
measurements necessary to the proper prosecution and control of
the work contracted for under these Contract Documents , and
lines , grades and measurements will be established by means of
stakes or other customary method of marking a may be found
consistent with good practice .
These stakes or markings shal l be set sufficiently in advance of
co n struction operations to avoid delay . Such stakes or
markings , as may be estab lished for the Contractor 's use or
guidance , shall be preserved by t h e Co n tractor un til 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 re moved by the
Contractor or any of his emp l oyees , 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 AU TH ORITY AND DUTIES OF CI TY IN SP ECT ORS : City In spectors
will be authorized to inspect ia ll work done a nd to be done and
all materials furnished . Suc h inspect i on may exte nd to all or
any part of the work , and t h e preparation or manufacturing of
the materials to be used or equipme nt to be installed . A City
Inspector may be stat i o n ed on the work to report to the Engineer
the progress of the work and the manner in whic h it is being
performed , any evidence that the materials being furnished or
the work being performed by t h e Contractor fails to fulfill the
requirements of the Contract Documents , and to call t h e
attention of the Contractor to any such failure or ot h er
infringements. Such inspection or lack of inspection will not
relieve the Contractor from any obligation to perform the work
in accordance with t h e requirements of the Co n trac t Documents.
In case of any dispute arisi ng between the Contractor and the
City Inspector as to the materials or equipment f urni s h ed o r the
manner of performing the work , the City Inspector will have
authority to reject materia l s or e quipment to s u spe nd work until
the question at issue can be referred to , and be decided by , t h e
Engineer. The City Inspector wil l not , however , be authorized
to revoke , alter , enlarge , or re l ease any requirement of these
Contract Documents , nor to approve or accept any portion or
section of the work , nor to issue any instructions contrary to
the requirements of the Contract Documents . He will in no case
act as superintendent or foreman or perform any ot h er duties for
the Contractor , or interfere with the manag e me n t or operatio n of
the work . He will not accept from the Contractor any
compensat i on in any form for performing any duties . The
CS -5 (4)
Contractor shall regard and obey the directions and instruction
of the City Inspector or Engineer when the same are consistent
with the obligations of the Contract Documents , provided ,
however , should the Contractor object to any orders or
instructions o f the City Inspector , the Contractor may within
six days make written appeal to the Engineer for his decision on
the matter in controversy .
CS-5 .9 INSPECTION : The Contractor shall furnish the
Engineer with every reasonable facility for ascertaining whether
or not the work as 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 portion s 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 be work so exposed or examined prove to be unacceptable ,
the uncovering or removing and the replacing of all adjacent
defective or damaged parts s h all be at the Contractor 's expense .
No work shall be done or materials used without suitable
supervision or inspection .
CS -5 .10 REMOVAL OF DEFECTIVE 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 his own expense. Work don e beyond the lines and
grades given or as shown on the plans , except as herein
specifically 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
def e ctive work to be remedied or removed and _ rep l aced and
unauthorized work to be removed , and the cost thereof may be
deducted from any money due or to become due to the Contractor .
Failure to require the removal of any defective or unauthorized
work shall not constitute acceptance of such works .
C5 -5 (5)
...
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
pre -construction conference , make written application to
Engineer for approval of such substitute certifying in writing
that the proposed substitute will perform adequately the
functions cal l ed for by the general design , be similar and of
equal substance to that specified and be suited to the same use
and 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 sha l l be ordered or installed without the writ ten
approva l of Engineer who wi ll be the judge of the equality and
may require Contractor to furnish such other data about the
proposed substitute as h e considers pertinent . No substitute
shall be ordered or installed without such performance guarantee
and bonds as Owner may require which shill be furnished at
Contractor 's expense . Contractor shall indemnify and hold
harmless Owner and engineer and anyone directly or indirectly
employed 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 OR 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 otherwise specifically provided . The
fai l ure 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 facili t ies as the Engineer may require for
collecting and forwarding samples and shall not , without
specific written permission of the Engineer , use the 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
C5-5 (6)
mixing and transporting equipment shall be approved by the
Engineer before any concrete is placed , and the Co ntracto r s hall
be responsible for replacing any concrete which does n ot me et
the requirements of the co nt ract Documents. Tests sha ll be made
at least 9 days prior to the placing of concrete , u si ng samp l es
from the same aggregate , cement , and mortar which are to be used
lat er in the co n crete . Should the source of supp ly cha nge , n ew
tests shall be made prior to t h e use of t h e new materials.
CS -5 .1 3 STORAGE OF MATERIALS : All materials which are to be
used in the construction operation s h a ll be stored to insure th e
preservation of the quality and fitness of the wor k . When
directed by the Engineer , they s hall be pla ced on wooden
platforms o r ot h er h ard , clean durable surfaces a n d not on the
ground , and shall be placed under cover when dir ecte d . Stored
materials shall be placed and l ocated so as to fac ilitate prompt
inspection .
CS -5 .14 EXI ST ING S TRUCTURE S AND UTILITIES : The location and
dimensi o ns show n o n the Plans relative to existing utilities are
based on the best information available . Omission from or the
inclusi o n of utility locations on the Plans is n ot to be
considered as the n onexistence of , or a definite location of ,
existing und erground utiliti es . The location of many gas mains ,
water mains , conduits , sewer lines and service lines for all
utili ties , 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
l ocation . It is mutually agreed that such failure will not be
considered sufficient b asis for claims for additional
compe n sat i on for Extra Work or for increasing the pay quantities
in a ny manner whatsoever , unless an obstruction encountered is
such as to necessitate changes in the l ines and grades of
co n s idera bl e magnit ude or requ ires the building of special
works , pr ov i sio n for which is not made in the Contract
Documents , in which case the provision in these Contract
Documents for Extra Work s h all apply .
It shal l be the Contractor 's responsibility to verify locations
of adjacent and/or conf li cting utilities sufficient l y in adva n ce
of co n st ructi o n i n o rder that he may negotiate such local
adjustme nt s as necessary in t h e construction process to provide
adequate c lear a n ces . Th e Contractor shall take all n ecessary
precautions in o r der to protect all existing utilities ,
st ru ctures and service lines . Verification of exist ing
utilities , structures and service lines shall in clude
C5-5 (7)
-
;
-
.......
not if ica tion of all utility companies at least forty-eight ( 4 8)
hours in advance of construction including exploratory
excavation if necessary . All verification of existing utilities
and their adjustment shall be considered as subsidiary work.
CS-5 .15 INTERRUPTION OF SERVICE :
a .
b.
Normal Prosecution : In the normal prosecution of work
where the interruption of service is necessary , the
c;:ontractor , at least 24 hours in advance , shall be
required to :
1. Notify the Water Department 's
Division of location , time , and
service interruption .
Distribution
schedule of
2 . Notify each c u stomer personally through
3.
responsible personnel of time and schedule of the
interruption of their service , or
In the event that
customer
shall be
doorknob .
cannot be
attached
The
composition , and in
personal notification of a
made , a prepared tag form
to the customer 's entrance
tag shall be durable in
large bold type shall say :
"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
Emergency:
interruption
immediate .
In the event that an
occurs , notice shall
unforeseen service
be as above , but
C5-5 (8)
CS -5 .16 MUTUAL RESPONSIBILITY OF CONTRACTORS : If , through acts
or neglect on the part of the contractor , any other Contractor
or any sub -contractor shall suffer loss or damage on 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 any 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 . 1 7 CLEAN -UP : Clean -up of surplus and/ or waste materials
accumulated on the job site during the prosecution of t h e work
under these Contract Documents shall be accomplished in keeping
with a dai l y routine established to the satisfaction of the
Engineer . If , within twenty -four (24 ) hours after written
notice is given to the Contractor that the clean -up on the job
site is proceeding in a manner unsatisfactory to the Engineer ,
the Contractor fails to correct the unsatisfactory procedure ,
the City may take such direct action as the Engineer deems
appropriate to correct the clean -up deficiencies cited to the
contractor in the writ ten notice , and the costs of such direct
action , plus 25 % of such costs , shall be deducted from 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 .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 the final inspection be made . Such inspection will
be made within 10 days after such notification . After such
CS-5 (9)
-
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 .
CS-5 (10)
PART C-GENERAL CO~DITIONS
C6-6 LEGAL RELATIONS AND
PUBLIC RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6 -6 . 1 LAW S TO BE OBS ER VE D: The Contractor sha ll at all t imes
observe and comp l y with all Federal and State Laws and City
ordinan ces and regulations which in any way affect the co ndu ct
of the work or hi s operat i o ns , and shal l observe and comp ly with
all orders , law s , ordina n ces and regulations which ex i st o r
whi c h may be en a cted later by bodi es having jur isdicti on o r
auth ority for s uch e nac t ment . No plea of misunderstanding or
ignorance thereof will be cons ider ed . The Contractor and his
Sureties s hall indemnify and s a ve h arm le ss t he City and all of
its off ic ers , agents , and e mploy ees against any and all c laims
or liability arising from or based o n t h e violat i on of any s u c h
law , ordinance , regulation , or order , wh et h er it be by himself
or hi s e mploy ees .
C6 -6 . 2 PERMIT S AND LICENSES : The Contractor shall procure all
permits and li censes , pay a ll charges , costs a nd fees , and give
a ll n ot i ces n ecessary and incident to the due and lawful
prosecution of the work .
C6 -6 .3 PATENTED DEVICES , MATERIALS AND PROCESSES: If the
Co ntra ctor is required or desires to use any design , device ,
material , or process covered by l etter , patent , or copyright , h e
shall provide for ·such u se by suitable legal agreement with t h e
patentee or owner of such patent , letter , or copyrighted design .
I t is mutually agreed and understood that without exce ption the
contract prices sha ll include all royalties or costs arisi ng
from patents , trademarks , a nd copyrights in a n y way involved in
the work . Th e Co n tractor and his sureties sha ll indemnify , and
save harml ess , the Owner from any and all c la i ms for
infringement by reason of the use of any such patented design ,
device , material o r process , or any trademark or copyright in
co nn ectio n with the work agreed to be performed under these
Co n tract Documents , and shall indemnify the Owner for a n y cost ,
exp e ns e , or damage which it may be ob liged to pay by reason of
such infringement at any time during the prosecution of the work
or after compl etion of the work, provided, h owever , that the
Owner will assume the responsibility to defend any and all suits
brought for the infringement of any patent claimed to be
infringe d up on by t h e design , type of constr u ct i o n o r mat eria l
C6 -6 (I)
-
-
-
1
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 shal l establish and
enforce among his employees suc h regu l at i ons in regard to
cleanliness and disposal of garbage and waste as will tend to
prevent the inception a .nd sp r ead 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
san i tary conve n iences for use of la?orers o n t h e wo r k , p r oper l y
secluded from public observation , sha l l be constructed and
maintained by the Contractor and their use sha l l be str i ctly
enforced by the Contractor . Al l such facilities s h a ll be kept
in a clean a n d sanitary conditio n , free fro m objectionabl e odo r s
so as not to cause a nuisance . Al l sa n itary laws and
regulations of the State of Texas and the City shall be strict l y
complied with .
C6 -6 . 5 PUBLIC SAFETY AND CONVENIENCE : Materials or equipme n t
stored about the work shall be so 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 . Th e 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 property contiguous to the work area . The
Contractor shall make adequate provisions to render reasonable
ingress and egress for norma l vehicular traff i c , except during
actual trenching or pipe installation operations , at all
driveway crossings . Such provisions may include bridging ,
placement of crushed stone or gravel or such other means of
providing proper ingress and egress for the property served by
the dr i veway as the Engineer may approve as appropriate . Other
means may include the diversion of driveway traffic , with
specific approval by the Engineer . If diversion of traffic is
approved by the Engineer , the Contractor shall m~ke arra n gements
satisfactory to the Engineer for the diversion of traffic a n d
shall , at his own expense , provide all materials and perform al l
work necessary for the construction and maintenance of roadways
and bridges for such di version of traffic . S i dewalks must not
be obstructed except by special permission of the Engineer .
C6-6 (2)
The materials excavated and the construction materials , such as
pipe , used in the 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 in
reference to public convenience and safety which may come to its
attention , after twenty -four (24 ) hours notice in writing to the
Contractor , save in cases of emergency when it shall have the
right to remedy any neglect without n otice , and in either case ,
the cost of such work done or materials furnished by the Owner
or by the City shall be deducted from monies due or to become
due to the Contractor .
The Contractor , after approval of the Engineer , shal-1 notify the
Fire Department Headquarters , T raffic EngiDeer , and Pol i ce
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 again 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
crossings shall include the roadway approaches as well as
structures of such crossings .
such
the
The Contractor shall at all times conduct his operation and the
use of construction machinery so as not to damage or destroy
trees and shrubs 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 PR I VIL EGES 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
C6-6 (3)
-
-
.....
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 stacked in such a way that does not interfere
with the use of spaces that may be designated to be left free
and unobstructed , or inconvenience occupants of adjacent
property . If the street is occupied by railway tracks , the work
shall be carried on in such manner as not to interfere with the
operation of tra i ns , 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
assistance for the completion of adjoining work . Any additional
grounds desired by the Contractor for his use shall be provided
by him at his ow n cost and expense.
C6 -6 . 7 RAILWAY CROSSINGS : When the work encroaches upon any
right -of -way of any railway , the City will secure the necessary
easement for the work . Where the railway tracks are to be
crossed , the Contractor shall observe all the regulations and
instructions of the railway company regarding the methods of
performing the work and take all precautions for safety of
property and the public . Negotiations with the railway
companies for permits shall be done by and through the City.
The Contractor shall give the City notice not less than five
days prior to the time of his intention to begin work on that
portion of the project which is related to the railway
properties . The Contractor will not be g~ven extra or
additional 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 , and
shall provide such watchmen , 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 pedestrians away , and vehicles from being driven on or
into , any work under 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.
C6 -6 (4)
All in sta ll atio n s and procedures shall be co n s i ste n t with the
provisions set forth in t h e "1 980 Texas Manual on Uniform
Traffi c Co ntr ol Devices for Streets and High ways ", issued under
the authority of the "State of Texas Uniform Act Regulating
Tra ffic on Highwa ys ", codified as Article 6701d , Ver non 's Civi l
Statutes , pertinent sectio n s being Section Nos . 27 , 29 , 30 and
3 1.
The Co ntract or will n ot remove any regulatory sign ,
instructional sign , st reet name sign , or o th er sign , which ha s
been erected by the City . I f it is determined t h at a sign mu st
be removed to permit required construction , the Contractor s hall
co ntact the Tran spo rtati o n and Public Works Department , Signs
and Markings Di vision (p h one number 8 7 0-807 5) , to remove the
sign . In the case of regulat ory signs , the Contractor must
replace the permanent sign with a temporary sign meeting the
requirements of the above r efere n ced manual , and s u ch temp orary
sign mu st be installed prior to the removal of the p ermanent
sign . If the temporary si gn i s not insta lled correct ly or if it
does n ot meet t h e required specifications , the permanent sign
s hall be l eft in pla ce until the temporary sign requireme nt s are
me t . When construction work is comp l eted to the exte nt t ha t t h e
permanent sign can be r e in sta ll ed , the Co n tracto r shal l aga in
cont act the Signs and Markings Division to reinstall t h e
permanent sign and shall l eave his temporary sign in place until
such re in stallation i s comp l eted.
The Cont r actor wi l l be held responsible for all damage to t h e
work or the publi c du e to fai lu re of barricades , s ign s , fe n ces ,
light s , or watchmen to protect them . Whenever evidence is f9und
of such damage t o the work , the Engineer ma y order the damaged
portion imm e diat ely removed and replaced by the Contractor at
t h e Contractor 's ow n expense . Th e Contractor 's responsibility
for th e maint e nan ce o f barricades , signs , fences and l i ghts , and
for providing watchmen s hall not cease until the project s hall
ha ve b een compl e t ed and accepted by the Owner .
No compen sation , except as specifically provided in these
Co nt ract Documents , will be paid to the Contractor for the work
a nd materia l s invol ve d in the co n struct in g , provi ding , and
maintaining of barricades , signs , fences , and li ghts or for
sa lari es of wa tchmen , for the subsequent removal a nd disposal of
such barricades , sig ns , or for any other i n cidentals necessary
for the proper protection , safety , a nd conve ni e n ce of the public
C6-6 (5)
-
-
-
--
during the contract period , as this work is considered to be
subsidiary to the several items for which unit or lump s um
prices are requested in the Proposal.
C6 -6 .9 USE OF EXPLOSIV E S , DROP WEIGHT, ETC.: S h ould the
Contractor elect to use explosives , drop weight , etc ., in the
prosecution of the work , the utmost care s hall be exercised at
all times not to endanger life or property . The Contractor
shall notify the proper representative of any public service
corporation , ·a n y compan y , individual , or utility , and the Ow n e r ,
not less than twenty -fou r (24 ) hours in advance of the use o f
a n y activity which might damag e or endanger property· along or
adjacent to the work .
Where the u se of exp lo sives is to be permitted o n the project as
specified in t h e Special Contract Documents , or the use o f
explosives is requested , the Contractor s h a ll submit notice to
the Engineer in wr iting twenty-four (24 ) h o ur s prior to
commencing and shall furnis h evidence that he h as insu ran ce
coverage to protect against any damages and/or injuries arising
out of suc h use of explosives .
All claims arising out of the use of explosives sha ll be
investigated and a writte n report made by the Contractor 's
insurers to the Engineer within ten ( 1 d) days after receipt of
written notice of the c l aim to the Co n tractor from either t h e
City or the claimant . The city shall proceed to give notice to
the Contractor of any such claim . The use of explosives may be
suspended by the Engi n eer if any complaint is received and suc h
use shall not be resumed until the cause of t h e complaint h as
been addressed .
Whenever explosives are stored or kept , they sha ll be stored in
a safe and secure manner a nd all storage places shal l be plainly
marked "DANGEROUS EXPLOSIVES" and shall be under the care of a
competent watchman at al l times . All vehicles in which
explosives are being transported, sha l l be plainly marked as
mentioned above and shall , insofar as possib l e , not use heavy
traffic routes .
C6 -6 .1 0 WORK WITHIN EASEMENTS : Where the wo rk passes over ,
t hr ough , or into private property , the Owner will provide such
right-of-way or easement privi l eges as the City may deem
necessary for the prosecution of the work . An y additional
rights -of -way or work area considered necessary by t h e
Contractor shall be provided by him at his ow n expens e . Su c h
C6-6 (6)
additional rights-of -way or work area shal l be acquired for the
benefit of the City . The City shal l be notified in writing of
the rights so acquired before work begins in the affected area.
The Contractor s h all not enter upon private property for any
purpose without having previously obtained permission from the
owner of such property. The Contractor will nc:it be allowed to
store equipment or material on private property unless and until
the spec ified approval of the property owner has been secured in
writing by the Co ntra ctor , 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 trees , shrubbery , plants ,
lawns , fences , culverts , curbing and all other types of
structures or improvements , and to all water , sewer and gas
lin es , to all conduits , overhead pole lines , or appurtenances
thereof , including the construction of temporary fences , and to
all other public or private property along adjacent to the work .
The Contractor shall notify the proper representatives of owners
or occupants of public or private lands or interest in lands
which might be _affected by the work . Such notice shall be made
at least 4 8 hours in advance of the beginning of the work.
Notices shall be applicable to both public and private utility
compa ni es 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 met hod or execution of the work , or
at any time due to defective work , mat erial or equipment .
When and where any direct or indire.ct damage 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 the non -execution thereof on the part of the
Contractor , he s hall restore or have restored at h is own 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 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 ow ner of the property and
the Engineer .
C6-6 (7)
A"-.
...
-
...
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 braced posts on either side of
permanent easement before the fence is cut . Should additional
fe n ce cuts be necessary , the Contractor s h all provide cross
braced posts at point of the proposed cut in addition to the
cross braced posts provided at the permanent easements limits ,
before the fence is cut .
Temporary fenc i ng sha l l be erected in place of the fencing
removed whenever the work is n ot in progress and when the site
is vacated overnight , and/or at all times to prevent livestock
fro m e n tering t h e construct i o n area . Th e cost for fence
removal , temporary closures a n d replacement s h all be s u bsidiary
to the various items bid in t h e project proposal . Therefore , no
separate payment shal l be allowed for any service associated
with .this work .
In case of failure on the part of the Contractor to restore such
property to make good such damage or injury , the Owner may , upon
48 -hour writte n notice under ordinary circumstances , and without
notice when a nuisance or h azardous condition results , proceed
to repair , rebuilt 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 or to become due to the
Contractor under this Contract .
C6 -6 .ll INDEPENDENT CONTRACTOR : It is understood and agreed by
the parties hereto that contractor shall perform all work and
services hereunder as an indepe n dent contractor , and not as an
officer , agent , servant or employee of the Owner . Contractor
shal l have exclusive contro l of and the exclusive right to
control the details of all the work and services performed
hereunder , and all persons performing same , and shall be solely
responsible for the acts and omissions of its officers , agents ,
servants , employees , contractors , subcontractors , licensees
invitees . The doctrine of respondent superior shall not apply
as between Owner and Contractor , its officers , agents ,
employees , contractors and subcontractors , and nothing herein
shal l be construed as creating a partnership or joint enterprise
between Owner and CQntractor .
C6 -6 (8)
C6 -6.12 CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS :
Contractor covenants and agrees to indemnify City 's engineer and
architect , and their personnel at the project site for
Contractor 's sole negligence. In addition , Contractor covenants
and agrees to indemnify , hold harmless and defend , at its own
expense , the Owner , its officers , servants and employees , from
and against any and all claims or suits for property loss ,
property damage , personal injury , including death , arising out
of, or alleged to arise out of , the work and services to be
performed hereunder by Contractor , its officers , agents ,
employees , subcontractors , licensees or invitees , whether or not
any such injury, damage or death is caused, in whole or in part,
by the negligence or alleged negligence of Owner, its officers,
servants, or employees. Contractor likewise covenants and
agrees to indemnify and hold harmless the Owner from and against
any and all injuries to Owner 's officers , servants and employees
and any damage , loss or destruction to property of the Owner
arising from the performance of any of the terms and conditions
of this Contract , whether or not any such injury or damage is
caused in whole or in part by the negligence or alleged
negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against
the Contractor or its subcontractors prior to final payment ,
final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been
settled and/or a release from the claimant involved , or (b)
provides Owner with a letter from Contractor 's liability
insurance carrier that the claim has been referred to the
insurance carrier .
The Director may , if he deems it appropriate , refuse to accept
bids on other City of Fort Worth public work from a Contractor
against whom a claim for damages is outstanding as a result of
work performed under a City Contract .
C6-6 .13 CONTRACTOR 'S CLAIM FOR DAMAGES: Should the Contractor
claim compensation for 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 any such damage is claimed to have been
sustained , the Contractor shall file with the Engineer an
itemized statement of the details and amount of such alleged
C6-6 (9)
-
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
al l eged damage . Unless such statements shall be filed as herein
required , the Contractor 's c l aim 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 sha l l
not be moved or interfered with until orders thereupon have been
issued by the Engineer . The right is reserved to t h e owners of
public utilities to enter the geographical limits of the
Contract for the purpose of making such changes or repairs to
their property that may be necessary by the performance of t hi s
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 diversions .
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 .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 .
C6-6 (I 0)
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
hydrants and/or valves is detailed in Section E2-l .2 USE OF FIRE
HYDRANTS AND VALVES in these General Contract Documents .
When meters are used to measure t h e water , the charges , if any ,
for water will be 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 ordinance applies , payment shall be
made on estimates and rates established by the Director of the
Fort Worth Water Department .
C6 -6 .1 7 USE OF A SECTION OR PORTION OF THE WORK : Whenever , in
the opinion of the Engineer , any section or portion of the work
or any structure is in suitable condition , it may be put into
use upon the written order 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 to deficient
operations on the part of the Contractor , shall be preformed by
the Contractor at his own 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 of non -execution 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 causes herein.
C6 -6 .19 NO WAIVER OF LEGAL RIGHTS: Inspection by the engineer
or any order by the Owner by payment of money or any payment for
or acceptance of any work , or any extension of time , or any
possession taken by the City shall not operate as a waiver of
any provision of the Contract Documents . Any waiver of any
breach or Contract shall not be held to be a waiver of any other
or subsequent breach .
C6 -6 (1 1)
,-
-
-
....
'
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 .20 PERSONAL LIABILITY OF PUBLIC OFFICIALS : In carrying out
the provisions of these Contrac~ Documents or in exercising any
power of authority granted t h ereunder , t h ere shall be no
liability u pon the authorized representatives of the Owner ,
eith er personally or ot herwi se as they are agents and
representatives of the City .
C6 -6 . 21 S TATE SA LES TAX: On a contract awarded by t h e City of
F ort Worth , an orga ni zat i o n which qualifies for exemptio n
pursuant to th e provisions of Article 20 . 04 (H) of the Texas
Li mit ed S ales , Excise , and Use Tax Act , the Contractor ma y
purchase, rent or l ease all materi a l s , supp li es and equipment
us ed or consumed in the performance of this contract by issuing
to his s up plier an exemption certificate in li eu of the tax ,
said exemption certificate to comply with State Comptroller 's
Ruling .00 7 . Any such exemption ce rtifi cate issued by t h e
Cont r actor in li eu of the tax s ha l l be subject to and s h all
comply with t h e provisions of State Comptroller 's Ruling . 011 ,
a nd any other applicable State Co mp tro ll er rulings pertaining to
t h e Texas Limi ted Sales , Excise , and Use Tax Act .
On a contract awarded by a developer for the cbnstruction of a
publicly -owned improvement in a street right -of -way o r other
easement which has bee n dedicated to the public and th e City of
Fort Worth, an organization which qualifies for exemption
pursuant to 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.
Limit ed Sale , Excise a nd Use Tax p ermits and in for mat i on ca n be
obtained from :
Comptroller of Public Accounts
Sale Tax Division
Cap i to l Station
Austin , TX
C6-6 (12)
PART C-GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS
C7 -7 . 1 SUB LETTING : The Contractor shall perform with hi s own
o rgani zat i on , a n d with the assistance of workmen under his
imm e dia te s up er in te nde nc e , wo rk of a val u e of not less than
fifty (5 0 %) percent of the va lue embraced in t h e contract . If
the Contractor sublets any part of the work to b e done under
t h ese Co ntract Documents , h e will n ot under any ci r cumstanc es be
relieved of the respon s ibility and o bligati o n assumed under
these Co ntrac t Docume nts . All transactions of the Engineer will
be with the Contractor . Subcontractors will be considered only
in the ca paci ty of employees or workmen of t h e Contractor and
shall be subject to the same requirements regarding character
and competency. The Owner will n ot recognize any su bc o ntractor
on the work . The Co ntra ctor shall at a ll times , when the work
is in o p era tion , be represented either in person or by a
superi n te nde nt , or ot her designated represe n tative .
C7 -7 .2 ASSIGNMENT OF CONTRACT : The Contractor s hall not assign ,
transfer , s ubl e t ·, co nvey , or othe rwi se dispose of tl1e co ntract
or his rights , title , or interest in or to the same or a n y part
thereof without the -previous consent of the Ow n er expressed by
resolutio n of the Ci ty Cou n cil and c oncurred in by the Sureties .
If the Contractor d oes , wi thout such previous consent , assign ,
transfer , s ubl et , convey , or otherwise di spose of t he contract
or his right , title , or interest the r ein or any part thereof , to
any person o r p e rson s , partnership , compa ny , fir m or
corporat ion , or does by bankruptcy, voluntary or involuntary , or
by assig nment under the ins o lven cy l aws of a n y state , attempt to
dispose of the contract may , at the option of the Ow n er b e
revoked and an nulled, unless t h e Sur eties shall successf ull y
comp l ete sai d co n tract , and i n t h e event o f any such revocation
or an nulment , any monies due or to become due under or by virtue
of said co ntr act s h al l be re t ained by t h e Owner as liquidat ed
damages for the reaso n that it would be impracticab l e a nd
ex tr e me ly difficult to fix the actual damages .
C7-7 .3 PROSECUTION OF THE WORK : Prior to beginning any
con st ruction operation , t h e Contractor shal l submit t o th e
Engineer in five or more copies , if requested by t h e Engineer , a
progress schedule preferably in chart or diagram for m, or a
C7-7 (1)
-
/\
, -.
brief out lin ing in detail and step by step t h e mann er of
pr osecuting t h e work and ordering materials and equipmen t which
h e expects to fo ll ow in order to complete t h e project in the
scheduled time . There shall a l so be submitted a table of
estimated amounts to be ear n ed by the Contracto r during eac h
mo n t hly estimate period .
The Co n t r actor s hall commence the work to b e p e rf o rmed under
this contract within the time limi t stated in these Contract
Documents and s h a ll condu ct the work in a conti nu ous mann er and
with sufficie nt e quipme nt , ma teria ls , and l ab o r as is necessary
to insure its comp l etion within the time limit .
The seque nce requested of a ll construction o perati o ns s hall be
at all times as spec ifi ed in the Special Contract Do c um e nts .
Any d ev ia t i o n from s u c h sequencing s hall be submitted to the
Engineer for hi s approval . Contractor shall not pr oceed with
any deviation until he h as r eceived written approval from the
Engineer . Suc h spec ificati o n or approval by the Engin ee r shall
n o t r e lieve the Contractor from the full responsibility of t h e
complete performance of the Contract .
The contract time may be c hanged on ly as set f o r t h in Sectio n
C7 -7 . 8 "Exten s i on of Ti me of Co mpl etion " of this Agreement , and
a progress schedu l e sha l l not const i tute a cha ng e in the
contract time.
C7 -7 . 4 LIMITATIONS OF OPERATIONS : The wor king operation s shall
at all times be conducted by the Contractor to create a minimum
amount of inconvenience to t h e public . At any time wh e n , in the
judgme nt o f the Engineer , the Contractor has obstructed or
c l osed or i s carrying o n opera ti o ns in a p o rti o n of a street or
public way greater t h an is necessary for th e proper execution of
the work , the Engineer may requir e the Co ntract or to fini s h the
section on whic h operat i ons are in progress before the work is
commenced o n any additional section or street .
C7 -7 .5 CHARACTER OR WORKMEN AND EQUIPMEN T: Local lab or s h all be
used by the Contractor when it is available . Th e Contractor may
bring in from outside the City of Fort Worth hi s k ey men and hi s
su p erinte ndent . All other workmen , including equipment
operators , may be imported on ly after t h e local supply is
exh austed . The Contractor shall e mpl oy only suc h
superintendents , foremen , a nd workmen who are careful ,
competent , and fully qualified to perform the duties or tasks
assigned to them, and the Engineer may demand and secure the
C7 -7(2)
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 be found to be incompetent ,
disrespectful , intemperate , dishonest , or otherwise
objectionable .or neglectful in the proper performance of his or
their duties , or who neglects or refuses to comply with or carry
out the directions 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 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 tbe
work , workmen or adjacent property will result from its use .
C7-7. 6 WORK SCHEDULE : Elapsed working days shall be computed
starting with the first day of work completed as defined in Cl~
1 . 23 "WORKING DAY" or the date stipulated in the "WORK ORDER"
for beginning work , whichever comes first .
Documents shall be construed
from working on Saturday , Sunday
that the following requirements
Nothing in these Contract
prohibiting the Contractor
Legal Holidays , providing
as
or
are
met :
a . A request to work on a specific Saturday , Sunday or
Legal Holiday must be made to the Engineer no later
than the Thursday preceding .
b . Any work 'to be done on the
Saturday , Sunday or Legal
opinion of the Engineer ,
completion of the project.
project on such a specific
Holiday must be , in the
essential to the timely
The Engineer 's decision shall be final in response
request for approval to work on a specific Saturday ,
to such a
Sunday or
C7-7(3)
-
I
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 abandonment
of the Contract by the Contractor and the Owner may proceed as
he sees fit .
The Contractor shall maintain a rate of progress such as will
insure that the whole work will be performed and the premises
cleaned up in accordance with the Contract Documents and within
the time established in such documents and such extension of
time as may be properly authorized by the Owner.
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 have 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 unforeseeable causes beyond the
control of and without the fault or negligence of the
Contractor , including but limited to acts of the public enemy ,
acts of the Owner , fire , flood , tornadoes , epidemics , quarantine
restrictions , strikes , freight embargoes, or delays of sub-
contractors due to such causes .
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 bona fide 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 .
C7-7 (4)
If satisfactory execution and compl e ti on of the co ntra ct s hould
require work and mat eria l s in greater amounts or quantities than
those set forth in the approved Contract Documents , t hen the
contract time may be increased by Chan ge Order .
C7 -7.9 DELAYS: The Contractor shall receive no comp ensat i o n for
delays or hindr a nces to t he work , except when direct and
unavoidabl e extra cost to t he Co ntr actor is caused by the
failure of the City to pr ovide information or material , if any ,
which is to be furnished by t h e City. Wh e n s u c h extra
compensation is c laimed , a writ ten stateme n t thereof s hall be
presented by the Contractor to the Engine er and if by him found
correct , shall be approved and referred by him to t he Council
for final approval or disapproval ; and the action thereon by t he
Council shall be final and binding . If delay i s caused by
specific orders given by the Engineer s to stop work , or by the
performance of extra work , o r by the failure of t he City to
provide material or nec essa ry instructions for ca rr yi ng on the
work, then such delay will entitle the Co ntractor to an
equivalent extension of time , his application for which sha ll ,
howe ver , be subject to the ap pr oval of the City Counc il ; and no
such extension of time shall r e lea se the Co ntractor or the
s urety on his performan ce bond from all his ob ligations
hereunder which shall remain in full force until the discharge
of the contract .
C7 -7 .10 TIME OF COMPLETION : The time of compl etion is an
essential element of the contract . Each bidder s h al l i nd icate
in the appropriat e plac e on the last page of the Proposa l the
numb e r of working day s or calendar days that he wil l r equire to
fully . complet e this co ntra ct or the time of completion will b e
specified by the City in the Proposal section of t he contract
documents .
The number of days indicated s hall be a realistic est im ate of
t h e time r e quired to compl ete the work covered by the specific
contract being bid upon. The amount of time so stated by the
s uccessful bidder or the City wi ll bec o me the time of completion
s pecifi e d in the Contract Documents .
For each calendar day that any work sha ll
after t he time specified in the Contract
increased time granted b y the Ow n er , o r
increased by additional work or materials
contract is signed , the sum per day given
C7-7 (5)
remain un comp l e ted
Documents , or the
as automatically
ordered after the
in t h e foll ow ing
...
-
-
schedule , unless otherwise specified in other parts of the
Contract Documents , will be deducted from monies due t h e
Contractor , not as a penalty , but as liquidated damages suffered
by the Owner .
AMOUNT OF CONTRACT LIQUIDATED
DAMAGES
Less than $5 ,000 $35 .00
$5 ,001 to 15 ,000 45.00
5 ,001 to 25 ,000 63 .00
25 ,001 to 50 ,000 105.00
50 ,001 to 100 ,000 154 .00
100 ,001 to 500 ,000 210 .00
500 ,001 to 1 ,000 ,000 315 .00
1 ,000 ,001 to 2 ,000 ,000 420 .00
2 ,000 ,001 and over 630 .00
Th e 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 wou ld
be impossible or very difficult to accurately estimate , and that
t h e "Amount of Liquidated Damages Per Day ", as set out above , is
a reasonable forecast of just compensation due t h e City for harm
caused by any delay .
C7-7 .ll 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 event 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 unfavorable 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 work covered by
this contract , for a n y reason , the Owner will make no extra
payment for stand-by time of construction equipment and/or
construction crews .
C7-7(6)
If it sho uld become necessary to suspend wo rk for an indefinite
period , the Contractor shall store all materials in such manner
that they will not obstruct or impede t h e 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 neces sa ry .
Should the Contractor no t be able to comp lete a portion of the
project due to cau ses beyond the cont r o l of and without the
fault or negligence of , the Co n tractor as set forth in Paragraph
C7 -7 . 8 EXTENSION OF THE TIME OF CO MPLETION , and s h o uld it be
determined by mutua l co n sent of t h e Co ntr ac t or and the Engineer
t ha t a solutio n to allow construction to proceed is not
available within a reasonable period of time , then the
Co ntra ctor ma y be reimburs e d for the cost of mo v ing hi s
equipment off the job and returning the necessary equipme n t to
the job when it is d etermi n ed by the Engineer that co n structio n
may be resumed . S u c h reimbursement shal l be based on actual
cost to the Contractor of moving t h e equipment and no profit
will be allowed .
No reimb ur sement s h al l be allowed if the equipme nt is moved to
anot h er co n struction project for the City of Fort Worth .
The Contractor sha ll not suspend work without written notice
fro m the Engineer and s hall 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:
Wh enever , because of Nat i o nal Emergency so declared by the
President of the United States , or other lawf ul a u thority , it
becomes impossible for t h e Contractor to obtai n a ll of the
n ecessary l abor , materials , and equipment for the prosecuti on of
t he work with reasonable continuity for a per i od of two months ,
the Co ntra ctor shall , within seven days , n ot ify the City in
writing giving a deta il e d statement of the effo rt s which have
been made and l isting all nece ssary i tems of labor , materials ,
and equ ipme nt no t obtainable . If , after investigation , t h e
Ow ner finds that such conditions exist a nd that t h e inability of
t he Cont r actor to proceed is not attributab l e in whole or in
part to th e fa ult or n eg l ect of t h e Contractor , then if the
Ow n er ca nnot after reasonable effort assist t h e Contractor in
procuri ng and making avai l ab l e the necessary l abor , materia l s
a nd e quipment within t hirt y days , t he Contractor may request the
C7 -7 (7)
-
--
-
-
Owner to terminate the co ntra ct and the Owner may comply with
the request , and the termination shall be conditioned and based
up on 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 n ot be limited to , the payment for all work executed but no
anticipated profits on work which has not been performed.
C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF
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
cancelled 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 spec ified in the Work Order issued by
the Owner.
b. Substantial evidence · that
operations by Contractor is
the work within the specified
progress of
insufficient
time.
the work
to complete
c . Failure of the Contractor to provide and maintain
sufficient labor and equipment to properly execute the
working operations .
d. Substantial evidence that the Contractor has abandoned
the work .
e. Substantial evidence that the Contractor has become
insolvent or bankrupt , or otherwise financially unable
to carry on the work satisfactorily .
f. Failure on the part of the Contractor to observe any
requirements of the Contract Documents or to comply
with any orders given by the Engineer or Owner
provided for in these Contract Documents .
g. Failure of the Contractor to promptly 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 .
C7-7 (8)
h . of collusion for the purpose of
a contract or perpetrating frau d
the construction o f work under
Substantial evide n ce
ill e gall y procuring
on the City in
contract.
i . A s ub stantial indication that the Contractor has made
an unauth o r ized assignment of the co nt ract or any
funds du e therefrom for the benefit of any creditor or
f or any other purp ose .
j . If the Contractor
fail to carry on
acceptable mann er .
sha ll ,
the
for a n y cause whatsoever ,
working operation in an
k . If t he Contractor commences legal action against t he
Owner .
A copy of the sus p e n sion order or action of the C it y Council
shall b e served o n the Contractor 's S ur eties . When work is
s usp e nded for any caus e or causes , or when the contract i s
cancelled , the Contractor shal l discontinue t he work o r suc h
part thereof as the Owner shall designa te , whereupon the
Sureties may , at their option , assume the co ntr act or t ha t
portion thereof which t h e Owner has ordered t h e Co ntra ctor t o
discontinue , and ma y perform the same or may , with the written
co n se nt of the Ow n er , s ubl et the work or that portion of the
work as taken over , provided however , that the Sureties shall
exerc i se th e ir option , if at all , within two weeks after t h e
written notice to discontinue the work has been se r ved upon
co n se n t of the Ow n er , s uble t the work or that portion of t h e
work as taken over , provided however , t h at the S ur et i es s hall
exerc is e their o pti on , if at all , within two weeks after t he
written notice to discontinu e t he work has been serve d upon the
Contractor and upon t h e Sureties or their authorized agents .
Th e Sureties , in s u c h event shall assume the Contractor 's place
in a ll respects , and shall be paid by the Owner for all wor k
performed by them in accordance with the terms of the Co n tract
Documents. All mon i es remaining due the Contractor at the t ime
o f t hi s def au l t s h al l th ereupon become due and payable to the
Sureties as the work progresses , subject to all of t h e te rm s of
the Co ntract Documen ts .
In case the Sureties d o n ot , within the specified time , exe r c is e
their right and opt i on t o assume the contract responsibilities ,
or t hat portion thereof which the Owner has o rde red the
C7-7 (9)
-
-
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 part 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 loy.7est 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 Contractor , 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 a manner that does not hinder or
interfere with 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:
A . NOTICE OF TERMINATION: 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 sectioi;i., whenever the Owner shall determine
that such termination is in the best interest of the
Owner. Any such termination shall be affected by
C7 -7 (10)
B .
mailing a notice of 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 Mail by t h e 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 claim , demand or suit shall be
required of the Owner regarding such discretionary
action .
CONTRACTOR ACTION : After receipt of a n otice
directed by
of
t h e termination , and except as otherwise
Engineer , the Contractor shall :
1 . Stop work under the contract on the date and to
the extent specified in the notice of
termination ;
2 .
3.
4.
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 termi n ated ;
Terminate all orders and subcontracts to the
extent that they relate to the performance bf
work terminated by the notSice of termination ;
Transfer title to the Owner and deliver in the
manner , at the times , and to the extent , if any ,
directed by the Engineer :
a .
b .
t h e fabricated or unfabricated
in process , completed work ,
oth er material produced as
acqu ired in connection with
parts , work
supplies and
a part of , or
the performance
the not i ce of of , the work terminated by
termination ; and
the completed , or partially
drawings , information and
which , if the contract had
wou l d have been required to
the Owner .
completed plans ,
other property
been completed ,
be furnished to
5 . Complete performance of such part of the work as
s h al l n ot have been terminated by the notice of
termi n at i on ; and
C7-7 (l l )
--
6 . Take such action as may be necessary , or as
Engineer may direct , for the protection
preservation of the property related to
contract which is in the possession of
contractor and in which the Owner has or
acquire the rest.
the
and
its
the
may
C . TERMINATION CLAIM : Within 60 days after 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 t h e Contractor , made in writing
within such 60-day period or authorized extension
thereof , any and al l such claims shall be conclusively
deemed waived .
D. AMOUNTS : Subject to the provisions of Item C7 -7 .16
(C), the Contractor and 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 work pursuant hereto ; provided , that
such agreed amount or amounts shall never exceed the
total contract price as reduced by the amount of
payments otherwise made and as further reduced by the
contract price of 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 in the event of failure of the
Contractor by reason of the termination of work
pursuant to this section , shall be deemed to limit ,
restrict or otherwise determine or affect the amount
or amounts which may be agreed upon to be paid to the
Contractor pursuant to this paragraph.
E . FAILURE TO AGREE : In the event o f the failure of the
Contractor and the Owner to agree as provided in C7 -
7 .16 (D) upon the whole amount to be paid to the
Contractor by reason of the termination of work
pursuant to this section the Owner shall determine , on
the basis of information available to it , the amount ,
if any , due to the Contractor by reason of the
termination and shall pay to the Contractor the
amounts determined . No amount shall be due for lost
or anticipated profits .
C7-7 (12)
F .
G.
H .
DEDUCTIONS : In arriving at · the amount due the
contractor under this section , there shall be deducted
(a) all unliquidated advance or other payments on
account theretofore made to the Contractor , applicable
to the terminated portion of this contract ; (b) any
claim which the Owner may have against the Contractor
in connection with this contract ; and ( c) the agreed
price for , or the proceeds of 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 the notice of
termination), such equitable adjustment as may be
agreed upon shall be made in such price or prices ;
nothing contained herein , however , shall limit the
right of the Owner and the contractor to agree upon
the amount or amounts to be paid to the 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 : Nothing 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 Amendment of Contract" or any other right
which Owner may have for default or breach of contract
by Contractor .
C7-7 .1 7 . SAFETY METHODS AND PRACTICES : The Contractor shall be
responsible for initiating , maintaining , and supervising all
safety precautions and programs in connection with the work at
all times and shall assume all responsibilities for their
enforcement .
The Contractor shall comply with federal , state , and local laws ,
ordinances , and regulations to protect person and property from
injury , including death , or damage in connection with the work.
C7-7 (13)
-
-
-
PART C-GENERAL CONDITIONS
CB-8 MEASUREMENT AND PAYMENT
SECTION CB-8 MEASUREMENT AND PAYMENT
SECT I ON C8-8 .1 MEASUREMENT OF QUANTITIES : The determination of
quantities of work performed by the Contractor and authorized by
the Contract Documents acceptably completed under the terms of
the Contract Documents sha l l 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 , a n d wi l l be t h e actua l le n gt h , area , solid
contents , numbers , and weigh ts of the materials and items
insta l led .
C8 -8 . 2 UNIT PR I CES : When in the Proposal a "Un it Price " is set
fort h , the said "Unit Price " sha l l include the furnishing by t h e
Contractor of all labor , tools , materials , machinery , equipment ,
app l iances a n d 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 .
Th e "Unit Price" shall i n clude all permanent and temporary
protection of overhead , surface , and underground structures ,
cleanup , finished overhead expense , bond , insurance , patent
fees , royalties , risk due to the elements and other causes ,
delays , profits , injuries , damages claims , taxes , and all other
items not specifically mentioned that may be required to fully
construct each i tern 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
t h e Co n tractor to furnish all l abor , tools , materials ,
machinery , equipment , appurte n a n ces , and all subsid i ary 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 contempla t ed and embraced under t h ese
Contract Documents , for al l loss and damage arising out of t h e
nature of the work or from the action of the elements , for any
C8 -8 (!)
, '
unforeseen defects or obstructions 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 expense
incurred by or in consequence of 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
qcceptable manner according to the terms of the Contract
Documents .
The payment of any current or part i al estimate prior to final
acceptance of the work by the Owner shall in no way constitute
an acknowledgment of t h e accepta n ce of the work , materia l s , or
equipment , nor in any way prejudice or affect the obligations of
the Contractor to repair , correct , renew , or replace at h i s own
and proper expense any defects or imperfections in the
construction or in the strength or quality of the materia l 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 , imperfection ,
or damage shall have been discovered on or before the final
inspection and acceptance of work or during the one year
guaranty period after final acceptance . The Owner shall be the
sole judge of such defects , imperfections , or damage , and the
Contractor shall be liable to the Owner for failure to correct
the same as provided herein.
C8 -8 .5 PARTIAL ESTIMATES AND RETAINAGE : Between the 1st and 5th
day of each month the Contractor shall submit to the Engineer a
statement showing an estimate of the value of the wor k 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 work performed since the last
partial payment was made exceeds one hundred dollars ($100 . 00)
in amount , 90 % of such estimated sum will be paid to the
Contractor if the total contract amount is less than $400 ,000 ,
or 95 % of such estimated sum will be paid to the Contractor if
the total co n tract amount is $400 ,000 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 estimate 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
C8-8 (2)
--
-
-
,-
...
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 the partial estimate from month to month
will be approximate only , and a l l 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
quality 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 righ t 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 .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 .
CS -8 .7 FINAL ACCEPTANCE : Whenever the improvements provided for
by the Contract Documents have been completed and al'l
requirements of the Contract Documents have been fulfilled on
the part of the Contractor , the Contractor shall notify the
Engineer in writing that the improvements are ready for the
final inspection . The Engineer shall notify the appropriate
officials of the Owner , who 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 therefor as outlined in CS -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 .
C8 -8 (3)
All prior estimates upon which payment has been made are subject
to necessary corrections or revisions in the final payment .
The amou n t 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 wit hin 60
days after final acceptance by the Owner on a proper resolution
of the City Council , provided the Contractor has furnished to
the Owner satisfacto r y evidence of payment as follows: Prior to
submission of the fi nal estimate for payment , the Contractor
s hal l execute an affidavit , as furnished by the City , certifyi ng
that all persons , firms , assoc ia tions , corporations , or other
organizations furnishing labor and/or materia l s have been paid
in full, that the wage scale established by t h e City Council in
the City of F ort Worth has been paid , a nd that there are n o
claims pending for personal injury and/or property damages.
Th e acceptance by the Contractor of the last or final payment as
aforesaid s hall operate as and sha ll re l ease the Owner from all
claims · or liabilities under the Contract for anything done or
furnished or relating to t h e work under Contract Documents or
any act or neglect of said City relating to or connected with
the Cont r act .
Th e making of the final payment by the Owner shall not relieve
the Contractor of any guarantees or other requirements of the
Contract Documents whic h specifically continu e thereafter .
CS -8 . 9 ADEQ UA CY OF DESIGN : It is understood that the Ow n er
believes it has emp l oyed competent Engineers and designers to
prepare the Contract Documents and all modifications of t h e
approved Contract Docume n ts . It is , therefore , agreed that the
Owner sha ll be responsib l e for the adequacy of its own design
features , s uffi cien cy of the Contract Doc um ents , the safety of
the structure , and the practicability of the operations of the
compl eted project , provided the Contractor has complied with the
requirements of t h e said Contract Documents , all approved
modifications thereof , and additions and alterations thereto
approved in writing by t h e Owner . The burden of proof of suc h
compliance shall be upon the Contractor to show that he has
compli ed with th e said requirements of the Contract Documents ,
approved modification s thereof , and all approved additions and
alterations thereto .
C8 -8 ( 4)
-
--
-
-
CB -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 work not done in accordance with the
Contract Documents or relieve the Contractor of 1 iabili ty i n
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 resulting therefrom which shall appear within a period of
one year from the date of final acceptance of the work unless a
l o n ger period is specified and s h all furnish a good and
suff i cient maintenance bond in the amount of 100 percent of the
amount of the contract which sha l l assure the performance of the
genera l guaranty as above outlined . The Owner will give notice
of observed defects with reasonable promptness .
CB -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 i tern for bid
has been provided for in the Proposal , shall be considered as a
subsidiary item of work , the cost of which sha l l be included in
the price bid in the Proposal , for each bid i tern . Surface
restoration , rock excavation and cleanup are general items of
work which fall in the category of subsidiary work .
CB -8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL : Material may be
alloca t ed under various bid i terns 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 .
CB -8 .13 RECORD DOCUMENTS : Contractor shall keep on record a
copy of all specifications , plans , addenda , modifications , shop
drawings and samples at the site , in good order and annotated to
show all changes made during the construction process. These
s h all be delivered to Engineer upon completion of the work .
71
Section C1
Supplementary Conditions
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS
A. General
B.
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents a s indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below . Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85 % of the net
voice value thereof. The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate.
For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent
( l 0 % ). For contracts of $400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C. Part C -General Conditions: Paragraph C3-3. l 1 of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
D. C3-3.11 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 (I), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
G.
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.
C3-3. l 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
A.M. Best rating of A: VII or equivalent measure of financial strength and solvency.
f. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery .
k. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
I. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg.3
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8( I) 1s
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.
I. CS-8.10 GENERAL GUARANTY: Delete CS-8.10, General Guaranty at page CS-8(4) is deleted
in it s entirety and replaced with the following:
Neither the final certificate of payment nor any provision in the Contract Documents , nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or responsibility for faulty materials or workmanship. The Contractor shall
remedy any defects or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of final
acceptance of the work unless a longer period is specified and shall furnish a good and sufficient
maintenance bond in the amount of I 00 percent of the amount of the contract which shall assure
the performance of the general guaranty as above outlined. The Owner will give notice of observed
defects with reasonable promptness.
Revised
10/24/02
Pg.4
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent that
the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2.
J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the
following:
K.
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 td 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
C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated
November I, 1987; (City let projects) make the following revisions:
I. 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. l l INSURANCE delete subparagraph "a .
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3. l l INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8.14 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 nece ssary Contractor facilities and s hall 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 rea so nable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents , papers and records of such
subcontractor, involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance notice
of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows:
Revised
10/24/02
1. 50 copies and under -10 cents per page
Pg.6
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M. SITE PREPARATION:
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6. l O 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.
N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
I. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
. deleted in its entirety and replaced with the following:
Upon request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books, records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE. The
misrepresentation of facts ( other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal, state or local laws or ordinances relating
to false statements; further, any such misrepresentation (other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
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 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 Section C-1, L. Right to
Audit (Rev. 9/30/02) pertain to this inspection.
( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
( d) With each partial payment estimate or payroll period, whichever is less, an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Revised
10/24/02
Pg.8
D-1
D-2
D-3
D-4
D-5
D-6
D-7
D-8
0-9
0-10
D-11
D-12
D-13
D-14
D-15
D-16
D-17
D-18
D-19
D-20
D-21
D-22
D-23
D-24
D-25
D-26
D-27
D-28
D-29
D-30
D-31
D-32
D-33
D-34
D-35
D-36
D-37
D-38
D-39
D-40
D-41
D-42
D-43
D-44
D-45
D-46
D-47
D-48
D-49
10120/08
PART D -SPECIAL CONDITIONS
GENERAL ..................................................................................................................... 3
COORDINATION MEETING ......................................................................................... 5
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5
COORDINATION WITH FORT WORTH WATER DEPARTMENT ............................... 7
CROSSING OF EXISTING UTILITIES .......................................................................... 7
EXISTING UTILITIES AND IMPROVEMENTS ......................................... , ................... 8
CONSTRUCTION TRAFFIC OVER PIPELINES ........................................................... 8
TRAFFIC CONTROL .................................................................................................... 9
DETOURS .................................................................................................................. 10
EXAMINATION OF SITE ............................................................................................. 10
ZONING COMPLIANCE .............................................................................................. 10
WATER FOR CONSTRUCTION ................................................................................. 10
WASTE MATERIAL.. ................................................................................................... 10
PROJECT CLEANUP AND FINAL ACCEPTANCE ..................................................... 10
CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................ 11
SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ........................... 11
BID QUANTITIES ........................................................................................................ 11
CUTTING OF CONCRETE ......................................................................................... 12
PROJECT DESIGNATION SIGN ................................................................................ 12
CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ..................................... 12
MISCELLANEOUS PLACEMENT OF MATERIAL ....................................................... 12
CRUSHED LIMESTONE BACKFILL. ........................................................................... 13
2:27 CONCRETE ........................................................................................................ 13
TRENCH EXCAVATION, BACKFILL. AND COMPACTION ........................................ 13
TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ........... 14
SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15
SANITARY SEWER MANHOLES ................................................................................ 16
SANITARY SEWER SERVICES ................................................................................. 19
REMOVAL , SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ............... 20
DETECTABLE WARNING TAPES .............................................................................. 23
PIPE CLEANING ......................................................................................................... 23
DISPOSAL OF SPOIL/FILL MATERIAL ...................................................................... 23
MECHANICS AND MATERIALMEN 'S LIEN ................................................................ 23
SUBSTITUTIONS ........................................................................................................ 23
PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 24
VACUUM TESTING OF SANITARY SEWER MANHOLES ......................................... 27
BYPASS PUMPING .................................................................................................... 28
POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ......... 28
SAMPLES AND QUALITY CONTROL TESTING ........................................................ 30
TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ............................................................... 31
INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 32
PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 32
SITE RESTORATION .................................................................................................. 32
CITY OF FORT WORTH STANDARD PRODUCT LIST ............................................. 33
TOPSOIL. SODDING, SEEDING & HYDROMULCHING ............................................ 33
CONFINED SPACE ENTRY PROGRAM .................................................................... 38
SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ........................... 39
EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ..................... 39
CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 40
SC-1
D-50
D-51
D-52
52 .1
52 .2
52 .3
52.4
52 .5
52 .6
52 .7
52 .8
52 .9
52 .10 --
52 .11
52 .12
D-53
D-54
D-55
D-56
D-57
D-58
D-59
D-60
D-61
D-62
D-63
D-64
D-65
D-66
D-67
D-68
D-69
D-70
D-71
D-72
D-73
D-74
10/2 0108
PART D -SPECIAL CONDITIONS
CLAY DAM .................................................................................................................. 40
EXPLORATORY EXCAVATION (D-HOLE) ................................................................. 40
INSTALLATION OF WATER FACILITIES ................................................................... 40
Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40
Blocking ....................................................................................................................... 41
Type of Casing Pipe .................................................................................................... 41
Tie-Ins ......................................................................................................................... 41
Connection of Existi ng Mains ...................................................................................... 41
Valve Cut-Ins ......................................................................... : ..................................... 42
Water Services ............................................................................................................ 42
2-lnch Temporary Service Line .................................................................................... 44
Purging and Sterilization of Water Lines ...................................................................... 45
Work Near Pressure Plane Boundaries ....................................................................... 45
Water Sample Station .................................................................................................. 46
Ductile Iron and Gray Iron Fittings ............................................................................... 46
SPRINKLING FOR DUST CONTROL ......................................................................... 47
DEWATERING ............................................................................................................ 47
TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ 47
TREE PRUNING ......................................................................................................... 47
TREE REMOVAL ........................................................................................................ 48
TEST HOLES .............................................................................................................. 48
PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ....................................................................................................... 49
TRAFFIC BUTTONS ................................................................................................... 49
SANITARY SEWER SERVICE CLEANOUTS ............................................................. 50
TEMPORARY PAVEMENT REPAIR ....................................... : ................................... 50
CONSTRUCTION STAKES ......................................................................................... 50
EASEMENTS AND PERMITS ..................................................................................... 50
PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51
WAGE RATES ............................................................................................................ 51
REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53
STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ........................................................................................................... 53
COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ............... : ................................................................... 55
ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 56
EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................ 56
AIR POLLUTION WATCH DAYS ................................................................................ 57
FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..................................... 57
GREEN CE MENT PO LI CY 59
SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C 1 -
Supplementary Conditions to Part C of the Contract. · Anything contained in this Part D that is
additive to any provision in Part C -General Conditions and part C 1 -Supp lementary Conditions
to Part C of the Contract are to be read together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Condit ions of the Contract and this Part D , Part D shall
contro l.
FOR: 2004 CIP Project Robin-Denver Storm Drain Reconstruction
T/PW Project No. C200 541200 2022800086
Sewe r Project No . P258 541200 7021700086
Water Project No . P253 541200 6021700086
City Project No . 00086
DOE No . 4895
FORT WORTH, TEXAS
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally , but not necessarily ,
follow the guidelines listed below:
1. Plans
2 . Contract Documents
3 . Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above . The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship , or both , for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes .
Subject to modifications as herein contained , the Fort Worth Water Department's General
Contract Documents and General Specifications , with latest revis ions , 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 the current Fort Worth Water Department General Specifications , which general
specifications shall govern performance of all such work .
This contract and project , where applicable , may also be governed by the two following published
specifications, except as modified by these Special Provisions :
10120/08 SC-3
PART D -SPECIAL CONDITIONS
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street , 2nd Floor , Municipal Build ing, Fort Worth ,
Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the
pay item by the des igner. 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 Div ision 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 w ill 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 des ignated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division , PO Box 17027 , Fort Worth , Texas 76102 .
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing , addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud , the proposals for which non-cons ideration
requests have been properly filed may , at the option of the Owner, be returned unopened .
C . TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may mod ify his proposal by
telegraphic communication at any time pr ior to the time set for opening proposals , provided
such telegraphic communication is received by the Purchas i ng 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. ·
1012 0/0 8 SC-4
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes , weekly meetings at the job site may be required to maintain the project
on the desired schedule . The contractor shall be present at all meetings .
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions :
1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of
authority to self-insure issued by the commission , or a coverage agreement (TWCC-81 ,
TWCC-82, TWCC-83 , or TWCC -84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project , for the
duration of the project.
2 . Duration of the project -includes the t ime 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 prov ide services on the project. "Services" include , without lim itation , 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 .
8 . The Contractor shall provide coverage, based on proper report ing 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 ent ity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate· of coverage ends during the
duration of the project , the contractor must , prior to the end of the coverage period , file a new
certificate of coverage with the governmental entity showing that coverage has been extended .
E. The Contractor shall obtain from each person providing services on a project , and provide the
governmental entity :
1. A certificate of coverage , prior to that person beginning work on the project , so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project ; and
10/20108 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 durat ion 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 . Not ify 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
10/2 0/08 SC-6
PART D -SPECl1AL 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 w ith 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 follow i ng text , without any addit ional words or changes :
·"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person workihg 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".
0-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project , it will be necessary to deactivate , for a period of time ,
ex isting lines . The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines .
0-5 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
1012 010 8 SC-7
PART D -SPECIAL CONDITIONS
constructed of ductile iron pipe. The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill,
fittings , tie-ins and all other associated appurtenances required are deemed subsidiary work , the
cost of which shall be included in the price bid in the Proposal for each bid item.
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 with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility , such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent , location , and depth ; they are shown on the
plans as the best information available at the time of design , from the owners of the utilities
involved and from evidences found on the ground.
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new
10/20108 SC-8
PART D -SPECI.AL CONDITIONS
line and the existing lines from these possibly excessive loads . The Contractor shall not , at any
time, cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense , to
the satisfaction of the City .
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed . It still is , however , the responsibility of the Contractor
to repair any damage to the existing or proposed lines , if the damage results from any phase of his
construction operation .
0-8 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 tr.affic control plan is required . The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways ," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section Nos .
27 , 29 , 30 and 31 .
Uriless .,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 Jraffic Engineer [Tel (817)392-8770] at . 'Or before the
preconstruction conference . The P.E: 'preparing the traffic control plan may utilize.standard traffic
r~rou·te configurations posted as 'Typicals " on the City 's :Buzzsaw .website. Although work will r}Ot
begin until the traffic control plan has been reviewed and approved /the Contractor's time will begin
in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the
Contractor.
The Contractor will not remove any regulatory sign, instructional sign , street name sign or other
sign , which has been erected by the City . If it is determined that a sign must be removed to permit
required construction , the Contractor shall contact the Transportation and Public Works
Department , Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign . In
the case of regulatory signs , the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly
. or if it does not meet the required specifications , the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings
Div ision 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 Ma intenance Work Areas."
The I\Jmp sum pay item for traffic control shall cover design anc;I / or installaf (on,,a~d maintenance
of the traffic ~ontrol plan .
10/2 0/0 8 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 unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes .
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. · All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property .
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary , clean-up shall be done on
a daily basis. Clean up work shall include , but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents ' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed.
No more than seven days shall elapse after completion of constn.iction before the roadway, right-
10/20108 SC-10
PART D -SPEClAL CONDITIONS
of-way , or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or
concrete and other construction materials , and in general preparing the site of the work in an
orderly manner and appearance . The City of Fort Worth shall give final acceptance of the
completed project work .
D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK
Prior to executing the Contract , it shall be the responsibility of the Contractor to furnish a schedule
outlining the anticipated time for each phase of construction with starting and completion dates ,
including sufficient time being allowed for cleanup . The Contractor shall not commence with water
and/or sanitary sewer installation until such time that the survey cut-sheets have been received
from the City inspector.
D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The follow ing procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches , painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes ,
derricks , power shovels , drilling rigs , pile drivers , hoisting equipment or similar apparatus .
The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ."
2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm , except back hoes or dippers , and insulator links
on the lift hook connections .
3 . When necessary to work with i n 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
ta ken as outlined in Paragraph (3).
D-17 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.
1012 0/0 8 SC-11
PART D -SPECIAL CONDITIONS
0-18 CUTTING OF CONCRETE
When existing concrete is cut , such cuts shall be made with a concrete saw. All sawing shall be
subsidiary to the unit cost of the respective item.
0-19 PROJECT DESIGNATION SIGN
Project signs are required at all locations . It shall be in accordance with the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the
exact locations and methods of mounting . In addition to the 4 ' x 8 ' project signs, project signs
shall be attached to barricades used where manhole rehabilitation or replacement is be i ng
conducted . Signs suspended from barricading shall be placed · in such a way that signs do not
interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance
with Figure 30, except that they shall be 1 '-0 " by 2 '-0 " in size. The information box shall have the
following information :
For Questions on this Project Call :
(817) 392-8306 M-F 7 :30 am to 4 :30 p .m.
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials , labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed .
0-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where ma i ns are required to be placed under existing sidewalks and/or
driveways , such sidewalks and/or driveways shall be completely rep laced for the full existing width ,
between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction , Item 504 .
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction , Item 502 .
Payment for cutting , backfill, concrete , form ing materials and all other associated appurtenances
required, shall be included in the square ya rd price of the bid item for concrete sidewalk or
driveway repair.
0-21 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 un it. Payment for
miscellaneous placement of material shall be in accordance with the General Contract Documents
regardless of the actual amount used for t he project .
10/20/08 SC-12
PART D -SPEClAL CONDITIONS
D-22 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item
208 .3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill , Construction Specifications , General Contract Documents .
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials , Construction Specifications , and General Contract Documents .
D-23 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures 1 through 5 refer to using 2 :27 Concrete as base repair. Since this call-out
includes the word "concrete", the consistent interpretation of the Transportation and Public Works
Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete .
D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots , driveways, gravel surfaced roads , within
easements , and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein .
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall be entirely the Contractor's own . All trenching operations shall be confined to the
width of permanent rights-of-way , permanent easements , and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2 . TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8 . Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas , with a map showing the location and depth of
the various test holes . If excavated material is obviously granular in nature, containing little or no
plastic material , the Engineer may waive the test report requirement . See E 1-2 .3 , Type "C" or "D"
Backfill , and E2-2 .11 Trench Backfill for additional requirements . When Type "C" back-fill material
is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general ,
all backfill material for trenches in existing paved streets shall be in accordance with Figure A.
Sand material specified in Figure A 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 :
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 m i nimum of 90%
Standard Proctor Density (A.S.T.M . D698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City , at its own expense , will perform trench compaction tests per A.S .T.M . standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals
beginn ing 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 . Type "B" backfill shall be paid for at a pre-bid unit price of $15 .00 per cubic yard . ·
D-25 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 Departrrient typical sections for Pavement and Trench Repair for
Utility Cuts , Figures 2000-1 through 2000-3 .
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.
10/20/08 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-26 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 .
10/20108 SC-15
PART D -SPECIAL CONDITIONS
3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation .
4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or
"trench shields ". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure . Shields can be permanent structures
or can be designed to be portable and move along as the work progresses . Shields can be
either pre-manufactured or job-built in accordance with OSHA standards .
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic , mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins . Shoring systems are generally comprised of cross-braces , vertical rails , (uprights),
horizontal rails (wales) and/or sheeting .
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools ,
materials , equipment and incidentals necessary for the installation and removal of trench
safety systems .
D-27 SANITARY SEWER MANHOLES
A. GENERAL: The installation , replacement , and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans , and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E 1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Etc .,
and E2-14 Vault and Manhole Construction of the General Contract Documents and
Specifications , unless amended or superseded by requirements of this Special Condition . For
new sewer line installations, the Contractor shall temporarily plug all lines at every open
manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction .
1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per
Figure 121 .
2 . WATERTIGHT MANHOLE INSERTS : Watertight gasket manhole inserts shall be installed
in all sanitary sewer manholes . Inserts shall be constructed in accordance with Fort Worth
Water Department Standard E 100-4 and shall be fitted and installed according to the
manufacturer's recommendations . Stainless Steel manhole inserts shall be required for all
pipe diameters 18 " and greater.
3 . LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug . The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4 . FINAL RIM ELEVATIONS : Manhole rims in parkways , lawns and other improved lands
shall be at an elevation not m9re than one (1) nor less than one-half (1 /2) inch above the
surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting
10/20/08 SC-16
PART D -SPECIAL CONDITIONS
for not less than three (3) feet each direction to exist ing fin ish grade of the ground . The
grade of all surfaces shall be checked for proper slope and grade by string lin ing the entire
area regarded near the manhole .
Manholes in open fields , unimproved land , or drainage courses shall be at an elevation
shown on the drawi ngs or minimum of 6 inches above grade .
'
5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be McKinley , Type N, with indented top design , or equal, with pick slots .
Covers shall set flush w ith the rim of the frame and shall have no larger than 1 /8-inch gap
between the frame and cover. Bearing surfaces shall be machine finished . Locking
manhole lids and frames will be restric.ted to locations within the 100-year floodplain and
areas specifically designated on the plans . Certain teed Ductile Iron Manhole Lids and
Frames are acceptable for use where locking lids are specified .
6. SHALLOW CONE MANHOLES : Shallow manhole const r uction w ill be used when manhole
depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with
Figure 105 . All shallow cone manholes shall have a cast iron lid and frame with pick slots .
NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED .
7 . MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manho le .
8 . EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black " Tnemec "46-
450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness .
9 . MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole
sections constructed for the C ity of Fort Worth Water Department , excluding only the joints
using a trapped type performed 0 -ring rubber gasket shall require Bitumastic joint sealants
as per Figure M .
Th is sealant shall be pre-fo r med and trowelable Bitumastic as manufactured by Kent-Seal ,
Ram-Nek , E-Z Stick , or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sect ional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
su itable removable wrapper and shall not in any way depend on oxidation , evaporation , or
any other chemical action for either its adhesive properties or cohesive strength . The Joint
sealer shall remain totally flexible without shrinking , hardening, or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years .
B. EXECUTION :
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials . All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt , sand , mud , or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations . The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench . After removal of
10/2 0/08 SC-17
PART D -SPEClAL CONDITIONS
the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
2 . SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trenc~ nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings . Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick , block materials other
than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section . Pre-cast concrete rings , or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes , replace the upper portion of the manhole to a point 24 inches
below the frame. If the walls or cone section below this level are structurally unsound,
notify the Engineer prior to replacement of the grade rings and manhole frame . Existing
brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris .
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface .
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames , a flat top section shall be i nstalled .
Joint surfaces between the frames , adjustment rings , and cone sect ion shall be free of dirt ,
stones , debris and voids to ensure a watert ight 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 materia l. 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 manho le
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 .
10120/08 SC-18
-
-
-
-
PART D -SPECIAL CONDITIONS
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 , wh ich if required , shall be paid separately .
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole , including , but not limited to , excavation,
backfill , disposal of materials , joint sealing , lift hole sealing and exterior surface coating .
Payment shall not include pavement replacement , which if required , shall be paid separately-.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole , including but not
limited to , joint sealing , lift hole sealing , and exterior surface coating .
Payment for concrete collars will be made per each . Payment for manhole inserts will be
made per each .
D-28 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
Eng ineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case
basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required. Severed service
connections shall be maintained as specified in section C6 -6 .15 .
D . SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vert ically 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. San itary 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 installat ion of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for San itary
Sewer Taps . Payment for work such as backfill , saddles , tees , fittings incidental four (4) feet
of service line and al l other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps .
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as requ ired 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
10/2 0/08 SC-19
PART D -SPECIAL CONDITIONS
approved by the Engineer. For situations involving sewer service re-routing , whether on public
or private property, the City shall provide line and grade for the sewer service lines as shown
on the project plans . Prior to installing the applicable sewer main or lateral and the necessary
service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations
(shown on the plans) at the building clean-out and compare the data with the elevation at the
proposed connection point on the sewer main , in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also
be verified at all bend locations on the service re-route. All applicable sewer mains, laterals
and affected service lines that are installed without pre-construction de -holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the .
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied . If the Contractor determines that a different alignment for the -
re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any
sewer service for which no grade verification has been submitted . All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense . The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code. Connection to the existing sewer service line shall
be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling
A.S .T.M . C-425 with series 300 stainless steel compression straps . The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line .
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property . Furthermore, the contractor shall utilize the services of
a licensed plumber for all service line work on private property . Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route .
Payment for work and materials such as backfill , removal of existing clean-outs , plugging the
abandoned sewer service li ne, 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-29 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
10120/08 SC-20
-
PART D -SPECIAL CONDITIONS
Section E2-1 .5 Salvaging of Material and E2-2 . 7 Removing Pipe , of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition .
A SALVAGE OF EXISTING WATER METER AND METER BOX : Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1 .5 Salvaging of Materials.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade .
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade .
C . SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2 -1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade .
D . SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1 .5 Salvaging of Materials . The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade . If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade .
E. ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade . Concrete shall then be used as
backfill material to match existing grade .
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade .
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade.
G . ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall
be removed to the top of the full barrel diameter section , or to point not less than 18 inches
below final grade . The structure shall then be backfilled and compacted in accordance with
backfill method a_s specified in Section E2-2 .9 Backfill. Backfill material may be either clean
10/20108 SC-21
PART D -SPEClAL CONDITIONS
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 , plugg i ng of pipe(s) and all other appurtenances required , shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole .
H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting
the structure disconnected. The complete manhole , including top or cone section , all full barrel
diameter section , and base section shall be removed . The excavation shall then be backfilled
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 th is 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 respons i bility 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
remov i ng 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 be i ng 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 connect ions 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.
10/2 0/08 SC-22
-
PART D -SPECIAL CONDITIONS
D-30 DETECTABLE WARNING TAPES
Detectable underground util ity warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metall ic 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 2Yz 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-31 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-32 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator'!), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is
required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associqted
with obtaining the fill permit , including any necessary Engineering studies , shall be at the
Cont ractor'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
Ord inances of the City and th is section .
D-33 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-34 SUBSTITUTIONS
10/20/08 SC-23
PART D -SPECIAL CONDITIONS
The specifications for materials set out the m inimum standard of quality , which the City believes
necessary to procure a satisfactory project . No subst itutions will be permitted until the Contractor
has received written perm ission 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 fo r 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 .
D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction , ALL sections of existing sanitary sewer lines to be
abandoned , removed (except where being replaced in the same location), or rehabilitated (pipe
enlargement , cured-in-place pipe , fold and form pipe , slip-line , etc.), shall be cleaned , and a
television inspection performed to identify any active sewer service taps , other sewer laterals
and their location . Work shall consist of furnishing all labor, material , and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circu it
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 sol id 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 poss i ble .
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 .
10/2 0/08 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 .
B . EXECUTION :
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches , power winches, TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line .
10/20108
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
SC-25
PART D -SPECl,AL CONDITIONS
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera , under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection . In addition , other points of significance
such as locations of unusual conditions , roots , storm sewer connections , broken pipe ,
presence of scale and corrosion , and other discernible features will be recorded, and a
copy of such records will be supplied to the City.
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 w i ll return tapes to the Contractor upon completion of review . Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections , the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City . If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made .
Also , no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera.
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS . Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected . The Engineer will return tapes to the Contractor upon completion of
review .
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C . PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
10/2010 8 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 .
I
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. ·
D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES
D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes .
8 . 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 .
1012 0/08
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 requ ired test time . The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93 :
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (10"Hg -9"Hg) (SEC)
Depth of MH . 48-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 -SPEClAL 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-i nch of mercury (1" Hg) after the requ ired 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 .
0-37 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 .
0-38 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 cons ist of furnishing all labor, material , and equipment necessary for i nspection 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 infl icted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The te levision camera used for the inspection shall
be one specifically designed and constructed for such inspection . Lighting for the camera shall
be operative in 100% humidity conditions . The camera , television monitor, and other
components of the video system shall be capable of producing picture quality to the
1012 0/08 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 lac ing of the main with no water flow . If
sewer is active , flow must be restricted to prov ide 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 purpo _se 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
10/20/08 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
permis~ion 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-
telev ise 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 prov ide reliable , regular sewer service to the area residents . All bypass pump ing shall be
incidental to the project.
D-39 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 use9 , and gradation analysis for sand and crushed stone to be
used along with the name of the p it from which the material was taken . The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto._
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate , cement , and mortar which are
to be used later in the concrete . The Cont ractor shall provide a certified copy of the test
results to the City .
C. Qual ity 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 .
1012 010 8 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-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION : This item shall consist of temporary soil erosion sed i ment 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, ba led-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 pollut ion-control
measures to prevent contamination of adjacent streams , other water courses, lakes , ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms , dikes , dams , sediment basins , slope drains and use of temporary mulches , mats,
seeding, or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution control
features, but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way, clearing and grubbi ng , excavation and borrow to be
proportiona l to the CONTRACTOR 'S capability and progress in keeping the finish grading ,
mulching , seeding , and other such permanent pollution-control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations
unrealistic , temporary soil-eros ion-control measures shall be performed as directed by the
Engineer.
2 . Waste or d isposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment enteri ng 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 o r 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 .
10120/08 SC-31
PART D -SPECIAL CONDITIONS
6 . The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and
reservoirs with fuels , oils , bitumen , calcium chloride or other harmful materials . He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes
and reservoirs and to avoid interference with movement of migratory fish.
C. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this work .
0-41 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.
0-42 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.
0-43 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.
10/20108 SC-32
PART D -SPECIAL CONDITIONS
D-44 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-45 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 Draw ings 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
10120/08 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
sol id 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 :
10/2 0/08 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 : 1-00 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 .
1012 0/08 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 d irections at right
angles to each othe r. 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 preparat ion 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 ,
Const r uction Methods .
Water shall then be applied to the cultivated area of the seed bed unti l 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 giv ing 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 fi lm is obta ined and the fin ished surface shall be
comparatively smooth .
10120/08 SC -36
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 height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration .
* Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the sl it 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 analys is 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 Agr icultural 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 condit ion . 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 Draw ings , fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding " and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the squa re 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 .
1012 0/08 SC-37
PART D -SPEClAL 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 un it 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
perform ing 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-46 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibil ity 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 const r uction . 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.
10/20108 SC-38
PART D -SPECIAL CONDITIONS
D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete .
8. The inspector along with appropriate City staff and the City's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected .
9 . The contractor shall take immediate steps to rectify the listed deficiencies and notify _ the
owner in writing when all the items have been completed or corrected .
10. Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price . Contractor shall still be required to address all other
deficiencies , which are discovered at the time of final inspection .
11 . Final inspection shall be in conformance with general condition item "C5-5 .18 Final
Inspection" of PART C -GENERAL CONDITIONS .
0-48 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
0 .1. 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.
10/20108 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 .
0-49 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 installat ion and
reinforcement of the concrete encasement.
0-50 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 und isturbed 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-51 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 excavat ion (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 exist ing 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 cont ractor 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 ex isting 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 un it price bid . No payment shall be
made for exploratory excavation(s) conducted after construction has begun.
D-52 INSTALLATION OF WATER FACILITIES
10120/08
52.1 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).
SC-40
-
-
10/20/08
PART D -SPECIAL CONDITIONS
52.2 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 .
52.3
1.
Type of Casing Pipe
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
Construction standard E2-15 as per Fig . 110 of the General Contract Documents .
3. PAYMENT:
Payment for all materials, labor, equipment , excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
52.4 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 . Jhe cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe .
52.5 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
SC-41
PART D -SPECIAL CONDITIONS
Engineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an existing main , the Contractor shall notify the City Project Manager,
. Construction Services , Phone 817-392-8306 , at least 48-hours prior to the required shut
down time . The Contractor's attention is directed to Paragraph CS-5 .15 INTERRUPTION
OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing
as to the location , time , and schedule of the service interruption .
10/20108
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 .
52.6 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.
52. 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
& E 1-18) contained in the General Contract Documents .
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade .
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from
the main line to the meter box .
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section CS-5 .15 INTERRUPTION OF SERVICE.
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 m~ter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings , and corporation stop.
Payment for all work and materials such as backfill , fittings, type K copper tubing, curb stop
with lock wings , service line adjustment , and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation .
Payment for all work and materials such as tap saddle (if required), corporation stops , and
fittings shall be included in the price bid for Service Taps to Main .
1. WATER SERVICE RECONNECTION : Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction . The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one {1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2. WATER SERVICE METER AND METER BOX RELOCATIONS : When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve ( 12) inches , as measured from the center line of
the existing meter to location to the center line of the proposed meter location , separate
payment will be allowed for the relocation of service meter and meter box . Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately . Relocations made along the
centerline will be paid of in feet of copper service line .
10/20108
When relocation of service meter and meter box is required , payment for all work and
materials such as backfill , fittings , five (5) feet of type K copper service and all materials ,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation. All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time . Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
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 prov ided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply w ith
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).
52.8 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 serv ice 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 perform~d in an expeditious
manner. Severed water serv ice must be reconnected within 2 hours of discontinuance of
service .
1012 0/08
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 ma in 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 recondit ioning 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.
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 cr iteria 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 , ba r ricades , 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 inspecto,r. 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 w ill 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.
10/20108
52.9 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 here in . 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 san itary 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 serv ice until two successive sets of samples , taken 24 hours
apart , have met the established standards of purity .
Purging and steril ization 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 .
52.10 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
SC -45
1012 0/08
PART D -SPECIAL CONDITIONS
52.11 Water Sample Station
GENERAL:
All water sampl ing station installat ions w ill be per attached Figure 34 or as required in large
water meter vaults as per F igure 33 unless otherwise directed by the Engineer.
The appropriate water sampling stat ion will be furnished to the Contractor free of charge ;
however, the Contractor will be required to pick up this item at the Field Operations
Wa rehouse .
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 fo r copper Service Line from Main to Meter.
Payment for all wo r k 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 pr ice 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 .
52.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pipe,
fittings , and Specials , Sub section E2-7 .11 Cast Iron Fittings :
E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron
fittings shall be furnished with cement mortar lining as stated in Section E 1-7 . The price
bid per ton of fittings shall be payment in full for all fittings , joint accessories , polyethylene
w rapping , horizontal concrete blocking , vertical tie-down concrete blocking , and concrete
cradle necessary for construction as designed .
All duct ile-iron and gray-iron fittings , valves and specials shall be wrapped with
po lyethylene wrapping conforming to Material Specification E1-13 and Construction
Specification E2-13 . Wrapping shall precede horizontal concrete blocking , vertical tie-down
concrete blocking , and concrete cradle . Payment for the polyethylene wrapping , horizontal
concrete blocking, vert ical tie-down concrete blocking, and concrete cradle shall be
included in bid items for vales _and fittings and no other payments will be allowed.
SC-46
-
PART D -SPECIAL CONDITIONS
0-53 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall
apply . However, no direct payment will be made for this item and it shall be considered to this
contract.
D-54 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.
0-55 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 .
0-56 TREE PRUNING
A. REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees ".
B. ROOT PRUNING EQUIPMENT
1. Vibratory Kn ife
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 Draw ings .
D. ROOT PRUNING
1012 0/08
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 .
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 tb 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-57 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-58 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 responsib ility 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 o.r 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 ne ither the
City nor the Engineer guarantees the accuracy for the info r mation 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 b idder 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 .
10/20108 SC-48
PART D -SPECIAL CONDITIONS
D-59 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 show ing the construction start and finish time for each
block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed . The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The
flyer shall be prepared on the contractor 's letterhead and shall include the following information :
Name of the project , C ity 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-60 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 cont ractor 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.
10120/08 SC-49
PART D -SPECIAL CONDITIONS
D-61 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced , the Contracto r shall install a two-
way service c leanout 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
wh ich are required to prov ide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts .
D-62 TEMPORARY PAVEMENT REPAIR
The Contractor shall prov ide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair . Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item .
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized. The paving contractor shall assume maintenance responsibility upon
such mobil ization. No additional compensation shall be made for mainta ining the temporary
pavement.
D-63 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 ut ility 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 Profess ional 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 Cont ract Documents.
D-64 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
1012 0/08 SC-50
PART D -SPECIAL CONDITIONS
manholes . For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property . This shall be subsidiary to the contract. The agreements, which the City has obtained ,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General
Contract Documents . The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements , by the property owners.
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required . No additional payment will be allowed for this item .
· The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing ,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance , and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For
railroad permits , any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance , including payment for flagmen , shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way". No additional compensation shall be allowed on th is pay item.
D-65 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-66 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 .
10/20108 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas
Government Code 2258 .023 .
Complaints of Violations and City Determination of Good Cause .
On receipt of informat ion , 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
determ ination , 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 dete rmination 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 cont ractor 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)
10/2 010 8 SC-52
PART D -SPECIAL CONDITIONS
D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance , regulation or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category 11 , non-friable material in its intact state but
which may become friable upon removal , demolition and/or disposal. Consequently , if the
removal/ disposal process renders the ACP friable, it is regulated under the disposal
requirements of 40 CFR 61.150 . A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state , as defined by the NESHAP, it can be
disposed as a conventional construction waste. The Environmental Protection Agency
(EPA) defines friable as material, when dry , which may be crumbled , pulverized or reduced
to powder by hand pressures .
C. The Generator of the hazardous material is responsible for the identification and proper
handling , transportation, and disposal of the material. Therefore, it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable . The Excavator is
responsible to employ those means , methods , techniques and sequences to ensure this
result.
E . Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs, which are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents .
D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
10120108 SC-53
PART D -SPECIAL CONDITIONS
permit can be obtained through the Internet at http ://www .tnrcc .state .tx .us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that , if properly utilized , can minimize the need
for physical controls and possible reduce costs. The method _s of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee .
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P .O. Box 13087
Austin , TX 78711-3087
A copy of the NOi shall be sent to :
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth , TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O . Box 13087
Austin, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site . Copies of the project SWPPP 's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality.
10/20/08 SC-54
PART D -SPECIAL CONDITIONS
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities . The SWPPP shall be incorporated into in the contract documents . The
contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP . Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized .
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However,
a TCEQ Site f':lotice 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-69 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.
1012 0/08 SC-55
PART D -SPECIAL CONDITIONS
D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City , in sole discretion may require ,
including but not lim ited 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 abil ity of the apparent low bidder(s) to del iver 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-71 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failure to maintain the contract
schedule , the following process shall be applicable :
The work progress on all construction projects will be closely monitored . On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of .work performed by the contractor is less than the percentage of time allowed by
20% or more (example : 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken :
1. A letter will be mailed to the contractor by certified mail , return receipt requested
demanding that , within 10 days from the date that the letter is received , it provide
sufficient equipment , materials and labor to ensure completion of the work within the
contract time . In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2 . The Project Manager and the Directors of Water Department , and Department of
Transportation and Public Works will be made aware of the situation . If necessary , the
City Manager's Office and the appropriate city council members may also be informed .
3 . Any notice that may , in the City 's sole discretion , be required to be provided to
interested individuals will distributed by the Water Department 's Public Information
Officer.
4 . Upon receipt of the contractor's response , the appropriate City departments and
directors will be notified . The Water Department 's Public Information Officer will , if
necessary, then forward updated notices to the interested individuals .
5 . If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract , the bonding company will be
notified appropriately.
1012 010s SC-56
PART D -SPECIAL CONDITIONS
D-72 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the follow ing guidelines relating to working on City
construction sites on days des ignated 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 Pollut ion Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month .
D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
A fee for street use permits is in effect. In addition , a separate fee for re-inspections for parkway
construction , such as driveways , sidewalks , etc., will be required. The fees are as follows :
1. The street permit fee is $50 .00 per permit with payment due at the t ime of permit
application .
2. A re-inspection fee of $25 .00 will be assessed when work for which an inspection
called for is incomplete . Payment is due prior to the City performing re-inspection .
Payment by the contractor for all street .use permits and re-inspections shall be considered
subsidia ry to the contract cost and no additional compensation shall be made .
D-74 "GREEN" CEMENT POLICY
As per Fort Worth City Council Resolution 3536, the City Manager is authorized to specify the
purchase of dry kiln cement as the base bid in C ity of Fort Worth bid projects , with an alternative
bid for the purchase of cement from an unspecified source and preferential purchasing for bids
from a cement kiln with em issions not exceeding 1.7 pounds of NOx per ton of clinker produced.
In cases where cement meeting the above requirements is not available , and where cement from
a non-compliant source must be utilized , the Contractor shall furnish good faith effort
documentation in the form of letters from two North Texas cement suppl iers of green cement
10/20/0 8 SC-57
PART D -SPEClAL CONDITIONS
stating that no stock of green cement is available for the contractor at that time . These letters
shall be considered valid for a maximum of one week after which new letters must be submitted to
the Project Inspector if green cement continues to remain unavailable . All related costs for
complying with the Green Cement Policy shall be considered subsidiary to the applicable project
pay items .
The contractor shall submit the Green Cement Policy Compl iance Statement or the good faith
effort documentation at the time the of bid opening of the project. A copy of the Compliance
Statement is attached at the end of this section . Failure to comply with the Green Cement Policy
may result in rejection of the bid as non-responsive .
END OF PART D -SPECIAL CONDITIONS
REST OF THE PAGE INTENTIONALLY LEFT BLANK
10/2 0108 SC-58
-
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
1012 0108 SC-59
10120/08
PART D -SPECIAL CONDITIONS
FORT WORTH
~
Da1e: ____ _
DOENO.XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON--------
BETWEEN THE HOURS OF _______ AND _____ _
IF YOU 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-60
10120/08
F
0
r
0
ff
I
G
e
iJ
-$
e
n
l
y
A
PART D -SPECIAL CONDITIONS
~· DEMOLITION I RENOVATION
~ NOTIFICATION F ORM
T D H
NOTIFICATION# __ -,,-,------,------
1) Aba l emem Contractor:_~ _________________ TDH Licen!ioe N1,1rnber;, _____ _
TEXAS DEPARTMENT OF HEAL TH
NOTE:: CIRCLE ITEMS THAT ARE AMENDED
Address : Gib;: S1a1e : Zip: ___ _
Office Phone Number: i.' -'-----------"'ob Site PMne Num b01 i=---------------
Site -SupeMSOr: ffiH licencs~ Number:---------------
Slte. &Jper.nsor : TOH Uoense Num !:l er:, __ ~=----------
Trained On-Site NESHAP lndividu-al: _____ ~~~-------Certiftcation Date :. _______ _
Demolition Contractor: ______________ Otflce Phone Number.__ ....... __________ _
Addre$S; ____ ~ ___________ Cily: __________ S(s,1e : ___ -'Zip; ___ _
2) Project Consultant ~Oper.i,1or~· ----------~==---mH Li(;(jrtse Number: _____ _
Mailing Addre:r.s: ____ =~-----------=-=,,----=---,---.....,~----------Clty: ______ State: ____ ~p,_· ____ Office Phone Number;,.__ ...... _____ _
3} FacllityOwner.._---~-----------------------------Altention : _____________________________________ _
Mailing Add ress :. ___________________ -=----=:-::----:-:---:----,,--,--------=
City; .state,: Zip: _ Owner Phone NumoorJ.,( _.,)1-~---
.,.Noto: Tho lnvoico for Cho notlficaflon fee , wlll be sent to the ownef of the bu1 1c1.1n,g and Che billing-aefdtcss for the Invoice will be
0 1 obt{lllnccl. from the ln[orm.2tion ffiat lt; p(ovld.od In tht.i. section.
N
E
s
H
A
p
CJ
T
a
H
D
L
V
' 0
I ·
a
ti
0
.n
1
4) tlesr:rfptioo or Facility Name:. _________ :--====---~--===------::::------
PhY$iC1;1I Ad dre$s:. __ ~-=-----~~-Corun1y: Cif)•:. _____ ~__,Zip:, ___ _
faclli1y Phone N umbe.r Facility Contact Person :~-=-=------~--
Oescrip lion of Area/Rcom Num b e.r:·----~=~----------------------PriQr Use : _______________ Fulure Use:. ____________ ~------
Age o f Buildin,gJF acllfly:. ____ -.Stze :. ____ Number of Floors~: ---~= School (K . 12): ll YES o NO
5), Type of Work: CJ Demolition o Renovation (AbatCfflcnt) o An.nual COMalidated
Wo.rk will be during: O D.e~r o E1;enlng D Nigl1t = Ptiase d Proj1;1ci
Descri p!i on of work schedu1a.:_ -----------------~~-------===--
6) is It.ls a Public Bui!di n!J? o YES
NESHAP-Only fi;lc;;i lUy? D YES
IJ NO federal Facl I lty? D YES : NO r;ndustrial Site? D YES n NO
D NO Is 8uilding/Fcicm t:i• Occupied:? u YES Cl t~ 0
7), No1ification Type CHECK ONLY ONE
Origi nal (10 Worklng Oays} c: Cancellation o Amenr;lment o Emergency/Ordered
11 lhis is an cimen.dment , which .ime11d'.rnent number is this ?_ (Snclost copy of orlgln:ai and/or la.st amend.rnent)
If sin emergency, v,no did you talk wlrn al TOH? Emergency#; ______ _
Date and Hou r o( E.olrugency (HHIMMIDDIYY}: _______ _
DGSctiplion or the ~ud(len, unexpected ,event an<l expl anation or t1ow the event i'.:aused unsafe conditions gr Wo1,1ld cause
equ ipment dama.9e (eomputers , rnai'.:hiriery, etc'-----------~~~~-----=----
!J 8) OesctipiiOn ofprocedu.res to be followed in 1he event U1at unexpected .asbestos is found or pr evio1,,1 !;.!',' non-fristle
Y a5bestos material beco-mes crumbled. p ul•;e1i z.ed. or reduoed 1o powoe r : ·
E.,
s
9) Was .e n Asbes tos survey pe rformed? J YES t NO Da le: f TD H lnspeclo.r L.iceflse No ; _____ _
G Ane.lylical Method ; D PL.M D T EM D Assumed TOH Uiboral ory LicenJ;.e No: ------
N (For TAHPA (public buitding) projee-l s: ,m i;!SS1.Jmption mus l be made l>y a TDH Llr:oos od Inspector)
10) Oe:.cripti,on of plan ned cternonliOn or ,anovation work, fype of m?terial, ?.nd method(s) ~ l>e used,.,,.:-------
1, 1) Description of work pr<'!cUoes a"d en9i 11eering controls to M used to pr<woot emissions of asbestos ..i i the
dernolitii;inlrenov,alion : ______ ~---------------------=---
SC-61
10/20108
PART D -SPECIAL CONDITIONS
12) ALL appliCc'Jble il.tl'm:s in Iha following table must be completed; IF NO ASBESTOS PRESENT CHECK HERE:
Approxim1;11e amount of Check unit of measurement
Asbestos--Containing Building M{lteriii;I · Asbe~tos
Type 1---....;.=,=-------1--...--...--.....--..---....-......i
Pipes Surface Area
RACM to be rem:;ived
RACM NOT rflmoved
Interior ~ate o l non-fria~e remo ... ed
Exl.E'tl'ior Cate o I non-fn'abl~ remQved
Cateco r non,fciable NOT removoo
II ,non-ft iable removed '
Elctarior Gateq ll non-fiiable removed
Cate II non-frlable NOT Emovcd
RACM Olf-Facility Component
13) \,Vaste Traru:;-porter t-lameo : _________________ TOH Li'ceflse Numbe r.------
Add rcss : ____________ Ci r;: __________ .sta1e: ___ Zip: ___ _
CIXlE~u;,l Persor1 : Ptlrn)a Number: ...__·.__ ________ _
14) Wasta Dispos,,11 Site Name=·--------7-:----------------~------Address:_--,-_____________ City: __________ Sfate: ___ Zip: ___ _
Te!ep hone : TNRCC Permit Nu mber: _______ _
15) For s1n..1cturally unsour,d facllllles , att'<!lch ~ copy o f dflmolihian order am:f i<:tenlify Gqvernment..il Offici al below:
N.1mo: Registration N,J: -----~-=------
Ti l le:.--:--,----,-::--:,,-,,--:-c:~~-,---.=----
Dale of order (MMIDbJYY) I D21te order to begi n (MMfOD/YY) ----'---'----
16) Sched\Jled Dales of As bestos Al>ate ienl (MMlDDf'r'Y) Start --~-~--Compleie; -~-~/~
17) Schflduled Dates Demoli!ion /Re no•J3ti,on {MMVDDNY) S!art: J J Complete: ____ / ___ _
•· Note: ff the stan date on this noUfi~1lon <,.:,n not bo mwl, thlil TDH R,1:e i<mal or Local Program office Must ho· conlaclBd hy
phone prior lo th& start date. Fal luro'lo do so rs. a v[Ql;ltlori In .3CCi>t~nc~ II) TAHPA. Sc,etlon 295.61.
I her ~b y cerlif)' Inst all ir1formaoon I mwe provided is cOO"rect, c:omp1ett1 . runa 1ru a to me best of my knowledge . I !o!cknowl edge
that I am respons ble for all aspects of the notiflca1ion form, incltJd i ng, bu t no! limiting, cootenl and submlssfon. dates . Tho
m,,1xi mum penalty is $·1(),001) pe, day per V*O lation .
(Siglil1;11u re of .6uildi ng Ownerf O p erator
;y Deleg:ated ConsuH'iilr.t''Cor1tractot}
MAIL TO :
.. Faxes aro 11ot 3cceplorJ''
(Printed Na m e) (Date}
ASB .ESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DIVISION
TEXAS DEPART MENT OF MEALTl-l
PO BO.X 143['38
AUSTIN, TX 78714-3.5'.Jfl
Pf·!: 512-834-6600. 1-800-:572-55,18
(Telep h one)
{Fax Number)
"Faxes arc not accr:ptcd•
Form APBf,5, d~lecf 07/2.9102. Replaces TOH form dat&d 07/13/01 _ Far assistance in c:ompl;;!ing form, c;~/ 1-SO<H>l2·5548
SC-62
2.25 11 -.--
,·
' ~ PMS 167 (Copper) -~ PMS 288 \: ... e)
\ I \ / 8 1 -0 11
\
' '
I
I 311 \ 3'-1.5 11
/ I
\
\
\ ,.
'
I \ I
\ I
I
I
I
I
I
3"
I
I
I
I
I
,.--PMS 288 (Blue)
I I
• I \ I \ •
I
I \
I I
/ \ 4' -1.5" I
\
\
\
\
I \
I \
3"
3.75"
-(I') -.FdRt WORTH
I \
You1\ Water ...I. -' \ ' . -,-J?unds ln Action_--+-0 =
2.25" ---
-
0
N
1.5" . \
1.5"...__ ~formallon about Fort Worth W'1!itC}Vatcr Progran1 1 call 332-8180 1.5" t------" \
09/18/96
\
' ' ' ' '
\ ' ' '
\ . '~White
' ' ' ' ' ' ' ' ' \ , '\-.l._ PMS 288 (Blue)
PROJECT SIGN
Figure 30
3.75"
I\) -
0 =
Scale 1 11 = 1'
E2-1 Construction
~ -
0 =
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AW ARD 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 REPAIR: OMIT ......................... 8
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ........ 8
DA-10 MANHOLE REHABILITATION: OMIT ................................................................. 10
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION: OMIT ...... 10
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM:
OMIT 10
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM: OMIT ....................... 10
DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM: OMIT .............. 10
DA-15 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM: OMIT .......... 10
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY
LINER: OMIT ................................................................................................................................. 10
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM: OMIT ............. 10
DA-18 RIGID FIBERGLASS MANHOLE LINERS: OMIT ............................................... 10
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION: OMIT ......................... 10
DA-20 PRESSURE GROUTING: OMIT ............................................................................... 11
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ................................... 11
DA-22 FIBERGLASS MANHOLES: OMIT .............................................................................. 13
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .......... 13
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER ...................................... 14
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 15
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE. ..................................... 15
DA-27 GRADED CRUSHED STONES ................................................................................... 16
DA-28 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE: OMIT ....................................... 16
DA-29 BUTT JOINTS -MILLED: OMIT ................................................................................. 16
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ............................................... 16
DA .. 31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: OMIT ..................... 16.
DA-32 NEW 7" CONCRETE VALLEY GUTTER: OMIT ................................................. 16
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP: OMIT ........................................... 16
DA-34 8" PAVEMENT PULVERIZATION: OMIT ............................................................... 16
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT): OMIT. 16
DA-36 RAISED PAVEMENT MARKERS: OMIT ............................................................... 16
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING:
OMIT 16
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED
SOIL: OMIT ....................................................................................................................................... 17
DA"39 ROCK RIPRAP -GROUT -FILTER FABRIC: OMIT ........................................... 17
DA-40 CONCRETE RIPRAP: OMIT.: ...................................................................................... 17
-10123/08 ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS: OMIT. ...................................... 17
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS: OMIT ........................................ 17
DA-43 UNCLASSIFIED STREET EXCAVATION ............................................................... 17
DA-44 6" PERFORATED PIPE SUB DRAIN: OMIT ........................................................... 17
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .............................................. 17
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ......................................... 17
DA-47 PAVEMENT REPAIR IN PARKING AREA: OMIT ................................................ 18
DA-48 EASEMENTS AND PERMITS .................................................................................... 18
DA-49 HIGHWAY REQUIREMENTS: OMIT ..................................................................... 18
DA-50 CONCRETE ENCASEMENT ...................................................................................... 18
DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 18
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION: OMIT ........ 18
DA-53 OPEN FIRE LINE INSTALLATIONS: OMIT ......................................................... 18
DA-54 WATER SAMPLE STATION: OMIT ........................................................................ 18
DA-55 CURB ON CONCRETE PAVEMENT: OMIT .......................................................... 19
DA-56 SHOP DRAWINGS ........................................................................................................ 19
DA-57 COST BREAKDOWN ................................................................................................... 19
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 19
DA-59 H .M.A.C. MORE THAN 9 INCHES DEEP ................................................................ 20
DA-60 ASPHALT DRIVEWAY REP AIR ............................................................................... 20
DA-61 TOP SOIL ......................................................................................................................... 20
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 20
DA-63 BID QUANTITIES ......................................................................................................... 20
DA-64 WORKINHIGHWAYRIGHTOFWAY: OMIT .................................................... 21
DA-65 CRUSHED LIMESTONE (FLEX-BASE) ......................... : ......................................... 21
DA-66 OPTION TO RENEW: OMIT ..................................................................................... 21
DA-67 NON-EXCLUSIVE CONTRACT: OMIT .................................................................. 21
DA-68 CONCRETE VALLEY GUTTER: OMIT .................................................................. 21
DA-69 TRAFFIC BUTT·ONS ..................................................................................................... 21
. DA-70 PAVEMENT STRIPING ............................................................................................... 21
DA-71 H.M.A .. C. TESTING PROCEDURES .......................................................................... 21
DA-72 SPECIFICATION REFERENCES .............................................................................. 22
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW
PREVENTER/CONTROL VALVE AND BOX: OMIT ........................................................... 22
DA-74 RESILIENT-SEATED GATE VALVES ..................................................................... 22
DA-75 EMERGENCY SITUATION, JOB MOVE-IN: OMIT ............................................ 22
DA-76 1 Yz'' & 2" COPPER SERVICES .................................................................................. 22
DA-77 SCOPE OF WORK (UTIL. CUT): OMIT .................................................................... 23
DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT): OMIT .................................. 23
DA-79 CONTRACT TIME (UTIL. CUT): OMIT ........... , ..................................................... 23
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT): OM!T ......... 23
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT): OMIT ............................ 23
DA:82 LIQUIDATED DAMAGES (UTIL. CUT): OMIT ............................................. ,.. ... 23
DA-83 PAVING REPAIR EDGES (UTIL. CUT): OMIT ..................................................... 23
10123/08 ASC-2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-84 TRENCH BACKFILL (UTIL. CUT): OMIT ............................................................. 23
DA-85 CLEAN-UP (UTIL. CUT} .............. _ ............................................................................... 23
DA-86 PROPERTY ACCESS (UTIL. CUT): OMIT ............ : ................................................. 23
DA-87 SUBMISSION OF BIDS (UTIL. CUT): OMIT ......................................................... 23
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT): OMIT ........................... 23
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT): OMIT .... 23
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT): OMIT .......................................... 23
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT):
OMIT 23
DA-92 MAINTENANCE BOND (UTIL. CUT): OMIT ........................................................ 23
DA-93 BRICK PAVEMENT (UTIL. CUT): OMIT ............................................................... 23
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT): OMIT ........... ,.. .......................... 23
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT): OMIT ................................. 23
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT): OMIT ................... 23
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT): OMIT ................................................. 24
DA-98 UTILITY ADJUSTMENT (UTIL. CUT): OMIT ...................................................... 24
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL.
CUT}: OMIT .................................................................................................................................. 24
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT): OMIT ........... 24
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT): OMIT ................................. 24
DA-102 PAYMENT (UTIL. CUT}: OMIT ............................................................................. 24
DA-103 DEHOLES (MISC. EXT.): OMIT ........................................................................... 24
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.): OMIT ................................ 24
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.): OMIT ...................... 24
DA-106 BID QUANTITIES (MISC. EXT.): OMIT ............................. : ........... _ ..................... 24
DA-107 LIFE OF CONTRACT (MISC. EXT.): OMIT ...................................................... 24
DA-108 FLOWABLE FILL (MISC. EXT.) : ......................................................................... 24
DA-109 BRICKPAVEMENTREPAIR(MISC.REPL.): OMIT ...................................... 25
DA -110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.): OMIT .. 25
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.): OMIT ....................... 25
DA-112 MOVE IN CHARGES (MISC. REPL.}: OMIT ..................................................... 25
DA-113 PROJECT SIGNS (MISC. REPL.): OMIT ............................................................ 25
DA-114 LIQUIDATED DAMAGES (MISC. REPL.): OMIT ............................................ 25
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.): OMIT ........................ 25
DA-116 FIELD OFFICE: OMIT ........................................................................................... 25
DA-117 TRAFFIC CONTROL PLAN: OMIT ...................................................................... 25
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS:
OMIT 25
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 ta be installed to proper line and grade as
shown on the Plans and as established in the Specifications .
3. Work shall be performed in accordance with the requirements. of the City of Fort
Worth Water Department, the Texas Department of Transportation, or railroad
company , as applicable .
8. MATERIALS :
10/23108
1. Casing Pipe : Casing pipe shall be steel conforming to ANSI B36 .10 and the
following:
a. Field Strength : 35 ,000 psi minimum.
b. Wall thickness : 0 .312 in . minimum (0 .5 for railroad crossings).
c . Diameter: As shown on the drawings (minimum size requirements).
d . Joints : Continuous circumferential weld in accordance with AWS 01 .1.
2 . Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents .
3. Sewer Pipe without Casir:,g Pipe : Shall be minimum Class 51 ductile iron pipe, or
as designated on the plans .
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 flawing thick slurry.
ASC-4
-
liiiiiJ
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 construction operations, barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained, until such
time as the backfill has been completed and then shall be removed from the site .
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 ta facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed .
3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place .
a. The boring shall proceed from a pit provided for the boring equipment and
workmen. The holes are to be bored mechanically . The boring shall be
done using a pilot hole . By this method an approximate 2-inch hole shal.l
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bare from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bared . 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 wo rking pit and disposed of as required. The use of water or
other fluids in connection with the boring operation will be permitted only to
the extent required to lubricate cuttings. Jetting or sluicing will not be
permitted .
b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid
consisting of at least 10 percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit, seal the walls of
the hole, and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
ASC-5
10/23108
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
pre.ssure 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 an 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 :
6.
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 .
Tunneling: Where the characteristics of the soil , the size of the proposed pipe, or
the use of monoHthic 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.
ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
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
1. WATER:
The casing pipe far 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 Praje.cts. The steel casing pipe shall be supplied as
follows :
A. Far 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.
B. 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.
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.
2 . SEWER:
10123/08 ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig. 110 of the General Contract Documents .
3 . PAYMENT:
Payment for all materials , labor, equipment , excavation, concrete grout, backfill , and
incidental work shall be included in the unit price bid per foot.
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR: OMIT
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1. Scope: This section governs all work , materials and testing required for the
application of interior protective coating . Structures designated to received interior
coating are listed on the construction drawings. The structures are to be coated,
including interior wall, top and bench surfaces . Protective coating for corrosion
protection shall meet the requirements of this Specification (and items DA-14 and
DA-15) and the Manufacturers recommendations and specifications .
2 . Description : The Contractor shall be responsible far the furnishing of all labor,
supervision , materials, equipment, and testing required for the completion of
protective coating of structures in accordance with manufacturer's
recommendations .
3 . Manufacturer's Recommendations : Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer1s recommendations .
4 . Corrosion Protection : Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected .
B. MATERIALS :
1.
2 .
3.
4.
10123108
Scope : This section governs the materials required for completion of protective
coating of designated structures.
Protective Coating : The protective coating shall be a proprietary two component ,
100 percent solids , rigid polyurethane system designated as Spray Wall as
manufactured by Sprayroq , Inc. or a two-part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers , is manufactured by Raven Lining
systems and designated as Raven 405.
Specialty Cement (If required far leveling or filling): The specialty cement-based
coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or
Reliner MSP as manufactured by Standard Cement Materials.
Material Identification: The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows :
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10 ,000 psi
550,000 psi
5 . Mixing and Handling : Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel . It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals . All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations .
C . EXECUTION :
10/23/08
1. General : Protective coating shall not be installed until the structure is complete
and in place .
2. Preliminary Repairs :
a. All foreign materials shall be removed from the interior of the structure
using high pressure water spray (3500 psi ta 4000 psi at sp ray tip).
b. All unsealed lifting holes , unsealed step holes, and voids larger than
approximately one -half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application .
c. After all repairs have been completed , remove aU loose material.
3. Protective Coating :
a. The protective coating shall be applied to the structure from the bottom of
the frame to the bench , down to the top of the trough . The top of the
structure shall also be coated .
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the following procedure .
1)
2)
The surface shall be thoroughly cleaned of all foreign materials and
matter.
Place covers over the invert, to prevent extraneous material from
entering the sewers.
ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
3) If required for filling or leveling , apply specialty cement product to
provide a smooth surf ace for the coasting material.
4) Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0 .125
inches). Thickness to be verifiable through the use of methods
acceptable to the Engineer. After the walls are coated, the wooden
bench covers shall be removed .
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flaw.
6) No applications shall be made ta frozen surfaces or if freezing is
expected to occur inside the structure within 24 hours after
application .
4 . Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for
watertightness shall be performed by the Contractor after operations are
complete in accordance with the Section D-36 -VACUUM TESTING OF
SANITARY SEWER MANHOLES.
D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot , measured from the bottom of the frame to the tap of the bench. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision , materials , equipment and material testing required to complete the
work. Pressure grouting, lf necessary to stop active infiltration prior to application of the
protective coating , shall be included in the above unit price . Grouting of the pipe seals ,
bench and trough , and lower portion of a particular structure, if required by the Engineer,
shall be paid for separately , as specified in Section DA-10 , MANHOLE REHABILITATION .
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
10123/08 ASC-10
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-20 PRESSURE GROUTING: OMIT
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES
A. GENERAL
Scope. This section describes manhole testing to effectively confirm the watertight integrity of
existing manholes following structural ,infiltration and inflow related repairs and that the appearance
of the work is acceptable.
Description :
Infiltration may be observed in manhole defects at manhole walls , pipe seals or bench/trough areas.
Infiltration related repairs are intended to eliminate leakage of groundwater into manholes .
Inflow may be observed in manhole defects at manhole frames, covers, frame seals, grade
adjustments, grade adjustment seals, corbels, or walls . Inflow related repairs are intended to
eliminate sources of surface water entry that become active during rainfall events.
Structural repairs may be requrred when making 1/1 related manhole repairs. Structural repairs may
include defects in any manhole components but not displaying 1/1.
Testing, Observations and Guarantee Periods:
The testing required shall be performed by the Contractor at locations designated by the Engineer
and documented to the satisfaction of the Engineer.
Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods
of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor
shall be responsible for all additional repairs required on these unsatisfactory manholes during the
guarantee period .
All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship
for a minimum of three (3) years from the date of final acceptance of the project. Any manhole
repairs completed by the Contractor which fail during the warranty period shall be repaired to the
satisfaction of the City at no additional cost to the City.
B. MATERIALS -Not specified.
C . EXECUTION
Infiltration Testing~
All interior coated manholes and all partial replacement manholes shall be observed (tested) by the
Contractor in the presence of the Engineer for sources of infiltration . Observations will be made
during high groundwater conditions , wherever possible.
Manholes shall be tested after installation with all connections .(existing and/or proposed) in place.
Drop-connections and gas sealing connections shall be installed prior to testing . The lines entering
1012310a ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn
into the manhole . The plugs shall be installed in the lines beyond drop-connections , gas sealing
connections, etc. The test head shall be placed inside the frame at the top of the manhole (so that
the manhole frame seal is tested) and inflated in accordance with the manufacturer's
recommendations . A vacuum of 10 inches of mercury 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 . If
the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury),
the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be
removed . The required test time is determined from Table I.
Table I
MINIMUM TIME REQUIRED FOR A VACUUM DROP
OF 1" H9 (10"H 9 -9"H9 ) (SEC)
DEPTH OF M.H. 48-lnch Dia . 60-lnch Dia .
(FT.) Manhole Manhole
8 20 sec. 26 sec.
10 25 sec. 33 sec.
12 30 sec. 39 sec.
14 35 sec. 45 sec.
16 40 sec. 52 sec.
18 45 sec . 59 sec.
""'* T=5 sec. T=6.5 sec.
72-lnch Dia .
Manhole
33 sec.
41 sec.
49 sec.
57 sec.
67 sec.
73 sec.
T=8 sec.
**For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective diameter
for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example:
A 30 (thirty) foot deep, 48 (forty-e.ight) inch Manhole Total Test Time would be 75.0 seconds .
45.0+6(5 .0)=75 .0 seconds] (Values listed above are extrapolated from ASTM C924-85).
Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9-
inches of mercury) will have failed the test and will require additional rehabilitation . The Contractor
shall make the necessary repairs to the already completed rehabilitation work at no additional
compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not
on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by
the Owner's Representative . After completion of the additional rehabilitation the manhole shall then
be re-tested as described above until a successful test is made. Only one payment for manhole
vacuum testing will be made on each manhole.
Vacuum testing is required on all manholes having interior rehabilitation .
Inflow Testing :
All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully
passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer.
The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed
water shall be applied for at least ten minutes.
Manholes observed to be actively leaking greater than one drip per five seconds will have failed the
test and will not be acceptable . Manholes failing the test will require additional rehabilitation by the
Contractor at no additional compensation .
10123/08 ASC-12
PART DA -ADDITIONAL SPECIAL CONDITIONS
Other Testing :
One (1) rehabilitated manhole will be randomly selected for further testing . A laboratory selected by
the City will take core samples of wall sections of manholes with wall coatings . Testing of the core
samples will be done to evaluate material thickness, compressive strength, flexural strength and
slant shear bond strength. The following are the minimum required strengths for cementitious and
non-cementitious wall coatings :
Compressive Strength. Compressive strength shall conform to ASTM C 495 and C I 09 and shall
meet or exceed a minimum 28-day break of 4 ,000 psi.
Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a
minimum 28-day break of 1,200 psi.
Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and
shall meet or exceed a minimum 28-day break of2,400 psi.
If the manhole tested fails to pass any of these requirements, another manhole shall be selected and
tested. If the second manhole fails , the City may, at its option, stop work until the Contractor can
provide assurance that testing requirements can be met.
Guarantee:
Contractor shall warrant that the workmanship and materials are free from defects and that the
manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final
acceptance of the project.
D . MEASUREMENT AND PAYMENT
Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole
Vacuum Test actually performed and passed and the appearance of the completed manhole is
visually acceptable . Payment shall be full compensation for all labor and materials necessary to
complete each test. No payment will be made far additional vacuum tests or any dyed water
testing ,
Payment for manhole core testing, including all labor and materials necessary to complete each
test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed
and passed .
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-13
PART DA -ADDITIONAL SPECIAL CONDITIONS
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observation and marking activity . In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure .
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly . The following are utility contact
persons :
Company
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 Soil ", if needed , shall be added and
10/23108 ASC-14
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
leveled to grade behind the curb . Existing improvements within the parkway such as water
meters , sprinkler system , etc. damaged during construction shall be replaced with same or better
at no cost to the City .
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion . If the contractor fails to complete the work within fourteen (14)
calendar days , a $100 dollar liquidated damage will be assessed per block per day .
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways , due ta
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site . Far
specifications governing this item see Item No . 104 "Removing Old Concrete", Item Na . 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No .
S-S5 of the Standard Specifications .
The unit price bid per square yard shall be full compensation for all labor, material , e.quipment,
supplies, and incidentals necessary to complete the work.
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M.A.C . pavement and/or bad base material
that shows surface deterioration and/or complete failure . The Engineer will identify these areas
upon which time the contractor will begin work . The failed area shall be saw cut , or other similar
means , out of the existing pavement in square or rectangular fashion . The side faces shall be cut
vertically and all failed and loose material excavated . As a part of the excavation process , all
unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable
sub-base . The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth . The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site, the same day as excavated, to a suitable dump site .
After satisfactory completion of removal as outlined above , the contractor shall place the
permanent pavement patch , with "Type D" surface mix . This item will always be used even if no
base improvements are required . The proposed H.M.A.C. repair shall match the existing
pavement section or the depth of the failed material , whichever is greater. However, the patch
thickness shall be a minimum of 2 inches . Generally the existing H.M .A.C. pavement thickness
will not exceed 6". Before the patch layers are applied , any loose material , mud and/or water shall
be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth , made in
preparation to accept the recycling process .
All applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils , and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work.
10/23108 ASC-15
PART DA -ADDITIONAL SPECIAL CONDITIONS
The unit price bid pe r cubic yard shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work .
bA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer. The material shall be graded crus.hed stones .
Far specifications governing this item see Item No . 208 "Flexible Base ".
The un it price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE: OMIT
DA-29 BUTT JOINTS -MILLED: OMIT
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX)
All applicable provisions of Standard Specifications , Item Nos . 312 "Hot-Mix Asphaltic Concrete ",
300 "Asphalts , Oils and Emulsions ", 304 "Pr ime Coat", and 313 "Central Plant Recycling-Asphalt
Concrete" shall apply to the construction methods for this portion of the project.
Standard Specification 312 .5 (1) shall be revised as follows : The prime coat , tack coat , or the
asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit
and ris ing , the temperature being taken in the shade and away from artificial heat. Asphaltic
material shall also not be placed when the wind conditions are unsuitable in the opinion of the
Engineer.
The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M.A.C . overlay . The City will provide laboratory control as
necessary .
The un it pri ce bid per square yard of H.M .A.C. complete and in place , shall be full compensation
for all labor, materials , equipment , tools , and incidentals necessary to complete the work.
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: OMIT
DA-32 NEW 7" CONCRETE VALLEY GUTTER: OMIT
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP: OMIT
DA-34 8" PAVEMENT PULVERIZATION: OMIT
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT): OMIT
DA-36 RAISED PAVEMENT MARKERS: OMIT
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING: OMIT
1012310a ASC-16
-
-
liiiif
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL: OMIT
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC: OMIT
DA-40 CONCRETE RIPRAP: OMIT
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS: OMIT
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS: OMIT
DA-43 UNCLASSIFIED STREET EXCAVATION
This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT
PULVERIZATION ". Additional Excavation is the removal of the excessive crown and base to
bring the new base to proper grade and City standard specifications for street reconstruction. All
applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply , work shall be
paid per cubic yard .
DA-44 6" PERFORATED PIPE SUBDRAIN: OMIT
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS
This item shall include the removal and replacement of existing concrete sidewalk due to failure
or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with
same day haul-off of the removed material to a suitable dumpsite . For specifications governing
this item see Item No . 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and
Driveways".
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the removal and replacement work.
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION
In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to
water/sewer installation) under the City's roadway maintenance program , it is recommended that
the proposed water and/or sanitary sewer improvements be conducted on the project streets
based upon the following sequence :
1. Gould Street
2 . Denver Street
3. Park Street
After the work start date has been established , the selected contractor shall be required ta submit
the beginning and ending dates far all work (including pavement repair) an 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.
10/23/08 ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-47 PAVEMENT REPAIR IN PARKING AREA: OMIT
DA-48 EASEMENTS AND PERMITS
Easements and permits , both temporary and permanent, have been secured for this project at
this time and made a part thereto . Any easements and/or permits, both temporary and
permanent , that have not been obtained by the time of publication shall be secured before
construction starts . No work is to be done in areas requiring easements and/or permits until the
necessary easements are obtained . The Contractor's attention is directed to the easement
description and permit requirements, as contained herein , along with any special conditions that
may have been imposed on these easements and permits .
Where the pipeline crosses privately owned property , the easements and construction areas are
shown on the plans . The easements shall be cleaned up after use and restored to their original
conditions or better. In the event additional work room or access is. required by the
Contractor, it shall be the Contractor's responsibility to obtain written permission from the
property owners involved for the use of additional property required. No additional payment
will be allowed for this item .
DA-49 HIGHWAY REQUIREMENTS: OMIT
DA-50 CONCRETE ENCASEMENT
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall
conform to Fig. 113; far water line encasements it shall conform to Fig . 20 of the General
Contract Documents. Requirements for such encasement are specified in Sections E 1-20 and
E2-20 of the General Contract Documents .
Payment for work such as forming , placing , and finishing including all labor, tools, equipment and
material necessary to complete the work shall be included in the linear foot price bid for Concrete
Encasement.
DA-51 CONNECTION TO EXISTING STRUCTURES
AH connections between proposed and existing facilities , shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents . Prior to concrete placement , a
gasket, RAM-Nek or approved equal shall be installed around penetrating pipe .
Payment for such work as connecting to existing facilities including all labor, tools , equipment ,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM .
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION: OMIT
DA-53 OPEN FIRE LINE INSTALLATIONS: OMIT
DA-54 WATER SAMPLE STATION: OMIT
1012310a ASC-18
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-55 CURB ON CONCRETE PAVEMENT: OMIT
DA-56 SHOP DRAWINGS
1. Submit seven (7) copies of shop drawings, layouts , manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require . Such
review by the Engineer shall include checking for general conformance with the design concept of
the project and general compliance with information given in the Gene.ral Contract Documents .
Indicated actions by the Engineer, which may result from his review, shall not constitute
concurrence with any deviation from the plans and specifications unless such deviations are
specifically identified by the method described below, and further shall not relieve the Contractor
of responsibility for errors or omissions in the submitted data. Processed shop drawing
submittals are not change orders . The purpose of submittals by the Contractor is to demonstrate
that the Contractor understands the design concept, and that he demonstrates his understanding
by indicating which equipment and materials he intends ta furnish and install , and by detailing the
fabrication and installation methods he intends ta 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 ta be confirmed and correlated at the
job site, fabrication processes and techniques of constriction, coordination of his work with that of
other trades and satisfactory performance his work . The Contractor shall check and verify all
measurements and review submittals prior to being submitted , and sign or initial a statement
included with the submittal , which signifies compliance with plans and specifications and
dimensions suitable for the application . Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the fallowing items prior to installation :
Concrete Box Culvert, fittings, appurtenances
Additional shop drawing requirements are described in some of the material specifications .
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
Joseph Bergeron , PE
City of Fort Worth
1000 Throckmorton
Fort Warth, TX 76102
DA-57 COST BREAKDOWN
In order to establish a basis upon which partial payments to the Contractor may be authorized,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
10123/08 ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
All work involv ing paving and/or drainage shall conform to the two following published
specifications , except as modified herein :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a
combination of H.M.A.C . and 2 :27 concrete base, as determined by the Engineer , to achieve the
required thickness of pavement.
DA-60 ASPHALT DRIVEWAY REPAIR
At locations where H.M.A.C . driveways are enco.untered, such driveways shall be completely
replaced for the full extent of utility cut with H.M.A.C. equal ta 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 Fart
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 far the tap sail.
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, equ ipment 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 last 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 an actual measured
10/23108 ASC-20
PART DA -ADDITIONAL SPECIAL CONDITIONS
-quantities and the unit price bid in this proposal. Moreover, the re is to be not limit on the var iation
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 Spedfications for Street and Storm Drain Construction for the City of
Fort Warth Transportation and Public Works Department.
DA-66 OPTION TO RENEW: OMIT
DA-67 NON-EXCLUSIVE CONTRACT: OMIT
DA-68 CONCRETE VALLEY GUTTER: OMIT
DA-69 TRAFFIC BUTTONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations des ignated by the Engineer. The buttons to be
suppl ied 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 compensat ion for all materials , labor, equipment and
incidenta ls 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 far all materials , labor, equipment and
incidentals necessary to complete the work .
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Des ign for both Type "B" and "D" asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference . Th is
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 , far 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''
10/2 3/08 ASC-21
PART DA -ADDITIONAL SPECIAL CONDITIONS
Upon approva l of an asphalt mix design and the calculat ion of the Marshal (procto r) the
contractor is approved for placement of the aspha lt. The contractor shall contact the City
Labo ratory , through the inspector, at least 24 hours in advance of the asphalt placement to
schedule a technician to assisrin the monitoring of the number of passes by a ~oller ta establish a
rolling pattern that will provide the required densities. The required Density for Type "8'' and for
Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge w ill
be used for all aspha lt testing .
After a roll ing pattern is established , densities should be taken at locations not mo re than 300
feet apart. The above requirement applies to bath Type "8'' and "D" asphalt. Densities on type
"8'' must be done before Type "D" asphalt is applied .
Cares to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied . Upon completion of the application of Type UD" 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
specifi cat ion, it shall be understood that the latest revision of such specificati on , prior to the date
of these general specifications or revis ions thereof, shall apply .
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX: OMIT
DA-74 RESILIENT-SEATED GATE VALVES
Any resi lient-seated gate valves suppl ied for this contract shall conform to Material Standard
E1 -26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES , with the
except ion of size requirements in sect ions E-26 .1. All resilient-seated gate valves shall be
mechanical joints and be approved on the City of Fort Worth Standard Product List.
DA-75 EMERGENCY SITUATION, JOB MOVE-IN: OMIT
DA-76 1 %" & 2" COPPER SERVICES
The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy
Couplings :
All fittings used for 1 Yi " 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 approve.d equal. Approved equal products shall submit shop drawings and
manufacturer's catalog information for approval.
Contracto r shall make all cuts to the copper tubing with a copper tubing cutter tool specifically
designed for this purpose in order to provide a clean , square cut. The use of hacksaws or any
other type of cutter will not be allowed .
Prior ta installing the compression fittings , the copper tubing will be made round by the use of a
"rounding tube " spe.cifically made for that purpose.
1012 3/0 8 ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment far all work and materials associated with 1 Yi " and 2" copper services shall be included
in the price of the appropriate bid item .
DA-77 SCOPE OF WORK (UTIL. CUT): OMIT
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT): OMIT
DA-79 CONTRACT TIME (UTIL. CUT): OMIT
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT): OMIT
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT): OMIT
DA-82 LIQUIDATED DAMAGES (UTIL. CUT): OMIT
DA-83 PAVING REPAIR EDGES (UTIL. CUT): OMIT
DA-84 TRENCH BACKFILL (UTIL. CUT): OMIT
DA-85 CLEAN-UP (UTIL. CUT)
Final clean up work shall be done for this project as soon as the paving and curb and gutter has
been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the
street in the area of the repair. No more than seven days shall elapse after completion of
construction before the roadway and right -of-way is cleaned up to the satisfaction of the
Engineer. Refer also to Page C5-5 (8) Section C5-5 .17 Clean-Up of Part C General Conditions .
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
DA-92 MAINTENANCE BOND (UTIL. CUT): OMIT
DA-93 BRICK PAVEMENT (UTIL. CUT): OMIT
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT): OMIT
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT): OMIT
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT): OMIT
10/23108 ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT): OMIT
DA-98 UTILITY ADJUSTMENT (UTIL. CUT): OMIT
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT): OMIT
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT): OMIT
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT): OMIT
DA-102 PAYMENT (UTIL. CUT): OMIT
DA-103 DEHOLES (MISC. EXT.): OMIT
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) : OMIT
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.): OMIT
DA-106 BID QUANTITIES (MISC. EXT.): OMIT
DA-107 LIFE OF CONTRACT (MISC. EXT.): OMIT
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Des c ription :
The flowable fill material shall be delivered to the site , free flowing and se lf-leveling and shall
have a consistency enabling it to fill all voids without tampi ng , 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 cons ist of:
a. An appropriate amount of Portland Cement meeting ASTM C-150 (w ith other addit ives 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. M ineral admixtures will be pozzolanic
10/23/08 ASC-24
-
DA-109
DA-110
DA-111
DA-112
DA-113
DA-114
DA-115
DA-116
PART DA -ADDITIONAL SPECIAL CONDITIONS
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, nan-corrosive accelerators used where metals
are present in concrete or embedded members .
2. Calcium chloride
BRICK PAVEMENT REPAIR (MISC. REPL.): OMIT
DETERMINATION AND INITIATION OF WORK (MISC. REPL.): OMIT
WORK ORDER COMPLETION TIME (MISC. REPL.): OMIT
MOVE IN CHARGES (MISC. REPL.): OMIT
PROJECT SIGNS (MISC. REPL.): OMIT
LIQUIDATED DAMAGES (MISC. REPL.): OMIT
TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.): OMIT
FIELD OFFICE: OMIT
DA-117 TRAFFIC CONTROL PLAN: OMIT
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS: OMIT
DA -119 CATHODIC PROTECTION SYSTEM
Within a week of commencing the installation of the Cathodic protection system , the contractor
shall furnish a letter from the Corrosion Protection System Manufacturer certifying, that the
Contractor's superintendent on the project has physically demonstrated the understanding to the
field installation procedure of the system and that the initial installation has been verifed and
found to meet the manufacturer's specifications.
Before the Final inspection of the project , the contractor shall have a NACE (National Association
of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning
Survey'. Based on this survey, a certification from the Manufacturer shall be furnished by the
Contractor to the City certifying that the system was found to be installed correctly and operating
effectively as per the intent of the specifications .
10/23108 ASC-25
.. •._ .. :
SECTION E SPECIFICATIONS
JANUARY 1, 1978
WATER DEPARTMENT
..... ~ ·-
All materials, construction methods and procedures used in this project shall conform to
Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications, together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes, the same as if copies verbatim
herein , and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth.
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIF I CA TIO NS
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 .l.
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
E2-2.11 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).
El00-4 WATERTIGHT MANHOLE INSERTS .
SECTION ElOO-MATERIAL SPECIFICATIONS
MATERIAL STANDARD El00-4
JANUARY 1, 1978 (ADDED 5/13 /90)
El00-4.1 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 Dl248, Category 5, Type III.
b . The minimum thickness of the manhole insert shall be 1/8".
c . The manhole insert shall have a gasket that provides positive seal in wet or dry
conditions . The gasket sh al l b e made of closed c e ll neoprene rubber and meet the
requirement of ASTM D 1056, or equal.
d. The manhole insert shall have a strap for removing the insert. The strap shall be made of
minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent
unravelling. Stainless steel hardware shall be used to securely attach strap to the insert.
e. The manhole insert shall have one or more vent holes or valves to release gasses and
allow water inflow at a rate no greater than 10 gallons per 24 hours .
El00-4.3 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)
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OF WORK ................................................................................................... SP-4
2. AWARD OF CONTRACT .......................................................................................... SP-4
3. PRECONSTRUCTION CONFERENCE .................................................................... SP-4
4 . EXAMINATION OF SITE ......................................................................................... SP -5
5. BID SUBMITTAL ....................................................................................................... SP-5
6 . WATER FOR CONSTRUCTION ............................................................................... SP-5
7. SANITARY FACILITIES FOR WORKMERS ............................................................. SP-5
8. PAYMENT ................................................................................................................. SP-5
9. SUBSIDIARY WORK ................................................................................................ SP-5
10 . LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ....................................................................................................... SP-6
11 . WAGE RATES .......................................................................................................... SP -6
12 . EXISTING UTILITIES ................................................................................................ SP-7
13 . PARKWAY CONSTRUCTION .................................................................................. SP-7
14 . MATERIAL STORAGE .............................................................................................. SP-7
15 . PROTECTION OF EXIST ING UTILITIES
AND IMPROVEMENTS ............................................................................................. SP-7
16 . INCREASE OR DECREASE IN QUANTITIES .......................................................... SP-8
17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................. SP-8
18 . EQUAL EMPLOYMENT PROVISIONS ............... : ................... ., ................................. SP-8
19 . MINORITY AND WOMENS BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ........................................................................................... SP-9
20 . FINAL CLEAN UP ................................................................................................... SP-10
21 . CONTRACTOR 'S COMPLIANCE WITH WORKER 'S
COMPENSATION LAW .......................................................................................... SP-10
22 . SUBSTITUTIONS ..................................................................................................... SP-13
23 . MECHANICS AND MATERIALSMEN 'S LIEN ........................................................... SP-14
24 . WORK ORDER DELAY ........................................................................................... SP-14
25. WORKING DAYS .................................................................................................... SP-14
26 . RIGHT TO ABANDON ............................................................................................. SP-14
27 . CONSTRUCTION SPECIFICATIONS ...................................................................... SP-14
28 . MAINTENANCE STATEMENT ................................................................................. SP-14
29 . DELAYS ........................................................................................................ SP -14
30 . DETOURS AND BARRICADES ................................................ ., ............................. SP-15
31 . DISPOSAL OF SPOIL/FILL MATERIAL ................................................................... SP-15
32 . QUALITY CONTROL TESTING ............................................................................... SP-15
33 . PROPERTY ACCESS .............................................................................................. SP-16
34 . SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ....................... SP-16
35 . WATER DEPARTMENT PRE -QUALIFICATIONS ................................................... SP -17
36 . RIGHT TO AUDIT .................................................................................................... SP-17
37 . CONSTRUCTION STAKES ................ .' .................................................................... SP-17
38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-18
39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-18
40 . AIR POLLUTION WATCH DAYS .............................................................................. SP-18
06/20/08 SP-1
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS :
41 . PAY ITEM-8'x6 ' CBC Storm Drain .................................................................... SP-19
42 . PAY ITEM -7'x5 ' CBC Storm Dra in .................................................................... SP-19
43. PAY ITEM -7'x4 ' CBC Storm Drain .................................................................... SP-19
44 . PAY ITEM -6 'x6' CBC Storm Drain .................................................................... SP-19
45 . PAY ITEM-6 'x5 ' CBC Storm Drain .................................................................... SP-19
46 . PAY ITEM -5'x5' CBC Storm Drain .................................................................... SP-19
47 . PAY ITEM -5'x4 ' CBC Storm Dra in .................................................................... SP-19
48 . PAY ITEM -36 " RCP Storm Drain ...................................................................... SP-20
49 . PAY ITEM -27" RCP Storm Drain ...................................................................... SP-20
50 . PAY ITEM -24 " RCP Storm Drain ...................................................................... SP-20
51. PAY ITEM-21" RCP Storm Drain ...................................................................... SP-20
52 . PAY ITEM -Storm Drain Junction Box, Sta 28+82.6 .......................................... SP-20
53 . PAY ITEM-1 O'x1 O' Junction Box w/ Manhole Riser ........................................... SP-20
54 . PAY ITEM -10 'x8 ' Junction Box w/ Manhole Riser .......................... , .................. SP-20
55 . PAY ITEM -Storm drain Junction Box, Sta 43+98 .32 ......................................... SP-20
56 . PAY ITEM -8'x8' Junction Box w/ Manhole Riser ............................................... SP-20
57 . PAY ITEM -10 ' Storm Drain Inlet ....................................................................... SP-21
58 . PAY ITEM-15 ' Storm Drain Inlet ....................................................................... SP-21
59 . PAY ITEM -20 ' Storm Drain Inlet ....................................................................... SP-21
60 . PAY ITEM -2 ' Wye Storm Drain lnlet.. ............................................................... SP-21
61 . PAY ITEM -Additional Depth ; 1 O' Storm Drain Inlet ........................................... SP-22
62 . PAY ITEM -Additional Depth ; 20 ' Storm Drain Inlet ........................................... SP-22
63 . PAY ITEM -Grout Existing Storm Drain ............................................................. SP-22
64 . NON-PAY ITEM -Connect to Existing Storm Drain ............................................... SP -22
65 . NON-PAY ITEM -Transition Collar 7'x5 ' to 7'x4 ' Transition ................................... SP-22
66 . NON-PAY ITEM -Connect ion Sleeve 5'x5 ' Ex to 5'x5' New ................................... SP-22
67. NON-PAY ITEM -Transition Collar 5'x5 ' Ex to 5 'x5 ' New ....................................... SP-22
68 . PAY ITEM -Sanitary Sewer Pay ltems ............................................................... SP-22
69. PAY ITEM -Sanitary Sewer Junction Manhole ................................................... SP-23
70 . PAY ITEM -Additional Depth for Junction Box Manhole ..................................... SP-22
71 . PAY ITEM -Sanitary Sewer Junction Box w/ Exterior Drop ................................ SP-23
72 . PAY ITEM-Additional Depth for Drop Junction Box Manhole ............................ SP-23
73 . PAY ITEM -Water Line Pay Items ...................................................................... SP-23
74 . PAY ITEM-Remove/Install Water Meter ............................................................ SP-23
75 . PAY ITEM -Remove/Replace Meter Boxes ..... ,. ................................................. SP-23
76. PAY ITEM -2" Type "D" HMAC Surface Course ................................................. SP-23
77 . PAY ITEM -8" Thick Lime Stabilized Subgrade & Cement for Subgrade
Stabilization .................................................................................................. SP-24
78 . PAY ITEM -Lime for Subgrade ..................................................................... SP-24
79 . PAY ITEM -Remove/Replace Concrete Curb & Gutter. ................................ SP-24
80 . PAY ITEM -Remove/Replace 4 " Standard Concrete Sidewalk ..................... SP-24
06/20/08 SP-2
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
81 . PAY ITEM -Remove/Replace Reinforced Concrete Dr iveway App roach ............ SP -24
82 . PAY ITEM -Remove/Replace Asphalt Driveway Approach ................................ SP-24
83. PAY ITEM -Hyqromulch Seed ing ...................................................................... SP-25
84. PAY ITEM -· Storm Water Pollution Prevent ion Plan ........................................... SP-25
85 . GREEN CEMENT .................................................................................................. SP-37
86 . TRAFFIC CONTROL ................................................................................................ SP -37
06/20/08 SP-3
SPECIAL PROVISIONS
FOR
· STREET AND STORM DRAIN IMPROVEMENTS
FOR: 2004 CIP Robin-Denver Storm Drain Reconstruction
T/PW Project No . C200-2022800086
Sewer Project No . P258-7021700086
Water Project No . P258-6021700086
DOE No . 4895
CITY PROJECT NO .: 00086
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the
following : Reconstruction of Robin-Denver Storm Drain and all other miscellaneous
items of construction to be performed as outlined in the plans and specifications which
are necessary to satisfactorily complete the work .
2 . AWARD OF CONTRACT: Submission of Bids : This project is a single unit. If the
Contractor submits a bid and has the lowest responsive proposal price , the Contractor
will be the apparent successful bidder for this project.
Bidders are hereby informed that the Director of the Engineering Department reserves
the right to evaluate and recommend to the City Council the best bid that is considered to
be in the best interest of the City .
3 . PRECONSTRUCTION CONFERENCE : The successful Contractor, Engineer, and City -
City shall meet at the call of the City for a preconstruction conference before any of its
work begins on this project . At this time, details of sequencing of the work , contact
individuals for each p·arty , request for survey , and pay requests will be covered . Prior to
the meeting , the Contractor shall prepare schedules showing the sequencing and
progress of their work and its effect on others . A final composite schedule will be
prepared during this conference to allow an orderly sequence of project construction . As
used herein, the term "Engineer" shall mean the design engineer who prepared and
sealed the plans, specifications and contract documents for this project .
4 . EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit
the project site and make such examinations and explorations as may be necessary to
. determine all conditions that may affect construction of this project. Particular attention
should be given to methods of providing ingress and egress to adjacent private and
public properties, procedures for protecting existing improvements and disposition of all
materials to be removed . Proper consideration should be given to these details during
preparation of the Proposal and all unusual conditions that may give rise to later
contingencies should be brought to the attention of the City prior to the submission of the
Proposal.
During the construction of this project , it is required that all parkways be excavated and
shaped including bar ditches at the same time the roadway is excavated . Excess
06/20/08 SP-4
excavation will be disposed of at locations approved by the Engineer. During 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 .
5 . BID SUBMITTAL: Bidders shall not separate, detach or remove any portion , segment or
sheets from the contract documents 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 as appropriate and as determined by the Director of the
Engineering Department.
6 . WATER FOR CONSTRUCTION : Water for construction will be furnished by the
Contractor at his own expense .
7 . SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary
conveniences for the use of workers at the project site . Specific attention is directed to
this equipment.
8 . PAYMENT : The Contractor shall receive full payment from the City for all the work
based on unit prices bid on the proposal and specified in the plans and specifications
and approved by the Engineer per actual field measurement.
9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary
requirement for the projects , such as conditions imposed by the Plans , the General
Contract Documents or these special Contract Documents , in which no specific item for
bid has been provided for in the Proposal , shall be considered as a subsidiary item or
work, the cost of which shall be included in the price bid in the Proposal for each bid
item , including but not limited to surface restoration cleanup and relocation of mailboxes .
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these specifications shall be covered by Item No : 102
"Clearing and Grubbing " and shall be subsidiary to the other items of the contract.
10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's
particular attention is directed to the requirements of Item 7 , "Legal Relations and
Responsibilities to the Public " of the "Standard Specifications for Street and Storm Drain
Construction ".
11 . WAGE RATES :
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates .
The contractor shall comply with all requirements of Chapter 2258 , Texas Government
Code (Chapter 2258), including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258 . Such prevailing wage rates are included in these contract documents .
Penalty for Violation .
A contractor or any subcontractor who does not pay the prevailing wage shall , upon
demand made by the City , pay to the City $60 for each worker employed for each
06/20/08 SP-5
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents . This penalty shall be retained by the City to
offset its administrative costs , pursuant to Texas Government Code 2258.023 .
Complaints of Violations and City Determination of Good Cause .
On receipt of information , including a complaint by a worker, concerning an alleged
violation of 2258.023 , Texas Government Code , by a contractor or subcontractor, the
City shall make an initial determination , before the 31st day after the date the City
receives the information , as to whether good cause exists to believe that the violation
occurred . The City shall notify in writing the contractor or subcontractor and any affected
worker of its initial determination . Upon the City 's determination that there is good cause
to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain
the full amounts claimed by the claimant or claimants as the difference between wages
paid and wages due under the prevailing wage rates, such amounts being subtracted
from successive progress payments pending a final determination of the violation .
Arbitration Required if Violation Not Resolved .
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 Est imates .
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 .
06/20/08 SP-6
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
12 . EXISTING UTILITIES: The locations and dimensions shown on the plan.s relative to
existing utilities are based on the best information available . It shall be the Contractor's
responsibility to verify location of adjacent and/or conflicting utilities sufficiently in
advance of construction in order that he may negotiate such local adjustments as are
necessary in the construction process in order to provide adequate clearance . The
Contractor shall take all necessary precautions in order to protect all services
encountered .
Any damage to utilities and any losses to the utility City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense .
13 . PARKWAY CONSTRUCTION : During the construction of this project , it will be reqLJired
that all parkways be excavated and shaped at the same time the roadway is excavated .
Excess excavation will be disposed of at locations approved by the Director of the
Engineering Department .
14 . MATERIAL STORAGE: Material shall not be stored on private property unless the
Contractor has obtained permission from the property City .
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall
take adequate measures to protect all ex.isting structures , improvements and utilities ,
which may be encountered .
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the 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 .
16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are
approximate . It is the Contractor's sole responsibility to verify all the minor pay item
quantities prior to submitting a bid. No additional compensation shall be paid to
Contractor for errors in the quantities . Final payment will be based upon field
measurements . The City reserves the right to alter the quantities of the work to be
performed or to extend or shorten the improvements at any time when and as found to
be necessary, and the Contractor shall perform the work as altered, increased or
decreased at the unit prices as established in the contract documents . No allowance will
be made for any changes in anticipated profits or shall such changes be considered as
waiving or invalidating any conditions or provisions of the Contract Documents .
Variations in · quantities .of storm drain pipes in depth categories shall be interpreted
herein as applying to the overall quantities of storm drain pipe in each pipe size but not to
the various depth categories .
06/2 0/08 SP-7
17 . CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS : 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 City , its officers , servants
and employees , from and against any and all claims or suits for property loss , property
damage , personal injury , including death , arising out of, or alleged to arise out of, the
work and services to be performed hereunder by Contractor, its officers , agents ,
emp loyees , subcontractors , licensees or invitees , whether or not any such injury,
damage or death is caused, in whole or in part, by the negligence or alleged
negligence of City, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the City from and against any and
all injuries to City 's officers , servants and employees and any damage , loss or
destruction to property of the City arising from the performance of any of the terms and
conditions of this Contract , whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of City, its officers,
servants or employees.
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment , final payment shall not be made until Contractor
either (a) submits to City satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides City with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier .
The Director may , if deemed appropriate , refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
18 . EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code
Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices .
The Contractor shall post the required notice to that effect on the project site , and at his
request , will be provided by assistance by the City of Fort Worth 's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
19 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In
accordance with City of Fort Worth Ordinance No . 15530 , the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. The Ordinance is incorporated in these specifications by reference . A copy of
the Ordinance may be obtained from the Office of the City Secretary . Failure to comply
with the ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM , M/WBE GOALS WAIVER FORM AND GOOD FAITH
EFFORT FORM , as applicable , must be submitted within fine (5) city business days after
bid opening . Failure to comply shall render the bid non-responsive .
Upon request , Contractor agrees to provide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE)
on the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any books , records or files in its possession that will substantiate the
06/20/08 SP-8
actual work performed by an MBE and/or WBE . The misrepresentation of acts (other
than a negligent misrepresentation) and /or the commission fraud by the Contractor will
be grounds for termination of the contract and/or initiating action under appropriate
federal , state , or local laws or ordinances relating to false statement. Further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time not less than three years .
The City will consider the Contractor's performance regarding its M/WBE program in the
evaluation of bids. Failure to comply with the City 's M/WBE Ordinance , or to
demonstrate "good faith effort ", shall result in a bid being rendered non-responsive to
specifications.
Contractor shall provide copies of subcontracts or co-signed letters of intent with
approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor
shall also provide monthly reports on utilization of the subcontractors to the City's
M/WBE office.
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals. The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint venture equal to the percentage of the M/WBE
participation in the joint venture for a clearly defined portion of the work to be performed .
All M/WBE Contractors used in meeting the goals must be certified prior to the award of
the Contract. The M/WBE Contractor(s) must be certified by either the North Central
Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation
(TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid. The Contractor shall contact
all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization
or good faith effort forms as applicable. Failure to contact the listed M/WBE
subcontractor or supplier prior to bid opening may result in the rejection of bid as non-
responsive.
Whenever a change order affects the work of an M/WBE subcontractor or supplier, the
M/WBE shall be given an opportunity to perform the work . Whenever a change order
exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals
applicable to the work to be performed under the change order.
During the term of the contract the contract shall :
1.
2 .
3 .
06/20/08
Make no unjustified changes or deletions in its M/WBE participation
commitments submitted with or subsequent to the bid , and ,
If substantial subcontracting and/or substantial supplier opportunities arise
during the term of the contract which the Contractor had represented he
would perform with his forces , the Contractor shall notify the City before
subcontracts or purchase orders are let , and shall be required to comply with
modifications to goals as determined by the City , and ,
Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor
desires to change or delete any of the M/WBE subcontractors or suppliers.
Justification for change may be granted for the following :
SP-9
a . Failure of Subcontractor to provide evidence of coverage by Worker's
Compensation Insurance .
b. Failure of Subcontractor to provide required general liability of other
insurance .
c . Failure of Subcontractor to execute a standard subcontract form in the
amount of the proposal used by the Contractor in preparing his M/WBE
Participation plan .
d . Default by the M/WBE subcontractor or supplier in the performance of
the subcontractor.
Within ten (10) days after final payment from the City , the Contractor shall
provide the M/WBE Office with documentation to reflect final participation of
each subcontractor and supplier used on the project , inclusive of M/WBEs .
20 . FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the
paving and curb and gutter has been completed . No more than seven days shall elapse
after completion of construction before the roadway and ROW. is cleaned up to the
satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the
work before acceptance by the City or its representative . This cleanup shall include
removal of all objectionable rocks , pieces of asphalt or concrete and other construction
materials , and in general preparing the site of the work in an orderly manner and
appearance .
21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. Workers Compensation Insurance Coverage
a . DEFINITIONS :
b . Certification of coverage ("Certificate"). A copy of a certificate of insurance , a
certificate of authority to self-insure issued by the commission , or a coverage
agreement (TWCC-81 , TWCC-82, TWCC-83 , OR TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project . Duration of the project-
includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the
governmental entity .
Persons providing services on the project ("subcontractor" in §406 .096)-includes all
persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project , regardless of whether that person contracted directly with the
Contractor and regardless of whether ·that person has employees . This includes ,
without limitation , independent Contractors , subcontractors , leasing companies , motor
carriers , City-operators , employees of any such entity , or employees of any entity which
furnishes persons to provide services on the project. "Services" include , without
limitation , providing , hauling , or delivering equipment or materials , or providing labor,
transportation , or other services related to a project. "Services" does not include
06/20/08 SP-10
activities unrelated to the project , such as food/beverage vendors , office supply
deliveries , and delivery of portable toilets .
The Contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements , which meets the
statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of
the Contractor providing services on the project , for the duration of the project.
c . The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
d . If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor must, prior to the end of the coverage
period , file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
e . The Contractor shall obtain from each person providing services on a project , and
provide to the governmental entity :
(1) a certificate of coverage , prior to that person beginning work on the
project , so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project ; and
(2) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage , if the coverage
period shown on the current certificate of coverage ends during the
duration of the project .
f . The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
g . The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery , within ten (10) days after the Contractor knew or should have known ,
or any change that materially affects the provision of coverage of any person providing
services on the project.
h . The Contractor shall post on each project site a notice, in the text , form and manner
prescribed by the Texas Worker's Compensation , informing all persons providing
services on the project that they are required to be covered, and stating how a person
may verify coverage and report lack of coverage.
i. The Contractor shall contractually require each person with whom it contracts to provide
services on a project , to :
( 1)
06/20/08
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 ;
SP-11
J.
k .
06/20/08
(2) provide to the Contractor, prior to that pe rson beginning work on the
project , a certificate of coverage showing that coverage is being
provided for all employees of the person provid ing services on the
project , for the duration of the proj ect ;
(3) provide the Contractor, prior to the end of the coverage period , a new
cert ificate 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 form 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 extens ion of coverage ,
prior to the end of the coverage period , if the coverage period
shown on the current cert ificate of coverage ends during the
duration of the project ;
(c) retain all required certificates of coverage on file fo r the
duration of the project and for one year thereafter.
(d) notify the governmental entity in writing by cert ified 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 prov iding services on the
project ; and
(e ) contractually require each person with whom it contracts , to
perform as required by pa ragraphs (1 )-(7 ), with the certificates
of coverage to be provided to the person for whom they are
providing services .
By signing this contract or providing or causing to be prov ided a certificate of
coverage , the Contractor is representing to the governmental en t ity that all
emp loyees of the Contractor who w ill prov ide se rvices on the project will be
cove red by worker's compensation coverage for the duration of the project ,
that the coverage w ill be based on proper reporting of class ification codes and
payroll amounts , and that all coverage agreements will be filed with
approp r iate insurance carrier or, in the case of a self-insured , with the
commission 's Division of Self-Insurance Regulation . Providing false or
misleading info r mation may subject the Contractor to administrative , criminal ,
civil penalties or othe r civil actions .
The Contractor's failure to comply with any of these prov isions is a breach of
contract by the Contractor which ent itles the governmental entity to declare
SP-12
B .
the contract void if the Contractor does not remedy the breach within ten day
after receipt of notice of breach from the governmental entity .
The Contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered , and
stating how a person may verify current coverage and report failure to provide
coverage . This notice does not satisfy other posting requirements imposed
by the Texas Worker's Compensation Act or other Texas Worker's
Commission rules . This notice must be printed with a title in at least 30 point
bold type and text in at least 19 point normal type , and shall be in both English
and Spanish and any other language common to the Worker population . The
text for the notices shall be the following text, without any additional words or
changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE "
The law requires that each person working on this site or providing services
related to this construction project must be covered by worker's compensation
insurance. This includes persons providing , hauling , or delivering equipment
or materials , or providing labor or transportation or other service related to the
project , regardless of the identify of their employer or status as an employee ."
Call the Texas Worker's Compensation Commission at 512-463-3642 to
receive information on the legal requirement for coverage, to verify whether
your employer has provided the required coverage , or to report an employer's
failure to provide coverage".
22. SUBSTITUTIONS : The specifications for materials set out the m1n1mum standard of
quality that the City believes necessary to procure a satisfactory project. No
substitutions will be permitted until the Contractor has received written permission of the
Engineer to make a substitution for the material that has been specified . Where the term
"or equal ", or "or approved equal" is used , it is understood that if a material , product , or
piece of equipment bearing the name so used is furnished , it will be approvable , as the
particular trade name was used for the purpose of establishing a standard of quality
acceptable to the City. If a product of any other name is proposed substitutes is
procured by the Contractor. Where the term "or equal ", or "approved equal " is not used
in the specifications , this does not necessarily exclude alternative items or material or
equipment which may accomplish the intended purpose . However, the Contractor shall
have the full responsibility of providing that the proposed substitution is , in fact , equal ,
and the Engineer, as the representative of the City , shall be the sole judge of the
acceptability of substitutions. The provisions of the sub-section as related to
"substitutions " shall be applicable to all sections of these specifications .
23. MECHANICS AND MATERIALMEN 'S LIEN : The Contractor shall be required to execute
a release of mechanics and materialmen 's liens upon receipt of payment.
24 . WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and
easements and/or permits obtained on this project within sixty (60) days of advertisement
of this project. The work order for subject project will not be issued until all utilities , right-
of-ways , easements and/or permits are cleared or obtained . The Contractor shall not
06/20/08 SP-13
hold the City of Fort Worth responsible for any delay in issuing the work order for this
Contract.
25 . WORKING DAYS : The Contractor agrees to complete the Contract within the allotted
number of wo r king days .
26 . RIGHT TO ABANDON : The City reserves the right to abandon , without obligation to the
Contractor, any part of the project or the entire project at any time before the Contractor
begins any construction work authorized by the City.
27 . CONSTRUCTION SPECIFICATIONS : Th is contract and project are governed by the two
following published specifications, except as modified by these Special Provisions :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS .
A copy of either of these specifications may be purchased at the Office of the
Department of Engineering , 1000 Throckmorton Street , 2 nd Floor, Municipal Building ,
Fort Worth , Texas 76102 . The specifications applicable to each pay item are indicated
in the call-out for the pay item by the Engineer. If not shown , then applicable published
specifications in either of these documents may be followed 'cit 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.
28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmanship , or both , for a period of two (2) years
from date of final acceptance of this project and will be requ ired to replace at his
expense any part or all of the project which becomes defective due to these causes .
29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the
work , except when direct and unavoidable extra cost to the Contractor is caused by the
failure of the City to provide information or material , if any , which is to be furnished by the
City . When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Engineering Department and if by him
found correct shall be approved and referred by him to the Counci l for final approval or
disapproval ; and the action thereon by the Council shall be final and binding . If delay is
caused by specific orders given by the Engineers to stop work or by the performance of
extra work or by the failure of the City to provide material or necessary instructions for
carrying on the work , then such delay will entitle the Contractor to an equivalent
extension of time , his application for which shall , however, be subject to the approval of
the City Council ; and no such extension of time shall release the Contractor or the surety
on his performance bond form all his obligations hereunder which shall remain in full
force until the discharge of the contract.
30 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a
manner as to create a m inimum of interruption to traffic and pedestrian facilities and to
06/20/08 SP -14
the flow of vehicular and pedestrian traffic within the project area . Contractor shall
protect construction as required by Engineer by providing barricades .
Barricades , warning and detour signs shall conform to the Standard Specifications
"Barriers and Warning and/or Detour Signs ," Item 524 and/or as shown on the plans.
Construction signing and barricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways "
31 . DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material ,
the Contractor shall advise the Director of the Department of Engineering acting as the
City of Fort Worth 's Flood Plain Administrator ("Administrator"), of the location of all sites
where the Contractor intends to dispose of such material. Contractor shall not dispose of
such material until the proposed sites have been determined by the Administrator to
meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance
No . 10056). All disposal sites must be approved by the Administrator to ensure the filling
is not occurring within a flood plain without a permit. A flood plain permit can be issued
upon approval of necessary engineering studies . No fill permit is required if disposal
sites are not in a flood plain. Approval of the Contractor's disposal sites shall be
evidenced by a letter signed by the Administrator stating that the site is not in a known
flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain . Any
expenses associated with obtaining the fill permit , including any necessary engineering
studies , shall be at the Contractor's expense . In the event that the Contractor disposes
of spoil/fill materials at a site without a fill permit or a letter from the administrator
app roving the disposal site , upon notification by the Director of Engineering, Contractor
shall remove the spoil/fill material at its expense and dispose of such materials in
accordance with the Ordinance of the City and this section .
32. QUALITY CONTROL TESTING :
(a) The Contractor shall furnish , at its own expense, certifications by a private laboratory
for all materials proposed to be used on the project , including a mix design for any
asphaltic and/or Portland cement concrete to be used and gradation analysis for
sand and crushed stone to be used along with the name of the pit from which the
material was taken . The Contractor shall provide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related
thereto .
(b) Tests of the design concrete mix shall be made by the Contractor's laboratory at
least nine days prior to the placing of concrete using the same aggregate , cement
and mortar which are to be used later in the concrete . The Contractor shall provide a
certified copy of the test results to the City .
(c) Quality control testing of on site material on this project will be performed by the City
at its own expense . Any retesting required as a result of failure of the material to
meet project specifications will be at the expense of the Contractor and will be billed
at commercial rates as determined by the City . The failure of the City to make any
tests of materials shall in no way relieve the Contractor of its responsibility to furnish
materials and equipment conforming to the requirements of the contract.
06/20/08 SP-15
(d) Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing . The Contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested .
(e) The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
33 . PROPERTY ACCESS: Access to adjacent property shall be maintained at all times
unless otherwise directed by the Engineer.
34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
(a) A warning sign not less than five inches by seven inches, painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
as cranes, derricks, power shovels, drilling rigs , pile drivers, hoisting equipment or
similar apparatus. The warning sign shall read as follows :
"WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES ."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm , except back hoes or dippers
and insulator links on the lift hood connections.
(c) When necessary to work within six feet of high voltage electric lines , notification shall
be given the power company (TU Electric Service Company) which will erect
temporary mechanical barriers , de-energize the line or raise or lower the line . The
work done by the power company shall not be at the expense of the City of Fort
Worth . The notifying department shall maintain an accurate log of all such calls to
TU Electric Service Company and shall record action taken in each case.
(d) The Contractor is required to make arrangements with the TU Electric Service
Company for the temporary relocation or raising of high voltage lines ~t the
Contractor's sole cost and expense .
(e) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (c).
35 . WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work
on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water
Department to perform such work in accordance with procedures described in the current
Fort Worth Water Department General Specifications which general specifications shall
govern performance of all such work.
06/20/08 SP-16
36 . RIGHT TO AUDIT:
(a) Contractor agrees that the City shall , until the expiration of three (3) years after final
payment under this contract have access to and the right to examine and photocopy
any directly pertinent books, documents , papers and records of the Contractor
involving transactions relating to this contract. Contractor agrees that the City shall
have access during normal working hours to all necessary Contractor facilities and
shall be provided adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section . The City shall give Contractor
reasonable advance notice of intended audits .
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to
the effect that the subcontractor agrees that the City shall , under the expiration of
three (3) years after final payment under the subcontract , have access to and the
right to examine and photocopy any directly pertinent books, documents , papers and
records of such subcontractor involving transactions to the subcontract and further,
that City shall have access during normal working hours to all subcontractor facilities
and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this article together with subsection (c )
hereof. City shall give subcontractor reasonable advance notice of intended audits .
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Contractor for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time
copying is performed .
37 . CONSTRUCTION STAKES;
The City , through its Surveyor or agent , will provide to the Contractor construction stakes
or other customary methods of markings as may be found consistent with professional
practice to establish line and grade for roadway and utility construction and centerlines
and benchmarks for bridgework . These stakes shall be set sufficiently in advance to
avoid delay whenever practical. One set of stakes shall be set for all utility construction
(water, sanitary sewer, drainage, etc .), one set of excavation/or stabilization stakes , and
one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of
the Contractor to preserve , maintain , transfer, etc ., all stakes furnished until completion
of the construction phase of the project for which they were furnished .
If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by
the City have been lost, destroyed , or disturbed , that the proper prosecution and control
of the work contracted for in the Contract Documents cannot take place , then the
Contractor shall replace such stakes or markings as required . An individual registered
by the Texas Board of Professional Land Surveying as a Registered Professional Land
Surveyor shall replace these stakes , at the Contactor's expense. No claims for delay due
to a lack of replacement of construction stakes will be accepted , and time will continue to
be charged in accordance with the Contract Documents .
38 . LOCATION OF NEW WALKS AND DRIVEWAYS ;
The Contractor will make every effort to protect existing trees within the parkway , with
the approval of the engineer the Contractor may re-locate proposed new driveways and
walks around existing trees to minimize damage to trees .
06/20/08 SP-17
39 . EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the
completion of this contract. In order to insure that the Contractor is responsive when
notified of unsatisfactory performance and/or of failure to maintain the contract schedule ,
the following process shall be applicable :
The work progress on all construction projects will be closely monitored . On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time
charged to the contract. If the amount of work performed by the Contractor is less than
the percentage of time allowed by 20% or more (example : 10% of the work completed in
30% of the stated contract time as may be amended by change order), the following
proactive measures will be taken :
1. A letter will be mailed to the Contractor by certified mail , return receipt
requested demanding that , within 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 the Department of Engineering ,
Water Department, and Department of Transportation and Public Works will
be made aware of the situation . If necessary , the City Manager's Office and
the appropriate city council members may also be informed .
3. Any notice that may , in the City 's sole discretion , be required to be provided to
interested individuals will <ilistributed by the Engineering Department's Public
Information Officer .
4 . Upon receipt of the Contractor 's response , the appropriate City departments
and directors will be notified . The Engineering 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
bond ing company will be notified appropriately .
40 . AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS ". Typically , the OZONE SEASON , within the
Metroplex area , runs from May 1, through OCTOBER 31 , w ith 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 Commiss ion 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
06/20/08 SP-1 8
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 .
CONSTRUCTION
41 . PAY ITEM -8 'x6' CBC Storm Drain :
See Standard Specifications Item No . 440, "Reinforced Concrete Culvert Pipe " for
specifications governing this item . Item shall conform to ASTM 1433 or AASHTO M259 .
Removal of existing storm drain within the same trench shall be included in this item .
42 . PAY ITEM -7'x5 ' CBC Storm Drain :
See Standard Specifications Item No . 440, "Reinforced Concrete Culvert Pipe " for
specifications governing this item . Item shall conform to ASTM 1433 or AASHTO M259 .
Removal of existing storm drain within the same trench shall be included in this item .
43 . PAY ITEM -7'x4 ' CBC Storm Drain :
See Standard Specifications Item No . 440, "Reinforced Concrete , Culvert Pipe " for
specifications governing this item .. Item shall conform to ASTM 1433 or AASHTO M259 .
Removal of existing storm drain within the same trench shall be included in this item .
44 . PAY ITEM -6 'x6' CBC Storm Drain :
See Standard Specifications Item No . 440 , "Reinforced Concrete Culvert Pipe " for
specifications governing this item. Item shall conform to ASTM 1433 or AASHTO M259 .
Removal of existing storm drain within the same trench shall be included in this item .
45 . PAY ITEM -6 'x5 ' CBC Storm Drain:
See Standard Specifications Item No. 440 , "Reinforced Concrete Culvert Pipe" for
specifications governing this item. Item shall conform to ASTM 1433 or AASHTO M259 .
Removal of existing storm drain within the same trench shall be included in this item .
46 . PAY ITEM -5 'x5 ' CBC Storm Drain :
See Standard Specifications Item No. 440 , "Reinforced Concrete Culvert Pipe " for
specifications governing this item. Item shall conform to ASTM 1433 or AASHTO M259.
Removal of existing storm drain within the same trench shall be included in this item .
47 . PAY ITEM -5 'x4 ' CBC Storm Drain :
See Standard Specifications Item No . 440, "Reinforced Concrete Culvert Pipe " for
specifications governing this item . Item shall conform to ASTM 1433 or AASHTO M259.
Removal of existing storm drain within the same trench shall be included in this item .
06/20/08 SP-19
48 . PAY ITEM -36 " RCP Storm Drain :
See Standard Specifications Item No . 440 , "Reinforced Concrete Culvert Pipe " for
specifications governing this item . Item shall conform to ASTM C76 .
Removal of existing storm drain within the same trench shall be included in this item .
49 . PAY ITEM - 27" RCP Storm Drain :
See Standard Specifications Item No . 440 , "Reinforced Concrete Culvert Pipe " for
specifications governing this item . Item shall conform to ASTM C76 .
Removal of ex isting storm drain within the same trench shall be included in this item .
50. PAY ITEM -24 " RCP Storm Drain :
See Standard Specifications Item No . 440 , "Reinforced Concrete Culvert Pipe "· for
specifications governing this item . Item shall conform to ASTM C76.
Removal of existing storm drain within the same trench shall be included in this item .
51 . PAY ITEM -21 " RCP Storm Drain :
See Standard Specifications Item No . 440 , "Reinforced Concrete Culvert Pipe " for
specifications governing this item. Item shall conform to ASTM C76 .
Removal of existing storm drain within the same trench shall be included in this item .
52 . PAY ITEM -Storm Drain Junction Box, Sta 28+82 .6 :
See Standard Specifications Item No . 406 , "Concrete Structures " for specifications
governing this item. See detail sheet for design , dimensions and quant it ies . Item shall
conform to ASTM C478-03 and C-1433 . Payment shall be per each , complete in place .
Removal of existing storm drain within the same trench shall be included in this item .
53 . PAY ITEM -1 O'x1 O' Junction Box w/Manhole Riser :
See Standard Specifications Item No . 406 , "Concrete Structures " and Item 444 ,
"Manholes and lnlets "for specifications governing this item . Item shall conform to ASTM
C478-03 , C478-03A and C-1433 . Payment shall be per each , including box and riser ,
complete in place.
Removal of existing storm drain within the same trench shall be included in this item ,
54 . PAY ITEM - 1 O'x8 ' Junction Box w/Manhole Riser:
See Standard Specifications Item No . 406 , "Concrete Structures " and Item 444 ,
"Manholes and lnlets "for specifications govern ing this item . Item shall conform to ASTM .
C478-03 , C478-03A and C-1433 . Payment shall be per each , including box and riser ,
complete in place . _
Removal of existing storm drain within the same trench shall be included in this item .
55 . PAY ITEM -Storm Drain Junction Box Sta 43+98 .32 :
See Standard Specifications Item No . 406 , "Concrete Structures " for specifications
governing this item . See detail sheet for design , dimensions and quantities . Item shall
conform to ASTM C478-03 and C-1433 . Payment shall be per each , complete in place .
Removal of existing storm drain w ith in the same trench shall be included in this item .
56 . PAY ITEM - 8 'x8 ' Junction Box w/Manhole Riser :
See Standard Specifications Item No . 406, "Concrete Structures " and Item 444,
"Manholes and Inlets " for specifications governing this item . Item shall conform to ASTM
06/20/08 SP-20
C478-03 , C478-03A and C-1433 . Payment shall be per each , including box and riser,
complete in place .
Removal of existing storm drain within the same . trench shall be included in this item.
57 . PAY ITEM -10 ' Storm Drain Inlet:
See Standard Specifications Item No . 444 , "Manholes and Inlets " for specifications
governing this item . See Construction Detail S-SD2 . An alternative method of
construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor
desires to use this method, he must submit details for the construction to the
Transportation and Public Works Department fore review and approval if said details are
acceptable. The Pre-Cast construction must be equal or superior to the strength
requirements for this item as set out in Item 444, "Manholes and Inlets " and said
construction shall be in compliance with all other requ irements of Item 444 where
applicable. .
Removal of existing storm drain within the same trench shall be included in this item .
58. PAY ITEM -15' Storm Drain Inlet:
See Standard Specifications Item No . 444 , "Manholes and Inlets " for specifications
governing this item . See Construction Detail S-SD1 and S-SD2. An alternative method
of construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor
desires to use this method , he must submit details for the construction to the
Transportation and Public Works Department fore review and approval if said details are .
acceptable . The Pre-Cast construction must be equal or superior to the strength
requirements for this item as set out in Item 444 , "Manholes and Inlets " and said
construction shall be in compliance with all other requirements of Item 444 where
applicable .
Removal of existing storm drain within the same trench shall be included in this item .
59 . PAY ITEM -20 ' Storm Drain Inlet:
See Standard Specifications Item No . 444 , "Manholes and Inlets " for specifications
governing .this item . See Construction Detail S-SD2. An alternative method of
construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor
desires to use this method , he must submit details for the construction to the
Transportation and Public Works Department fore review and approval if said details are
acceptable . The Pre-Cast construction must be equal or superior to the strength
requirements for this item as set out in Item 444 , "Manholes and Inlets " and said
construction shall be in compliance with all other requirements of Item 444 where
applicable .
Removal of existing storm drain within the same trench shall be included in this item .
60. PAY ITEM -2 ' Wye Storm Drain Inlet:
See Standard Specifications Item No . 444, "Manholes and Inlets " for specifications
governing this item. . See Construction Detail S-SD5. An alternative method of
construction for these items will be "Pre-Cast" manholes and inlets . If the Contractor
desires to use this method, he must submit details for the construction to the
Transportation and Public Works Department fore review and approval if said details are
acceptable . The Pre-Cast construction must be equal or superior to the, strength
requirements for this item as set out in Item 444, "Manholes and Inlets " and said
06/20/08 SP-21
construction shall be in compliance with all other requirements of Item 444 where
applicable .
Removal of existing storm drain within the same trench shall be included in this item .
61 . PAY ITEM -Additional Depth; 1 O' Storm Drain Inlet:
See Standard Specifications Item No . 444 , "Manholes and Inlets " for specifications
governing this item . See Construction Detail S-SD5.
Payment shall be for depth greater than 4 ' vertical depth .
62 . PAY ITEM -Additional Depth ; 20 ' Storm Drain Inlet:
See Standard Specifications Item No . 444 , "Manholes and Inlets" for specifications
governing this item . See Construction Detail S-SD5 .
Payment shall be for depth greater than 4' vertical depth .
63 . PAY ITEM -Grout Existing Storm Dra in:
See Part DA -108 , "Flowable Fill " for specifications governing this item . Storm Drain to be
grouted shall be plugged at each end and flowable fill pumped through the storm dra in.
Payment shall be per linear foot of storn:, drain abandoned and grouted .
64 . NON PAY ITEM -Connect to Existing Storm Drain : The cost for making lateral tie-ins
to the storm drain structure shall be subsidiary to the bid price for the respective lines .
65 . NON PAY ITEM -Transition Collar7'x5 ' to 7'x4 'Connect to Existing Storm Drain : See
Item 440; the cost for pipe fittings and appurtenances will not be considered as a pay
item , the cost of which shall be included in the price bid for furnishing and installing the
particular pipe size .
66 . NON PAY ITEM -Connection Sleeve 5'x5 ' Ex . To 5 'x5 ' Prop .: See Item 440 ; the cost
for pipe fittings and appurtenances will not be considered as a pay item , the cost of
which shall be included in the price bid for furnishing and installing the particular pipe
size .
67 . NON PAY ITEM -Transition Collar 5'x5 ' to 5'x4 'Connect to Existing Storm Drain : See
Item 440 ; the cost for pipe fittings and appurtenances will not be considered as a pay
item , the cost of which shall be included in the price bid for furnishing and installing the
particular pipe size .
68 . SANITARY SEWER PAY ITEMS : SHALL BE AS INCLUDED IN CITY OF FORT
WORTH STANDARD SPECIFICATIONS -WATER DEPARTMENT (AVAILABLE FROM
COFW OFFICES), PART C GENERAL CONDITIONS WATER DEPARTMENT, PART D
SPECIAL CONDITIONS WATER DEPARTMENT, AND PART DA ADDITIONAL
SPECIAL CONDITIONS. PARTS C , D AND DA ARE INCLUDED HEREIN .
EXCEPTIONS NOTED BELOW.
69 .PAY ITEM -SANITARY SEWER JUNCTION BOX W/ MANHOLE RISER FOR ACCESS :
See Water Department Standard Specifications Items No . E 1-14 and E 1-20 , "Materials
for Sanitary Sewer Manholes , Valve Vaults " and "Concrete " for specifications governing
these items . See detail sheet for design , dimensions and quantities . Payment shall be
per each , including manhole riser, complete in place .
06/20/08 SP-22
Removal of existing sanitary sewer and appurtenances within the same trench shall be
included in this item .
70 . PAY ITEM -ADDITIONAL DEPTH FOR JUNCTION BOX MANHOLE : See Water
Department Standard Specifications Items No . E1-14 and E1-20 , "Materials for Sanitary
Sewer Manholes , Valve Vaults " and "Concrete " for specifications governing these items .
See detail sheet for design , dimensions and quantities. Payment shall be per vertical
foot greater than 6' depth .
71. PAY ITEM -SANITARY SEWER JUNCTION BOX W/ EXTERIOR DROP: See Water
Department Standard Specifications Items No . E1-14 and E1-20 , "Materials for Sanitary
Sewer Manholes , Valve Vaults " and "Concrete " for specifications governing these items .
See detail sheet for design , dimensions and quantities . See standard detail Figure 107 .
Payment shall be per each , includ ing drop connection , complete in place .
Removal of existing sanitary sewer and appurtenances within the same trench shall be
included in this item .
72 . PAY ITEM -ADDITIONAL DEPTH FOR DROP JUNCTION BOX MANHOLE : See Water
Department Standard Specifications Items No . E1-14 and E1-20, "Materials for Sanitary
Sewer Manholes, Valve Vaults" and "Concrete " for specifications governing these items .
See detail sheet for design , dimensions and quantities . Payment shall be per vertical
foot greater than 6 ' depth .
73 . WATER LINE PAY ITEMS : SHALL BE AS INCLUDEO IN CITY OF FORT WORTH
STANDARD SPECIFICATIONS -WATER DEPARTMENT (AVAILABLE FROM COFW
OFFICES), PART C GENERAL CONDITIONS WATER DEPARTMENT, PART D
SPECIAL CONDITIONS WATER DEPARTMENT, AND PART DA ADDITIONAL
SPECIAL CONDITIONS . PARTS C , D AND DA ARE INCLUDED HEREIN .
EXCEPTIONS NOTED BELOW.
74 . PAY ITEM -REMOVE/INSTALL WATER METER: Water Meters to be provided by City ;
this item shall be work to remove existing water meter and install into new water meter
box . Payment shall be per each meter removed and i nstalled .
75 . PAY ITEM -REMOVE/ REPLACE METER BOXES : Payment shall be per each meter
box removed and replaced .
76 . PAY ITEM - 2 " TYPE "D" HMAC SURFACE COURSE:
The surface course shall be a 5" deep Type "D" course placed in one lift. All provisions
of Standard Specification No . 312 .7 'Construction Tolerance ' shall apply except as
modified herein:
1) The overall thickness of asphaltic concrete pavement must be a minimum of 2 "
thickness . Deficient areas found to be less than the plan thickness will be removed and
replaced at the Contractor's expense .
2) No additional payment over the contract price will be made for any hot-mix asphaltic
concrete course of a thickness exceeding that required by the plans and specifications .
3) HMAC Testing Procedure :
The Contractor is required to submit a Mix Design for Type "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
06/20/08 SP-23
Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use
during density testing . 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
C ity 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 "D" asphalt will be 91 % of the calculated Marshal (proctor). A
Troxler Thin Layer Gauge will be used for all asphalt testing .
After a rolling pattern is established , densities should be taken at locations not more
than 300 feet apart . The above requirement applies to both Type "B'' and "D " asphalt.
Upon completion of the application of Type "D" asphalt additional cores must be taken to
determine the applied thickness .
77 . PAY ITEM - 8" THICK LIME STABILIZED SUBGRADE & CEMENT FOR SUBGRADE
STABILIZATION :
See Standard Spec ifications Item No . 210, "Lime Treatment (Material Manipulation)" and
Specification Item No . 212 , "Hydrated Lime and Lime Slurry " for specifications governing
this item . Quantities for this pay item are approximate and are given only to establish a
unit price for the work .
The price bid per square yard for "6" THICK LIME STABILIZED SUBGRADE " as shown
in the Proposal will be full payment for all labor, equipment , tools and incidentals
necessary to complete the work .
78 . PAY ITEM -LIME FOR SUBGRADE : The price bid per ton for "LIME FOR SUBGRADE
STABILIZATION " as shown in the Proposal will be full payment for materials necessary
to complete the work.
79 . PAY ITEM -REMOVE/REPLACE CONCRETE CURB & GUTTER:
This item is included for the purpose and removing and replacing existing curb and gutter
as determined by the Engineer. The proposed curb and gutter will be of the same
dimensions as the existing curb and gutter to be removed . Quantities for this pay item
are approximate and are given only to establish a unit price for the work
The price bid per linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in
the Proposal will be full payment for materials including all labor, equipment, tools and
incidentals necessary to complete the work .
80 . PAY ITEM -REMOVE/REPLACE 4 " STANDARD CONCRETE SIDEWALK:
All applicable provisions of standard Specifications Item 104 "Removing Old Concrete "
and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified .
The Contractor shall not remove any regulatory sign , instruction sign , street name and
sign or other sign which has been erected by the City. The Contractor shall contact
S igns and Marking Division , TPW (Phone 817-392-7738).
81 . PAY ITEM -REMOVE/REPLACE REINFORCED CONCRETE DRIVEWAY APPROACH :
All applicable provisions of standard Specifications Item 104 "Removing Old Concrete "
and Item 504 "Concrete Sidewalk Driveways " shall apply except as herein modified ..
See Standard Specification Item No . 504, "Concrete Sidewalks and Driveways " for
specifications governing this item as well as details S-S5 and S-S5A.
06/20/08 SP-24
The price bid per square foot for REMOVE/REPLACE REINFORCED CONCRETE
DRIVEWAY" as shown in the Proposal will be full payment for materials including all
labor , equipment , tools and incidentals necessary to complete the work .
82 . PAY ITEM -REMOVE/REPLACE ASPHALT DRIVEWAY APPROACH :
All applicable provisions of standard Specifications Item 104 , "Removing Old Concrete :
and Item 312 , "Hot Mix Asphaltic Concrete " shall apply except as herein modified .
The price bid per square foot for REMOVE/REPLACE ASPHALT DRIVEWAY
APPROACH " as shown in the Proposal will be full payment for materials including all
labor, equipment , tools and incidentals necessary to complete the work .
83 . PAY ITEM -HYDRO MULCH SEEDING: All applicable provisions of Water Department
Part D Item 45, shall apply herein . The price bid per square foot shall include coverage
of a 6 ' (six foot) wide path
84. STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting
of an erosion control and toxic waste management plan and a narrative defining site
parameters and techniques to be employed to reduce the release of sediment and
pollution from the construction site. Five of the project SWPPP 's are available for
viewing at the plans desk of the Department of Engineering. 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 .
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.
FOR DISTURBED AREAS LESS THAN 1 ACRE , SPECIAL PROVISION 23 -40 SHALL
BE APPLICABLE.
TEMPORARY EROSION ; SEDIMENT AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) implementation shall be considered
subsidiary to the SWPPP.
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 ryieasures shall at no time be used as a substitute for the
permanent control measure unless otherwise directed by the engineer and they shall not
include measures taken by the CONTRACTOR to control conditions created by ' his
construction operations. The temporary measures shall include dikes , dames, berms ,
06/20/08 SP-25
sediment basins , fiber mats , jute netting , temporary seed ing , straw mulch , asphalt mulch ,
plastic liners , rubble liners , baled-hay retards , dikes , slope drains and other devices .
B. CONSTRUCTION REQUIRMENTS : The Engineer has the authority to define
erodible earth and the authority to limit the surface are of erodible-earth material exposed
by preparing right -of-way , clearing and grubbing , the surface area of erodible-earth
material exposed by excavation , borrow and to direct the CONTRACTOR to provide
temporary pollution-control measures to prevent contam ination of adjacent streams ,
other water course , lakes , ponds or other areas of water impoundment. Such work may
involve the construction of temporary berms , dikes , dams , sediment basins , slope drains
and use of temporary mulches , mats , seeding or other control devices or methods
directed by the Engineer as necessary to control soil erosion . Temporary pollution-
control measures shall be used to prevent or correct erosion that may develop during
construction prior to installation of permanent pollution control features , but are not
associated with permanent control features on the project. The Engineer will l imit 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 i ng , mulching , seed i ng , and other such permanent pollution -control measures
current in accordance with the accepted schedule . Should seasonal conditions make
such limitations unrealistic , temporary soil-erosion -control measures shall be performed
as directed by the Engineer.Waste or disposal areas and construction roads shall be
located and constructed in a manner that will m i nimize the amount of sediment entering
st reams .
1. Frequent fordings of live streams will not be permitted ; therefore ,
temporary bridges or other structures shall be used wherever an
appreciable number of stream crossing are necessary . Unless otherwise
approved in writing by the Engineer, mechanized equipment shall not be
operated in live streams .
2 . When work areas or material sources are located in or adjacent to live
streams , such areas shall be separated from the stream by a di ke or other
barrier to keep sediment from entering a flowing stream . Care shall be
taken during the construct ion and removal of such barriers to m inimize the
muddying of a stream.
3 . All waterways shall be cleared as soon as practicab le of false wo r k, piling ,
deb r is or other obstructions placed during construction operations that are
not part of the finished work .
4 . The Contractor shall take sufficient precautions to prevent pollution of
streams , lakes and reservoirs with fuels , oils , bitumens , calcium chloride
o r other harmful materials . He shall conduct and schedule his operations
so as to avoid o r minimize siltation of streams , lakes and reservoirs and to
avoid i nterference with movement of m igratory fish .
C . SUBMITTAL: Prior to the start of the appl icable construction , the Contractor shall
submit for approval his schedules for accomplishment of soil-erosion-control work and
his plan to keep the area of erodible-earth materia l to a minimum. He shall also submit
for acceptance his proposed method of soil-erosion control on construction and haul
roads and material sources and his plan for disposal of waste materials . No work shall
06/20/08 SP -26
be started until the soil-erosion control schedules and methods of operations have been
reviewed and approved by the Engineer.
Payment shall be made_ per lump sum as shown on the proposal as full compensation for
all items contained in the project SWPPP .
All work , materials and equipment necessary to provide temporary erosion control shall
be considered subsidiary to the SWPPP and no extra pay will be given for this work .
85. GREEN CEMENT POLICY : As per Fort Worth City Council Resolution 3536 , the
City Manager is authorized to specify the purchase of dry kiln cement as the base bid in
City of Fort Worth bid projects , with an alternative bid for the purchase of cement from an
unspecified source and preferential purchasing fo r bids from a cement kiln with
emissions not exceeding 1.7 p0unds of NOx per ton of clinker produced . In cases where
cement meeting the above requirements is not available , and where cement from a non-
compliant source must be utilized, the Contractor shall furnish good faith effort
documentation in the form of letters from two North Texas cement suppliers of green
cement stating that no stock of green cement is avai lable for the contractor at that time .
These letters shall be considered valid for a maximum of one week after which new
letters must be submitted to the Project Inspector if green cement continues to remain
unavailable . All related costs for complying with the G reen Cement Policy shall be
considered subsidiary to the applicable project pay items .
The contractor shall submit the Green Cement Policy Compliance Statement or the good
faith effort documentation at the time the of bid opening of the project . A copy of the
Compliance Statement is attached at the end of this section . Failure to comply with the
Green Cement Policy may result in rejection of the bid as non-responsive
86. TRAFFIC CONTROL : The contractor will be required to obtain a "Street Use Permi t"
prior to starting work . As part of the "Street Use Permi t" a traffic control plan is required .
The Contractor shall be responsible for providing traffic control during the const r uction 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
6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 .
Unless otherwise included as part of the Construction documents , the Contractor shall
submit a traffic control plan (duly sealed , signed and dated by a Registered Professional
Engineer (P .E.) in the state of Texas), to the City Traffic Engineer [Tel (81 7 )392-8770] at
or before the preconstruction conference . The P.E. preparing the traffi c control plan may
utilize standard traffic reroute configurations posted as "Typicals " on the City 's Buzz saw
website . Although work will not begin until the traffic control plan has been reviewed and
approved , the Contractor's t ime 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 ~een erected by the C ity . If it is determ i ned that a sign must be
removed to perm it required construction , the Contractor shall contact the Transportation
and Publ ic Works Department , Signs and Markings Div ision , (Phone Number 871-7738)
to remove the sign . In the case of ~egulatory signs , the Contractor must replace the
06/20/08 SP-27
permanent sign with a temporary sign meeting the requirements of the above-referenced
manual and such temporary sign must be installed prior to the removal of the permanent
sign . If the temporary sign is not installed correctly or if it does not meet the required
specifications , the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the .
permanent sign can be reinstalled , the Contractor shall again contact the Signs and
Markings Division to reinstall the permanent sign and shall leave his temporary sign in
place until such reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic pe r iods" 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 Wark Areas."
Traffic control shall be considered subsidiary to the project and no additional payment
shall be made for design , and I or installation and maintenance of the traffic control
plans .
06/20/08 SP-28
(To be printed o n Contract o r 's Lett e rh ead)
Date: -----
DOENo:
PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for:
MAPSCO LOCATION: --
LIMITS OF CONST.: --------------
Estimated Duration of Construction on your Street : _ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WIT~ THE
CITY OF FORT WORTH, OUR COMP ANY WILL < REPLACE WATER
AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR
AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DA TE OF THIS NOTICE.
IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY
OR ANY OTHER ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <C ITY INSPECTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
06/20/08 SP-29
HEAVY & 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 Pav ing 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
F lagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mou nted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operato r, Fine Grade
Mi xer Operator
Motor Grader Operator, Fin e Grade
Motor Grader Operator, Rough
Oiler '
Painter, Structures
Pavement Marking Machin e Operator
Pipe layer
Reinforcin g Steel Setter, Pavin g
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Stee l Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel , Plant Mix Pavement
Scraper Operator
Servicer
Sl ip Form Machine Ope rator
Spreader Box Operator
Tractor Operator, Crawler T y pe
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Sing le Axl e, Heavy
Truck Driver, Sin gle Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine, Post Hole Driller Operator
Welder
Work Zone BaiT icade Servicer
$10.06
$13 .99
$1 2.78
$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
$ 8.43
$11.63
$11.83
$13 .67
$16.30
$12.62
$ 9.18
$10 .65
$16.97
$11.83
$ I 1.58
$15 .2 0
$14 .50
$14 .98
$13.17
$10 .04
$11.04
$14 .86
$16 .29
$11.07
$10.92
$11.28
$11.42
$12.32
$1 2 .33
$10 .92
$1 2.60
$12.91
$1 2.03
$14.93
$11.47
$10 .91
$11)5
$12 .08
$1 4.00
$13 .57
$10 .09
Classification
AC Mechanic
AC Mechanic Helpe r
Acoustical Ceiling Mechanic
Brick l ayer/Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concre t e Form Builder
Drywall Mecha nic
Drywall Helper
Drywa ll Tape r
Drywall Taper Helper
Electrician (Journeyman)
Electrician He l per
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier He lper
Insulator
Insulator He lper
Laborer Common
Laborer Skilled
Lather
Painter
Painter He l per
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
2 008 PREVAI LI NG WAGE RATES
CONSTRUCTIO N INDUSTRY
Hrly Rate Classification
$21.69 Plumber
$12.00 Plumber He l per
$15.24 Reinforcing Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11. 91 Sheet Metal Worker Helper
$13.49 Sprinkler System Installer
$13.12 Sprinkler System Installer Helper
$14.62 Steel Worker Structural
$10.91 Concrete Pump
Crane, Clamsheel, Back hoe, 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
HrlyRate
$20 .43
$14.90
$10 .00
$14 .00
$10 .00
$16.96
$12.3 1
$18.00
$9.00
$17.43
$20 .50
$17.76
$12.63
$10.50
$14.91
$16.06
$9 .75
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RATES
SUBJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality .
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub -Contractors Association (ASA), conducts a wage
rate survey for North Texas construction . The attached 2008 Prevailing Wage Rate data was compiled from
that survey.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds .
TO Fund/Account/Centers
Submitted for City Manag~r·s Office b$
Originating D~partment Head:
Additional Information Contact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A . Douglas Rademaker (6157)
Eric Bundy (7598)
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 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.
( 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
pet ition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( 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.
>
Q.
Q.
" ti
Q.
~ ..
116'1MOLI fl ·To H COIIITIUCTIO OVII OUTLIT.
ALL IXPOHO 1u1,ac11 AM TO ., WILL FINtlMIO.
IXCAV~"tOW P'OI IMLIT II TO H INCLUOl:O f N PltlCI
IIO ,01 ....
,· . ..
.,._ ... _
1111• f ITI. CUltl 6 .UTTII IAII AT 11• C•C
Utl 1 •-1• 1M1 WNIN MJT COflllll:CT-TO ,a,1-Nf
UH ,. - , .......... co•tCTINI TO P.WIIIINT
AOD I .II LIi. ITIIL WHt:N COHICTIM TO M¥1111Nf
" C . NO SCALE
• DlltlMION •a• IHALL MATCH TM( IUTTUI :~.:i~~:.' :: u:LIT ---=:;:.,:.::...----\,--a-f
CHI TM( NO.IICT • ANO WILL H IITNUI 1.S' OIi t .O'
/b\i~~ .. { \ ::s
\ /~~oh,,;:f'',-.,.-:.,--:"7.,....,-;-~ll,.;.rl~+
/ E ~ ,L-1'-,I"--'--'--'-'-~~ ........ --
--• SECTION A-A
J/4• CMAll,[I / • 4 IA"I AT
L. • J L -IM AT1·c-c • LIC1I 0/1 -· NOfl : THI ot:PTM •o• ,o• ALL ITMOMO t ' INLlfl
IMAI.L H 4 '-o'" AT THI Uf""II IIIO MO
4°-4'" AT Tl« OUTLIT IJe ,_., TMC TOf
o, CUtll TO THI PLOW LINI fW TMII INLIT.
IF THI INLlf 'ti NOT ITAIIIOMIO , THI
~1:::,•M :~~ J~!" A~":!:( 1 '.~--~=~L
H COlt1Tllh1CTIO PII OWt . fltO. I -ID 1
HP IUTTII : AT OUTltOI IHI
NOT[: IUTT'I CONtTltUCTKMf IN "'°"' fW 1g(T Al
IHOWN ti TO H COtflDUlfD Al MIT M IAIII:
STANDARD 5' STORM DRAIN INLET ... ....
o 111:YIKD •tn/17
CITY of
J.A .N./W 11 .M. DRAWING
FORT WORTH, TEXAS -CONSTRUCTION STANOARO
NO. 5-50 I DATE , JAN . 1969
lll(Vll('I JUie ""
> ... ...
ct ::, ...
C •
"'
ALL (XPOl(O tua,acn ,0( TO II WILL flNIIM(O .
(XC•VATION ,oa INL(T 11 -TO ., INCLUDIO IN PalC(
TN( OIPTM • D • rOft ALL ITAND4ft0 10 ' INLIT
IMALL I( 4 ° -o • AT TM( UPPlft (NO ANO 4 ' • I"
.. D fOI IAII(. AT TNI OUTL(T (NO ,1110• TNI TOP o, CUIIII
TO TM( ,Low LINI o, TM( tNL[T. " TN(
INL(T II NOT ITANOAIIIO , TMI O(PTN WIL L II
INOWN ON T M( PLANI .
w Hil'TM oY(lll s·-o· AT .......... ST(PS IMM.L K CQfletT-...CTIO
,ca o••----•o ..... S ·I .DJ' ... -. _ ·-·· ·--·-.. --
~~~:::~· .A .. INALL TM( luTTl.ft aa ..... 0-IN UN OM TM( -, .
1/1" • Ill.IN,-. IAaS ~ ~
--=-==.;;:,.;:.-::oi::;..::-=-------------=--, --J
.,
1/t• • ITO. CUlll8 & IUT TIII o •
Ult l ';o1~N[~At1:1 WM~: N:A~IMINT :::,....._ ~ ~
UH I ' -I " IA•I WHIN CONNI C TINI ::--,....,..........._
TO PAV(M(NT -"-~:::..:::::::.::::~
PLAN
•
10 ' OP(NINI
NY LIMIT OP INLIT
Nol 10 Seo/1
SECTION 8-B
IIIVIUD e/H/17 J.A.11./W.R.M.
J/1" • ftllN,. IAIII 11· C . C I llt[AII ,ac, a[AII WALL)
I 111• , ., .. ,. IAttl , •• C . C ( ,t10NT ,ac t. .,,.. WALL)
1/1" f atlNf. ...... 11 • C . C , IONT ,ac, ,aoNT WA
OI" •uTT[llt
AT (. I NL[T
NATUIIIAL IUTTUI
•UTT[tl
NOT(• IUTT(lt CONITIIIUCTION IN flltONT
0,-INL(T Al IMOWN II T"O I[
CONIIO(llt(D Al Pi\llT o,-IAM(
1/l" I ......
TIIOW(L
STANDARD 10' STORM DRAIN INLET
CITY of FORT WORTH, TEXAS -CONSTRUCTION STANDARD
DRAWIN G NO . S -SD 2 DATE , . DEC . 1969
... ...
N
'----·
,-·,--~ ........ ;.., ..
l.,...........; :..s--.
A /
-, ·--
I
........ / -------------1r-0·1· 20·-1 · ir-o:,
c:=-r.::::=-....c.==g=1==::!~====::x::c========::i1-------'-1
-~'
I ~·----·I'---# ,J '"'' "' , .. C•C
Nore
011• DH~I• ID' /11/•t Sll•II COll#l .. f of '"° Stt111dt1rtl
JO ' /111illfore•d Co11cr111 1111,1, CO/II lr11tl1d To11t1Nr II ti
S/1111• lhlit Wit/I TII• A~J•cMI CM, of Tf• r._ 1111111
/1111'HW1~ ind JIH111~ ro,.t!Nr
ti11uon lo.r /11/11 H1ri111 A
l'rorit/1 ,,, ,.. C11111, Woll
II 11 11 Fo,111 A C(J,11 -
20'-I" L•111tll Op•11itt1.
,, Slio,,,, in S1e1io11 A-A .
2-6 lor, Ill 6" C·C ···O,,fr
Woll of Oo11bl1 JO · 1111,,
S11 Orwi111 II~. S-SD I for Fi11i1li1d 111/11 D1l1i/1. c,1111, of
SECTION A-A
STANDARD DOUBLE 10' INLET
CITY of FORT WOIHH, TEXAS-CONSTRUCTION STANOA
DRAWING NO . S-SO 3 OAT[, 0 EC. 1969
>
Q.
Q.
" " Q. c= •
"'
"' .... ...
... ___ _
SECTION
ConJfrucrion Joint
or Corn,,s
A-A
GENERAL NOTES .-
L Mot,riol 011d Workmanslt,p Sholl Conform With
T/11 R1q11ir1m1nt1 ol Fort Worth S1o11d11rd
Sp,cifictlfions for S1ondord Co1tcr1t1 Monho/1s.
2 . Lay1r1 of R11irforc1d s,,,1 N1or111 th lnt1rior
ond c,,,,10, Swloc,s Sholl Ho.,, A Co111r of
2 .. to f/11 C,1111, of Bors , Unl1S1 011,-, .. ,s,
Nol1d.
.J £1COl'Olion for Motilto/1 IO bl tnclud1d in lhl
Unit Pric, 81d for Manllo/1.
-« For o,,oils of R11ltforcin9 of Lo1111r Portions of ,,,,,, s,, Appropritlll Sqvt1r1 Mon/tot, o,1oits. ,. D1plh of Drop ,,,,,, From Finish1d Grodi 10
Flow L i n, of ,,,,,, ;, Voriob/1 . Appro1imot1
D,p:h Will e, Sllown on Plans OI Loca,;on
of ,,,,,, .
6 . All s,ondord Drop ,,,,,,, Sholl Hor, Dn,
Op1n;n9 on Each Sid, Unl1SJ Shown on PJ,,ns.
l'. o.c, ""' e, Roinfo«N Som, As ~· s,,-. -.. ~'
DI/oil No. S-SD 7).
8 . If OCl'rH o.., ,·-o• Al Mt11Mol,, S1,,, Sita/I Bl
Co1u1r11c1,11 ,.., ow, . No. S·SD f .
,,£V(S£0
INLET SIZE T w
2 ' SQUARE 7• 2·-0·
~----"~u~ 7" 4'-o"
5' SQUARE e " 5'-0"
6 ' SQUARE 9 " 6'-o"
7 ' SQUARE 9" 1·-0·
8 ' SQUARE 9" e'-o"
For L o,u, Portion 111 2 ' Sq11or, Drop
Jn/11 Us, R1inl. S111t 01lt1i l1 of ti ' $qua,,
Monllo/1 and Eltm,not, Int,, R ing and
Cot11r .
STANDARD DROP
A
INLET
CITY of FORT WORTH, TEXAS-CONSTRUCTION STANDARD
DRAWING NO . S-SD 5 DATE , DEC. 1969
!l/<'8/81'. J. A.N ./W. ,,.M .
Roadway Base
If Valve Operating ~ut is
More Than 3' Below Pave-
ment Surface -Provide
Extension Stem To 1 1 Below
Pavement Surface,
Detail Pertains to All
Gate Valve Sizes 411 Thru 12 11
ct
Main
r u-,
I I
..L --1.... .:::_,,-.::..
I I
I
McKinley Iron and Steel Co.,
No. YBS three piece valve box
or equal.
~~~-Gate Valve
AND BOX, TYPICAL GATE VALVE
EXTENSION STEM DETAIL
)
1-1-78
FIGURE 3 E 1 -lO Mate r i a I
E 2-/0 Construct ion
[_
, '
I
'
..
Pipe
Size
411
6"
8"
I 0 11
l 2 11
1611
20 11
2411
30 11
3611
42 11
48"
54 11
NOTES:
NUlt: ~earing Mreas snown are oaseo on
150 P.S.J.G test pressure and 3000
P.S.F. soil bearing value.
1500# Concrete
->< ·send
1500# Concrete
HORIZONTAL :BLOCKING TABLE
*Dimension 11 X11 May Vary If Necessary To Provide Bearing
Against Undisturbed Trench Wall
x-·::
Dim.
Ft.
I ..
') • 5
1.5
t.5
) • 5
2
2
2
2.5
2.S
1
3
Lf.O
11 ° -15' 22° -30' 45° 90° Tee & Phi'g. ~
Min. na11. 1r11 n. Max. ,~in. ~~¥:· Min. Max. ~Min. ··Max "A" Arp; Vol II B" Area Vol 11c11 rea · .. 0 .-, Area Vol. "E" ,rea Vol
.90 .Sc .05 .95 .90 .05 .95 .go .05 . 91 .82 .05 I. 1.6 .st .05
, ~90 :ac .os . .95 .90 .os 1. os · 1. 1 O .05 1 .73 1.99 .05 l .19 1.41 ,05
.90 • 8C • 05 .95 .90 .05 1.41 2.00 .;OS 1.86 3.47 • I J.57 2 .4E • l
.90 .Sc .05 J.26 J.60 .05 I. 79 3.20 • 1 2. 18 5.b2 .2 1.99 3. 9E • 15 ·
I. l 0 l.2C .05 1.48 2.30 • l 2. 14 4.50 .2 .2 .83 8.00 .3 2.38 5.65 .2
1.41 2.oc • l 2.00 4.oo • 1 2--.83 s.oo .4 3.75 h. l 0 .65 3. 16 IO. 00 .s
l.77 3. IO .2 2.54 6.20 .3 . 3.52 12.40 :6 , 4.70 ~ .oo l. 15 3.94 15, 55 .75
2. 14 4.so .2S 3.00 1<3.00 .s 4.25 18.10 · .• 95 S.65 ":{l. 00 1.85 4. 76 22. 60 I. 05
2.66 7.1c .55 ·3~78 114. 20 1.0 5.30 28.20 1 .75 · 7.05 't9,80 3 .4 5.91 35. 3~ l. 1
3 •. 33 '. 10.00 • 7c; 4.so ~0.40 1.4 6.~6 cJ0.80 2.65 8.50 :72.00 s. l 7,20 )) • 0( 2.95
1.72 ,~. 8r 1.1 :· c;.2c; 27_,::;.n 2.2 7 .41 -.r:;.in 4. 1 Q.on :n. c;o 7,q 8.30 (9. oc 4. 75
4. 38 l8:38 -1.6 6.oo -~00 2,g 8.48 72',;()0 s.4 I 1. t 4 1as.,;o 10.4 Q.c;o cn.o~ 6. t,;
Lf.00 ~2.5c 4.00 6. 70 45.00 7.00 .. 9./.fo aaoo o.oo 13. 00 ~ 62.0C 16.0C 1 o. 7( Jlsro 12.oc . Minimum areas shown are in square feet. Volumes shown are in cubic yards •
Vertical dimensions of all block bearing areas shall be Identical to the
horizontal dimension shown.
HORIZONTAL BLOCKING DETAIL
1-1-78 FIGURE 9 E - 1 -2 O Mater i al
E-2-20 Construction
r ,.
l'J-""..;:. '.
Class 11 8" (2500#)
#4 Stee J lar
Wrap pipe with
15# roofing felt
Form as necessary
BENDS
*Vol. Req'd.
A
6 B -C . *Vol. Req'd. C: .,..
A -. 8 B . ttl C .,..
Cl *Vol. Req'd. ,-A IO·
C: 10 B .,..
E C 0 z *Vo I. Req'd.
Q) A 0.. .....
12 B a.
C
B
goo 45° 221 /2°
C.F. 39.99 21.64 ll.03
Ft. 2.50 1.42 1.0
Ft. 4.0 3.88 3.36
Ft. 4.0 3.88 3.36
C.F. 71.09 38.47 19.61
Ft. 2.83 l.67 1.5
Ft. 5.0 4.8 3.66
Ft. 5.0 4.8 3.66
C.F. 111.07 60.11 30.65
Ft. 3.25 1. 92 · 1. 75
Ft. 5.9 5.6 4.25
Ft. 5.9 5.6 4.25
C.F. 159.94 · 86.56 44.13
Ft. 4.17 2.42 1.42
Ft. 6.2 6.0 5.54
Ft. 6.2 6.0 5.54
*Volume calculated on the basis of concrete
Keep concrete clear of
pipe joints and bolts
11 l/4°
5.54
0.75
2.75
2.75
9.85
1.0
3.2
3.2
15.40
1.5
3.25
3.25
22.17
1.25
4.2
4.2
reacting thrust on the respective bends under
an internal pressure of 150 psig at the rate
of 150 lb. wt. per cu. ft. of concrete . .
VERTICAL
EXAMPLE
TIE-DOWN
FIGURE
A
BLOCK
I I .. 1 ~1-78
DETAIL
El-20 Material
E2-20 Construction
_,,,.·.
_,..·
MINIMUM 6" INITIAL:--~~~~
BACKFILL COVER
TYPE "c" BACKFILL .
SEE SPEC . El-2.3
MINIMUM 6"--+--+=1~~~
EMBEDMENT
--WATER:
MINIMUM INITIAL BACKFlLL COVER : ---,.~,f,.:...,,.~~
WATER -6"
SEWER -12"
STORM--DRAIN :.:. ·12 " --. --· -
.. -TYPE "C" BACKFILL
SEE SPEC . El-2.3
MINIMUM 6"--1-~~.___,,~
EMBEDMENT
--MATERIAL ·sPECIFICATIONS . -··-
SAND GRADATION __
SIEVE SIZE . -% RETAINED .
1200 100
· -P.1. = 8 OR LESS
CRUSHED STONE GRADATION __
-··-·. . ·.. -·-------
_ SIEVE SIZE .: _ % RETAINED
• :. 1" . : >" -_ : . : -0 -
! f 3/4" 0-15
':. J/8"___ 55-:-90_
) ~ -#4_'.:• .. -... -·· 90-100 ..
_ #8 .. ·: _ · 95-100 -
. ... ·-·-· ...... _ ··-··--,, -------···-····--·--·-··· ---..... .
THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON .THIS
SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH
THE E1-2.4(b) AND El-2.,3 Of3.tlE. G.C.D. AND STD. SPEC .
ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR --
STREET & .STORM DRAIN CONSTRUCTION . ::ALL -OTHE~-~
PROVISIONS OF THESE ITEMS SHALL APPLY. --c·· ----
·-... ··--. .. -. .... ·-· ·--....
~-... -. -~ .. -. ____ : -~::.' .. : . . .. . .
--. -.... , .. ·. ------------. --. -------. -
WATER, SEWER _ & STORM DRAIN
EMBEDMENT . AND :i BACKFILL·_\DETAILS
AGURE A
•
UO}l~O~lSU03 ~I-Z3
l'1!J~1ew t,1-13
:..• \ ··z···· • '(i·-:.. ,,-.Ao .. ..
,-:>d' p
J~~/ Y./."N .#_U,;,f:i,.
()(),fl>? >~d
'' 0_,J ,PV7,1.l7>
., .,Y~ l!I.PiV-> ~vi:,.,
'l-l'.., y .µ, >-:.L
(v"''Y-' ./S.t>.:>•Jcr.J
3'7t:>/YNPh' da'~Qh~.LS
'W 3Yfl9/..:/
'-----;/-Z-.7-.;;,>d"
'/1n/n:,-.;O il'V" . .>/,;n,.r
,~~ p11::>J~,.,....,
,'-'d'.nvd .9'4p-.;J ,y :L -s·y
JO >,J"-"'VO;J ,?_>t'.,1.>/~}r
. ·(/1Jllb,:J
_p;lAO.Jdc/vJO)f:JN -WVlf)/llrfV;/S
/u_10f .:Jf)SD{Pll/_X, feW..IOjcJ./CI
SMOJ z wnw_1u1w G
-/ _,
•'
\_
/.
1 )
UO!~lOJ~SUOl iJl-Z3
1e1.1a:iew iJl-13 (1,All>y., J$~~1J-!t7)
el-1-1
71(')~/IYPh' dt:Yl't7/VV.JS-
;o/ .rt:J'/14'-'-"
'uo_,.,ttPA7)~ 16,M
YS:'~V Mt>/'IU~ .. ii' vo,,~.,.,
~vq.:, 1'JJ3'J:>IH., ,10 ~-"
;/-3 _;, :,/Y '.P&/oy -,~,4'
..,o J'/~, .,-;_,d' Y/.~M'Hr;zy·w
'l~J"A, VtU/
l'f,; V.",,¥-'W o;i J#nl>1> 'J1Mo.:,
. .,,~~,G~:;,
~-?->n.,;1,..v .,.,.,cw ~ 1.1f'~d' ~y.a ...,,.
pi,,1,u{,1~p ~A'"' 4' ,,i ~..,t~c!"t;;~ ""Mr~.9
AJ~>'.,u11 pu1 -'~,'>IM ay,a ~'? ,O~P.'A"'~d ,,.
·.,:~ .. ~z r'"~ ~""'~-'.!' ~1oyv4>H·---"""""
)
Where M.H.1 s are In street
Install two or more courses of
brick .or concrete grade rings
;--,tween casting and top of brick
Jne, or concrete slab.
Where M.H.'s are built
in streets to be paved,
M.H. rim to be set to
proposed paving grade
Use standard
McKin J ey, ·
No. A24 AM. or
Equal M.H. Frame
~,--~-::-:-:--:=-:-:-::~'""'" ......... ----..c;.,,~~_..,........,-=-_.;..~--..a.cd Cover
Use cast Iron Pipe to
First Joint Behind ·
Limit of Excavation
Cone.
F ~ .-. -· .... ,. .c
.µ
\ '-·
Limit of
Excavation
-
l\t l
~
iiii
Thrust Block to
Extend 611 In Al 1
Directions from
Outside Diameter
Cl.
Cl)
Q
Q) -..a
Ill
L
IO >
of Pipe --------J
\..
Cl)
.µ
Cl)
E
IO
Q
Cl) -.0
IO
L
IO >
....._-----Set in Mortar
--r---lnstall M.H. Step
Same as in Standr
M.H.
Push-on Plug
---a,,::...,;..q~---lnstal 1 Nuts
t::l G)
4 1 -011
Required ljr,?ov i de
Stub Extension At
6R?Jof P.E. in M.H •
c::,
) 11/) I
Aw~y from M. H.
Wall on M.J.
Fitting COR-TEN
Bolts
---Concrete
-See
Standard 4 1 Dia.
M. H. Detai 1
Figure 103
•----t,,e--,,,..-i1-----Vertical to 3/4
Grouted Use 4000# Concrete (D
TYPICAL SECTION
Point of Pipe
4 1 dia. for sewer
pipe up to 21 11
dia. 5' dia. for
sewer pipe 21 11 to
39 11 ciia.
STANDARD FO .UR FOOT DROP
ACCESS MANHOLE
FIGURE 107
E 1.:14 Material
E 2-14 Construction
11
...J
<( u a:: >-
1-
0
N
l
8-•4 REBARS TYP.
USE 3000• CLASS A
CONCRETE .
PVt,cT.
CASE 1
CASE 1 :
COLLAR SHALL EXTEND TO
TOP OF 2 : 27 CONCRETE .
C NO REBAR REO. l
CASE 2 :
COLLAR SHALL EXTEND
3" BELOW BOTTOM OF
LOWEST GRADE RING .
C REBAR REO . l
0
4 .0'
FIGURE 121
CONCRETE MANHOLE
DETAIL
-NTS -
,...._t----3.0 " TYP .
0
COLLAR
E1-20, 21 Material
E2-20, 21 Consruction
?\, ij;°'i."> .. ::; ._i .. -, ] ~ ~ :5 ! ! I COMPACTED BENTONITE CLAY OR 2:27 CONCRETE ~ 2' {----:::1 • ------1 -------------t-------\ 1 -------11 f-------, 3 ----------~--------------t---------------------------4MNN .~ .. / .. ;\~~~:~ ... ~~:;-;~:;~:s1~1-- - - - - - - - -r~f.:~:~~.;;~{:)~:;:f:f;~: .. ~;~. CLAY DAM PROFILE EXISTING GROUND COMPACTED BENTONITE CLAY OR 2:27 CONCRETE ~~ 0 <: ...J ~ co 6 0 1--Vl COz w 0. O~o 1--w I--et:: ~ et:: 0 0. 0 • LL VO MINIMUM TRENCH WIDTH -PIPE DIA. CLAY DAM SECTION UNDISTURBED SOIL CITY Of' FOAT WOltlll, 1llAI "RATER DEPARTMENT CLAY DAM CONSTRUCTION H-D-11
Precast Drainage Structures -Standard Junction Boxes
Materials & Features
CONCRETE : 5,000 PSI
Customer to Specify
Opening Size or
Cast-In Ring & Cover
REINFORCING : per ASTM A-615 or A-185
H-20 LOADING
TOP SECTION WEIGHT : 26 ,000 Lbs . (8' x 8' x 5' -8" Top)
BOTIOM SECTION WEIGHT : 26,000 Lbs . (8' x 8' x 5' - 8" Bottom)
K .O.'s as Required
By Customer
9' -4"
-No Scale-
All dimensions subject to allowable
specification tolerances .
TITLE SECTION.PAGE DATE .-a l=============================================t=========t===========l•••
8' x 8' Standard Junction Box
With Variable Depths 7c.9 9-22-04 ·-·Hanson
JUNCTION BOX DETAIL
PRECAST JUNCTION BOX WITH MANHOLE RISER
A. THE DESIGN FOR THE PRE -CAST JUNCTION BOXES
SUBMITTED WITH THIS PROJECT SHALL BE SIGNED
AND SEALED BY A REGISTERED PROFESSIONAL
ENGINEER LICENSED IN THE ST ATE OF TEX AS .
THE DESIGNS SUBMITTED SHALL BE SPECIFICALLY
FOR EACH JUNCTION BOX INCLUDED IN THIS
PROJECT. DESIGN SHALL INCLUDE, BUT NOT BE
LIMITED TO, SPECIFICATION OF CONCRETE
STRENGTH, WALL THICKNESS, ALL OTHER
PERTINENT DIMENSIONS, REINFORCING STEEL, BAR
SIZE AND SPACING.
B. THE 8 1 X 8 1 JUNCTION BOXES SHALL HAVE
ST AND ARD MANHOLES SET VERTICALLY ON TOP
TO BE UTILIZED AS ACCESS POINTS. THE
MANHOLE OPENING SHALL BE CENTERED BETWEEN
THE INCOMING/OUTGOING SANITARY SEWER LINES.
A 6 11 HEIGHT X 5 1
-4 11 DI AME TE R CURB
SHALL BE FORMED AROUND THE CIRCULAR
OPENING ON THE JUNCTION BOX TOP TO SECURE
PLACEMENT OF THE MANHOLE. CURB SHALL BE
DOWELED INTO THE JUNCTION BOX TOP.
CONTRACTOR SHALL COORDINATE THE
AFOREMENTIONED DETAILS WITH THE PRE -CAST
BOX FABRICATOR.
C. THE JUNCTION BOX SHALL BE GROUTED ALONG
THE BOTTOM TO ADEQUATELY CONVEY FLOW AND
ENSURE PROPER DRAINAGE FROM THE INCOMING
SANITARY SEWER THROUGH THE JUNCTION BOX
AND INTO THE OUTGOING SANITARY SEWER.
D. THE DETAILS INCLUDED HEREIN ARE AS OBTAINED
FROM HANSON PIPE & PRODUCTS, INC. THE
PRE -CAST JUNCTION BOXES SHALL BE HANSON OR
APPROVED EQUAL, TO BE REVIEWED AND
APPROVED BY THE PROJECT ENGINEER.
STANDARD 41 DIA. MANHOLE
611 CONCRETE CURB
DOWELED INTO
PRECAST JUNCTION
BOX LID
GROUTED FLOWLINE
MIN . SLOPE = 2/
THROUGH
SANITARY SEWER
JUNCTION BOX
/
GROUT TO~
FORM BENCH \
SANITARY SEWER JUNCTION BOX
PROFILE DETAIL
\'XS' JUNCTION BOX
8'X8'
JUNCTION~
GROUT TO
FORM BENCH
MANHOLE
OPENING ~ ,,,.,,.,-----------,
I
I
I
I
I
\
\
\
I
/
/
\
\_
"-
GROUT TO
FORM BENCH
SANITARY SEWER JUNCTION BOX
PLAN DETAIL
OUTGOING SS
6 -Contracts, Bonds and
Insurance
6.1 -Certificate of Insurance
6.2 -Contractor Compliance to
Workers' Compensation Law
6.3 -Conflict of Interest
Questionnaire
6.4 -Performance Bond
6.5 -Payment Bond
6.6 -Maintenance Bond
6. 7 -City of Fort Worth Contract
.
• .. '
CERTIFlCATE OF INSURANCE
TO: CITY OF FORT WORTII Date~
NAME OF PROJECT: Storm Drainage Improvements and Water and Sanitary Sewer Replacement for R o b in-
Denver Storm Drain Reconstrnction (P'roiect o. 00086)
PROJECT NUMBER: C200-20228000086/P258-7021700086/P6021700086
IS TO CERTIFY THAT: Laugbley Bridge and Comtruction, Inc.
is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker's Comoensation
Comprehensive General Bodily Injury:
Liability Insurance (Public Ea. Occurrence: $
Liability) Property Damage:
Ea _ Occurrence: $
Blasting Ea. Occurrence: $
Collapse of Building or
structures adjacent to Ea. Occurrence: $ ---excavations
Damage to Underground
Utilities Ea. Occurrence: $
Builder's Risk
Comprehensive Bodily Injury:
Automobile Liability Ea. Person : $
Ea . Occurrence: $
Property Damage:
Ea. Occurrence: $
Bodily Injury:
Contractual Liability Ea. Occurrence: $
Property Damage:
Ea . Occurrence: $
Other
Locations covered:--=-----,-------------------------------
Description of operations covered:-----------------------------
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
thereto attached.
The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy.
Agency Insurance Company: __________ _
~F"""ort~W,..;o,,,rth--""-'A'---=gen=t-------------By _________________ _
Address ________________ _ Title _______________ _
CONTRACTOR COMPLIANCE W ITH
WORKERS' COMPENSATfON LAW
Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it
provides workers' compensation in surance cove rage fo r a ll of its e m ployees employed on City
of Fort Worth Department of Engineering No.4895 a nd C ity of Fo rt W orth Proj ect No . C200-
20228000086/P258-7021700086/P6021700086.
STA TE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
Laughley Bridge and Construction. Inc.
By U1~U\
Name : C~E ~~~y
Title : ~1D~
Da te : 't ( U"1 10 '1
C, Before me, the undersigned a utho rity , on this day personally appeared
~ ~·\Aw.\\:~, kn own to me to be the pe rson whose name is subscribed to the
foregoing instrumenilnd acknowledged to me tha t he execu ted th e same as the act and deed
of Laughley Bridge and Construction. Inc. for th e purposes and consideration therein
expressed and in the capacity there in stated.
Given Under My Hand and Seal of Office th is~_l29_ day of --1...:::..::::.+--'---' 2o _Q_9_.
[l
[1
D
[1
0
D
0
0
fJ
0
0
0
rJ
D
[]
D
D
0
[I
PERFORMANCE BOND
Bond No . TXIFSU0506923
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OFT ARRANT §
. Th~ . reY· ( 1) Laue.big BridfOD an .d Constnaction, , Inc. as Principal herein, and ( 2)
JBt1fi?a'}}h~1fofilp~nW , a corporation organized under the laws of the State of (3) New Jersey , and who is
authorized to issue surety bonds in the State of Texas, Surety herein. arc held and firmly bound llllto the City ofFort
Worth, a municipal corporation located in Tarrant and Denton Counties. Texas. Obligee herein, in the smn of:
One Million Seven Hundred Seven Thousand Four Hundred Forty~igbt and no/100,--.. ----·---···-...
(Sl.707,.US.OO) Dollars for the payment of which sum we bind ourselves. our heirs. executors. administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has entered into a certain contract with the Obligee dated th~JUL 6r8 20 P~oo9 a
copy of which is attached hereto and made a part hereof, for the construction of:
Storm Drainage Improvements and Water and Sapitan Sewer Rglaccment for Rob•Denver Storm Drain
Reconstradioll (Proied Na. 00086)
NOW THERE.FORE, the condition, of this obligation is such, if the said Principle shall faithfully perform
the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which O>ligee may suffer by IC3SOJl of Principal's default, and
reimburse and repay Obligee for all outlay and e."qJCDSe that Obligee may incur in making good such default, then
this obligation shall be void; otherwise, to remain in full fon:e and effect.
[J
D
D
D
0
0
D
0
D
B
D
D
[l
[l
D
0
PROVIDED, HOWEVER. that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be detennined in accordance with the provisions of such
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this ...J.uk f 2 8 ZQQi.
ATIEST~
(SEAL)
P.O . Box 123800, Ft. Worth. TX 7612)
ATIBST ~a
(Surety) Secretuy
(SEAL) ---,.,..
.-. -
---Witness as Surety Beverly M. Triml:ile
12770 Coit R ., Ste . 750, Dallas, TX 75251
(Address)
Laughley Bridge and Construction, Inc.
PRINCIP;'}L (4~) !
BY: Cu..(_£1
C
Title: \?MJ>\~
PO Bos. 123800
Fort Worth, TX 76121-.1800
(Address)
International Fidelity Insurance Company
Smety
av: I' 1 ~,.Ao1,lurulJ4Jt5ol< ~-
Cynthia Wa ~(Attorney-in-fact) (5)
One Newark Center, 20th Floor
Newark, NJ 07102 (800) 333-4167
(Address)
NOTE: Date of Bond must not be
prior to date of Contract
(l)
(2)
(3)
Correct Name of Contractor
Correct name of Surety
State of incorporation of Surety
Telephone nwnber of surety must be stated.
In addition, an original copy of Power of
Attorney shall be attached to Bond by
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract.
[1
D
D
0
D
0
D
0
D
0
0
0
D
0
D
D
0
Li
D
THE STATE OF TEXAS
COUNTY OFT ARRANT
§
§
§
PA YMENf BOND Bond No . TXIFSU0506923
KNOW ALL BY THESE PRESENTS :
Thal we. (1) Laugbley Bridge and Construction, Inc., a.1 Principal herein, and (2) International Fide lity
In sura nc e Company, a corporation or~ and existing under the laws of the State of (3) New Jersey as
surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tanant and
Denton Counties, Texas, Obligee herein, in the amount of One Million Seven Hundred Seven Thousand Four
Hundred Forty-eight and P9{100--------Dollars CSl,707,448.00) for the payment whereof. the said
Principal and Surety bind themselves and their heirs, e."ecutors. adminisb'alors, suc:ceswrs and as&gns, jointly and
severally, finnly by these presents: JUL 2 8 2009
WHEREAS. the Princi pal has entered into a certain written contract with the Obligee dated the __ day of
_. 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied
at length. for the following project:
Storm Drainage Improvements and Water and Sanitm.Sewer Replacement for Robin-Denver
Storm Dnia RetOlllh'adioll (Proied No. 00086)
NOW, THEREFORE, THE CONDITION OF nus OBLIGATION IS SUCH. that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253. Texas Government Code, as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void; otherwise, to remain in full force and effect.
PROVIDED. HOWEVER that this bond is executed pursuant to Chapter 22.53 of the Texas Governme';}t ·
Code, as amended, and all liabilities on this bond shall be determined in aa:ordancc with the provisions of said
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF. the duly autbori:zed representatives of the Principal and the Surety have
executed this instrument. JUL 28 2009
SIGNED and SEALED this_ day ot: 2009.
(SEAL)
laughley Bridge ang
Construction, Inc.
PRINCIPAt (} I
By : c_ (I\Ji. ,~
Name: C,,lk!Yh@ E -~lkl:<-7
Title: 1>~11'.>~
Address: PO Box 123800
0
0
D
0
0
0
0
0
u ~~ as ri ncipal
Fort Worth, TX 76121 -3800
International Fidelity Insurance Company
SURETY
ATTEST:
s~»&t&:
By: ~v;1n.1fJ«,,L>Jalt,~
Name: Cynthia Watson Fowler
Attorney in Fact
~ .. -.-
·· .-····· ~1$ &A L)
~
' .··... ..,. J • . --· -. _..._. ... -.,;---....... ,.. ~
~ =-~-~ ,...:=
[\
n
0
D
0
D
0
l]
Address: One Newark Center, 20th Floor
Newark, NJ 07102
Telephone Number: (800) 333-4167
(1) Correct name of Principal (Contractor}.
(2) Correct name of Surety.
(3) State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
0
'.o
D
0
D
n
0
D
0
0
0
D
u
0
D
0
0
[\
0
MAINTENANCE BOND
TIIE STAIB OF IBXAS § B ond No. TXIFSU0506923
COUNTY OFT ARRANT §
That Laughlev Bridge and Construction, Inc. C-Contractor"), as principal, and International Fidelity
Insurance CompanY. a corporation organized under the laws of the State of New Jersey , {"Surety''), do
hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal
Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant
County, Texas, the sum of One Million Seven Hundred Seven Thousand Four Hundred Forty-eight
and no/100 ......................................................................................................................... Dollars
($1,707,448.00}, lawful money of the United States, for payment of which sum well and truly be made
unto said City and its successors, said Contradar and Surety do hereby bind themselves, their heirs,
executors, administrators, assigns and successors, jointly and severally.
This obligation is conditioned, however, that
WHEREAS, said Con~or has this day entered into a written Contract with the City of Fort
Worth, dated the ~ f ~ = a copy of which is hereto attached and made a part hereof, for
the performance of the following described public improvements: ,
Storm Drainage Improvements· and Water and Sanitary Sewer Replacement for Robin-Denver
Storm Drain Reconstruction (Proiect No. 00086)
the same being referred to herein and in said . contract as the Work and being designated as project
number(s) C200-202280000861P258-7021700088IP60217000S6 and said contract. including all of the
specifications, conditions, addenda, change orders and written instruments referred to therein as
Contract Documents being incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2l vears; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary; and,
[l
0
D
0
D
0
D
0
El
0
[I
D
LI
0
El
[]
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Wort< as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain, repair or reconstruct said Work in accordance with all the tenns and conditions of said
Contract, these presents shall be null and void, and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and suc:cessive recoveries may be had hereon
for successive bread"les until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in! counterparts, each of which
shall be deemed an original, this_ day of_. A.0 .2009.
ATTEST:
(SEAL)
~-~
SecretU~
JUL 28 2009
Laughley Bridge and Construction, Inc. :c~
Name: c: (~ J lA:<.k l*7
Trtfe: ])~ \?~
,.
Internatio nal Fidelity Insurance Company
Surety
By:
Name: Cynthia Watson Fowler
Title: Attorney-In-Fact
One Newark Center, 20th Floor
Newark, N J 07 102
Address
Tel(973)624-7200 POWER OF ATTORNEY
INTERNATIONAL FIDELITY INSURANCE COMPANY
HOME OFFICE : ONE NEWARK CENTER, 20TH FLOOR
NEW ARK, NEW JERSEY 07102-5207
KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing
laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constirute and appoint
CYNTHIA WATSON FOWLER, CONNIE JEAN K.REGEL, LLOYD RAY PITTS, JR., BEVERLY M. TRIMBLE,
JEFFREY TODD MCINTOSH
Dallas, TX.
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and
other writings obligatory m the narure thereof, which are or may be allowed, required or permitted by law, starure, rule, reg_ulation, contract or otherwise, and
the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE
COMPANY, as fully and amply, to all intents and purposes , as if the same had been duly executed and acknowledged by its regularly elected officers at its
principal office.
This Power of Attorney is executed , and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By-Laws adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974 .
The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority
(1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and
undertakings , contracts of indemnity and other writings obligatory in the narure thereof and,
(2) To remove, at any time, any such attorney-in-fact and revoke the authority given.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting
duly called and held on the 29th day of April, 1982 of which the following is a true excerpt:
Now therefore the signarures of such officers and the seal of the Company may be affixed to any such rower of attorney or any certificate relating thereto by
facsimile , and any such power of attorney or certificate bearing such facsimile s1gnarures or facsimile sea shall be valid and binding upon the Company and any
such power so executed and certified by facsimile signarures and facsimile seal shall be valid and binding upon the Company in the furure with respect to any
bond or undertaking to which it is attached .
IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this irlstrument to be
signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007 .
STATE OF NEW JERSEY
County of Essex
INTERNATIONAL FIDELITY INSURANCE COMPANY
~~~
Secretary
On this 16th day of October 2007, before me came the individual who executed the preceding instrument, to me J>ersonally known, and, being by me duly
sworn said the he 1s the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to
said imtrument is the Corporate Seal of said Company; that the said Corporate Seal and his signarure were duly affixed by order of the Board of Directors of
said Company.
IN TESTIMONY WHEREOF , I have hereunto set my hand affixed my Official Seal,
at the City of Newark, New Jersey the day and year first above written.
CERTIFICATION
A NOT ARY PUBLIC OF NEW JERSEY
My Commission Expires Nov. 21, 2010
I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the
Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney. with the ORIGINALS ON
IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power
of Attorney bas not been revoked and is now in full force and effect ·
IN TESTIMONY WHEREOF , I have hereunto set my hand this "day of JUL 28 ~9 _ . ~~;f(~~
Assistant Secretary
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call International Fidelity Insurance
Company's toll-free telephone number for information
or to make a complaint at:
1-800-333-4167
You may also write to International Fidelity Insurance
Company at:
Attn: Claims Department
One Newark Center, 20th Floor
Newark, NJ 07102
You may contact the Texas Department of Insurance
to obtain information on companies, coverages, rights
or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium
or about a claim you should contact the (agent)
(company) (agent or the company) first. If the dispute
is not resolved, you may contact the Texas Department
of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not
become a part or condition of the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter una queja:
Usted puede Hamar al numero de telefono gratis de
International Fidelity Insurance Company's para
informacion o para someter una queja al:
1-800-333-4167
Usted tambien puede escribir a International Fidelity
Insurance Company:
Attn: Claims Department
One Newark Center, 20th Floor
Newark, NJ 07102
Puede comunicarse con el Departamento de Seguros de
Texas para obtener informacion acerca de companias,
coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de Texas:
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el (agente) (la
compania) (agente o la compania) primero. Si nose
resuelve la disputa, puede entonces comunicarse con el
departamento (TDI).
UNA ESTE A VISO A SU FIANZA DE GARANTIA:
Este aviso es solo para proposito de informacion y no
se convierte en parte o condicion del documento
adjunto.
THE STATE OF TEXAS
CITY OF FORT WORTH. TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OFT ARRANT
JUL 28 2009
This agreement made and entered into this the __ day of __ AD ., 20Q2, by and between the
CITY OF FORT WORTH, a municipal corporation of Tarrant Cmmty, Texas, organized and existing
under and b y virtue of a special charter adopted by the qualified voters within said City on the 11 th day of
December, AD . 1924, under the authority (vested in said voters by the "Home Rule" provision) of the
Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City
Council of said city , and the City of Fort Worth being hereinafter termed Owner, Laughley Bridge and
Construction, Inc., HEREINAITER CALLED Contractor.
WITNESSEfH: That said parties have agreed as follows :
1.
That for and in consideration of the payments and agieements hereinafter mentioned to be made
and performed b y the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows :
Storm Drainage Improvements and Water and Sanitary Sewer Replacement for Robin-Denver Storm Drain
Reconstruction {Proiect o. 00086)
2 .
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein.
3 .
The Contractor hereby agrees and binds himself to commence the construction of said w ork
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth .
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the insP-ection and a roval f_.
OFFICIAL RECORD
ITV SECRETAR
T. WORTH, TX
the Department of Engineering of the City of Fort Worth and the City Counci I of the City of Fort Worth
within a period of 150 working 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 become due him, the
sum of $420 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety
shall be liable to the Owner for such deficiency .
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost .
6
Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the
project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss, property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents , employees, subcontractors, licensees or invitees, whether or not any such iniury 1
damage or death is caused, in whole or in part. by the negligence or alleged negligence of
Owner, its officers, servants, or emplovees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such injury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers.
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7 .
The Contractor agrees, on the execution of this Contract, and before be'E,~· "-',I-',.-.,..
execute and deliver to said City of Fort Worth good and sufficient surety bonds £
performance of the terms and stipulations of the Contract and for the payment to all claimants o C -·'1>"¥'1LO
l l
and/or materials furnished in the prosecution of the work, such bonds being as provided and required in
Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract
Documents, and such bonds shall be for I 00 percent of the total contract price, and said surety shall be a
surety company duly and legally authorized to do business in the State of Texas, and acceptable to the
City Council of the City of Fort Worth .
8.
Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be One Million Seven Hundred Seven Thousand Four Hundred Forty-eight and
no/100 ................................................................................................................... Dollars, ($1,707,448.00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering .
10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein .
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in §.
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 8 counterparts with its co~rate seal attached .
-'JUL 2 8 2u09
Done in Fort Worth, Texas, this the __ day of __,_A.D ., 2009.
------. I OFF ICIAL RECOR
ITV ECRETA l FT. WORTH, T~
APPROVAL RECO MMENDED:
~I~
D IRECTOR, DEPARTMENT OF
TRANSPORTATION/PUBLIC W O RKS
ATTEST:
Laughley Bridge and Construction, Inc.
PO Bo x 123800
Fort Worth, TX 76121-3800
C ONTRACTOR
BY Ch~,1\
ff\.m,c,~
TITLE
~-0 . ~ rz,3,e co
y~ yJ c~ J]l 11£ \2,f
ADDRES S
November 1960
Revised May 1986
Revised September 1992
CITY O F F ORT WOR H
FERNANDO COSTA, ASST CITY MANAGER
CITY SECRET ARY
(S E AL)
contract Autho ri zatioa
1 )aJ }Dj
Date
APPROVED AS T O F ORM AND
L EG ALITY:
,ITV E
i:r. WORTH. T
7 -Permits
7.1 -TxDOT Permits
7.2 -Railroad Permit(s)
7.3 -Other Permit(s)
8 -Easements
8.1 -Easements
Rob;n-Denver Storm Drain Project (AVO 23080)
Pa'rcel # 1
Doe#4895
1716 Denver Avenue
Lot-14, Blk-118, North Fort Worth Addition
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT SEWER AND DRAINAGE (PIPE) FACILITY EASEMENT
DATE: JUNE 25, 2008
GRANTOR: ESTEBAN RAMOS
GRANTOR'S MAILING ADDRESS (including County):
1716 DENVER AVE
FORT WORTH, TARRANT COUNTY, TEXAS 76106
GRANTEE : CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged
PROPERTY: Being a 10 O' Permanent Sanitary Sewer and Storm Drain Easement out of Lot 14
Block 118, North Fort Worth , and addition to the City of Fort Worth, Tarrant County, Texas as
recorded in Volume 63 , Page 149, of the Plat Records of Tar~ant County, Texas , said Lot 14 being
deeded to Esteban Ramos as recorded in Volume 6799 , Page 743, of the Deed Records of Tarrant
County, Texas·, said 1 DO ' Permanent Sanitary Sewe r and Storm Drain Easement being more
particularly described in Exhibits "A" and "B".
Granter, for the Consideration paid to Granter and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual
easement for the construction, operation, maintenance, replacement, upgrade , and repair of a
Permanent Sewer and Drainage Facility, hereafter referred to as "Facility" The Facility includes all
PERMANENT WATER FACILITY EASEMENT
Rev . 06/2008
incidental underground and aboveground attachments, equipment and appurtenances, including ,
but not limited to manholes, manhole vents, lateral line connections , pipelines , junction boxes ,
inlets, flumes , headwalls , wingwalls, slope pavement , gabions, rock rip --rap and other erosion
control measures in , upon , under and across a portion of the Property and more fully described in
Exhibit "A" attached he reto and incorporated herein for all pertinent purposes, together with the right
and privilege at any and all times to enter Property , or any part thereof, for the purpose of
constructing , operating , maintaining, replacing , upgrading , and repairing said Facility
In no event shall Granto r (I) use the Property in any manne r which interferes in any material way or
is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building , including, but not limited to , monument sign ,
pole sign, billboard , brick or masonry fences or walls or othe r structures that require a building
permit, or any structure not requiring a building permit but which may threaten the structural
integrity or the capacity of the storm drain and its appurtenances . However, Grantor shall be
permitted to maintain any existing concrete driveway or road on the Property . Grantee shall be
obligated to restore the surface of the Property at Grantee's sole cost and expense , including the
restoration of any sidewalks, driveways , or similar surface improvements located upon or adjacent
to the Easement which may have been removed , relocated , altered, damaged , or destroyed as a
result of the Grantee's use of the easement granted hereunder . Provided , however, that Grantee
shall not be obligated to restore or replace irrigation systems or other improvements installed in
violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement , together with all and singular the rights
and appurtenances thereto in anyway belonging unto Grante e, and Grantee's successors and
assigns forever ; and Grantor does hereby bind itself and its successor and assigns to warrant and
fo rever defend all and singular the easement unto Grantee , its successor and assigns , against
every person whomsoever lawfully claiming or to claim the same , or any part thereof.
When the context require s, singular nouns and pronouns includ e the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
PERMANENT WATER FAC ILITY EASEMENT
Re v. 06/20 08
GRANTOR:
Esteban Ramos
STATE OF TEXAS §
COUNTY OF TARRANT §
GRANTEE : City of Fort Worth
Fernando Costa
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY
\,,[l\,LD kA ~ ·Mva4
Assistant City Attorney
ACKNOWLEDGEMENT
BEFORE ME , the undersigned authority, a Notary Public in and for the State of Texas, on
this day personally appeared .,Es -1-etSl+,rJ 1?4-,m os · , known to me to be the same
person whose name is subscribed t o the foregoing instrument, and acknowledged to me that the
same was the act of ks:/e,s,'h.J .ia-nn,s and that he/she ex ecuted the same as
th e act Of Said .k:5 6:-4 4--p Jf'4771"S for the purposes and
consideration t herein expressed and in the capacity t herein stat ed .
GIVEN UNDER MY HAND AND S EAL OF OFFICE this /D d ay of
--,'-!~-----__ , 2ooi
Notary Public in andfohe State
P ERMANENT WATER FAC ILITY EASEMENT
Re v 06/2008
ACKNOWLEDGEMENT
STA TE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME , the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Fernando Costa , Assistant City Manager of the City of Fort
Worth, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the City of Fort Worth and that he/she
executed the same as the act of the City of Fort Worth for the purposes and consideration therein
expressed and in the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this
JiUDGritlin
1,andAgent
HETIIELANE
MY CO MMISS ION EXPIRES
July 26, 2011
C·,"' of fort Worth 1 •;; nP.ml S ~''f!~S Rea\ Proi:-:"0e,"ar:UI'*'1 ~ . Engmeenng ~J,:;;., •,lit~'~. j!)l M nroe .;n.o ~"' "-~" ·"' .1.1.1oz 900 ""~ .... 0
\.,. ,r~..,; rji0~9.].'.'V_ ... , -Fort :nui·..,. sl-'5<l"X"" ~ ...
PERMANENT WATER FACILITY EASE M ENT
Rev 06/200 8
·-cl(
JI/ day of
RQBIN-DENVER STORM DRAIN PROJECT (AVO 23080)
0.0.E. No. 4895
1716 DENVER AVENUE
LOT 14, BLOCK 118, NORTH FORTWORTH
EXHIBIT "A"
B e ing a l O O' Permane nt Sanitary Sewer and Storm Drain Easement out of Lot 14, Block 118 of North Fort
Worth, an addition to the City of Fort Worth, Ianant County, Texas as recorded in Volume 63, Page 149 of
the Plat R ecords of I au ant County, Texas, said L o t 14 be in g d eeded to E steban Ramos as rec01ded in
Volume 6799, Page 743 of the D eed Records of Tarrant County, Texas, said 10 O' P e rmanent Sanitary Sewer
and Storm Drain Easement being more partic ul arly described by metes and bounds as follows :
COMMENCING at a 5/8 inch iron rod found for the west corner of Lot A, Block 118 of N01th For t Worth,
a n addition to the City of Fort Worth, Tacrant County, Texas as recorded in Volume 309, Page 40 of said Plat
Records of Tarrant County, Texas, said 5/8 inch iron rod being the intersection of the northeast right-of-way
line of Denver A venue (an 80 O' right-of-way) with the southeast right-of-way line of Park Street (a 100 O'
1ight-of-way); THENCE South 45 degrees 00 minutes 00 seconds East (Reference Bearing), with the
southwest line of said Lot A and with the northea st right-of-way line of said D e nver Avenue, a distance of
100 .00 feet to a 1/2 inch iron rod fo und fo r the south corner of said Lot A, said 1/2 inch iron rod being the
in te rsection of the northeast ri ght-of-way line of sa id Denve1 Avenue with the northwest right-of-way line of
a 10 O' a ll ey (as shown on said pl at); THENCE So uth 45 degrees 00 minutes 00 seconds East, with the
northeast right-of-way line of said D enver Avenue, .a di stanc e of 10 00 feet to the POINT OF BEGINNING;
THENCE North 45 degrees 00 minutes 00 seconds East, wi th the northwest line of sai d Lot 14 and with the
south east right-of-way line of said 10 O' a ll ey, a di sta nce of 140 00 feet to a point for corner, said
point being the nort h com e r of said L o t 14 , said point a lso b e ing the intersection of the southeast
right-of-way line of said 10.o' a ll ey with the southw est ri ght-of -way line of a 21 J ' a ll ey (as
s hown o n said plat);
THENCE South 45 degrees 00 minutes 00 seconds East , with the northeast l ine of said Lot 14 and with th e
southwest right-of-way line of said 2 L 3' alley, a distance of 10 .00 feet to a po int fo1 come,;
THENCE South 45 degrees 00 minutes 00 seconds West, a distan ce of 140 00 feet to a point for corne1,
s aid po int being in the southwest line of said Lot 14 , said point also being in the northeast right-
of-way line of said Denver Avenue;
THENCE North 45 degiees 00 minutes 00 seconds W est, a distance of 10.00 feet to the POINT OF
BEGINNING , and conta ining 1,400 s qu are feet o r O 032 acres of land, more o r less
Date: May 2 1, 2008
~-~
W . Truett Wilson
R egistere d Professional Land Surveyor
No . 5124
Page4 of 5
EXHIBIT "B"
LINE TABLE
~ LOT 11
'
LINE BEARING . DISTANCE
L-1 S 45'00'00"E 10.00'
L-2 s 45·oo·oo "E 10.00'
L-3 N 45·oo·oo"w 10.00·
40 20 0 40 ~,-,-----,,
LOT SCALE IN FEET
City ot= Fort Worth
1000 THROCKMORTON STREEf FO RT WORTH . TEXAS 761 02
EXH IBff SHOWING
A
10 O' PERMANENT SANI TARY SEWER
AND STORM DRAIN EASEMENT
OUT OF
LOT 14, BLOCK 118 OF NORTH FORT WORTH
AN ADDffiON TO
THE CITY OF FORT WORTH. TARRANT CO UNTY . TEXAS
AS RECORDED IN
VOLUME 63, PAGE 1 49
OF THE
PLAT RECORDS OF TARRANT COUNTY, TEXAS
PROJE CT: ROBIN -DENVER STORM DRAIN PROJECT AVO 23080 D.O.E. No.: 4895
EASEMENT ACQUIS ITION AREA 1 400 SQUARE FEET OR 0 .032 ACRES
JOB NO . 0504-161+ DRAWN BY: DP GADD FlLE: t614ESMT.DWG
DATE: t.l AY 2 1, 2008 PAGE 5 OF 5 SCALE: 1 • = 40'
GORRONDONA & ASSOC IATES, INC . • 6707 BREr-fTWOOO STAI R ROAD, SUrrE 50 FORT WORTH, TX . 76 1 12 • 817-496-1424 FAX 817-496-1768
CITY OF FlW
900 MONROE ST SUITE 302
FT WORTH TX 76102
Submitter : CITY OF FORT WORTH/ENGINEERING REAL PROPEi
SUZANNE HENDERSON
TARRANT COUNTY CLERK
TARRANT COUNTY COURTHOUS E
·100 WEST WEATHERFORD
FORT WORTH, TX 76196 ~040 1
DO NOTDESTROY
WARNIN G. ~ ... THIS IS .. PART OF.TH E OFFICIAL RECORD._
Filed For Re gi stratio ri : 07/15/200 8 09 :24 AM
Instru m ent #: D208274286
E i PGS $36.00
By: ____________ _
I 1111111111111111 Hiil lllll ll JII IIIII IIIII IIHI 1111111111111
D208274286
A NY PROVISION WHICH RESTRIC T S THE SALE, R ENTAL O R USE
OF THE DESCRIBED REAL PROPER.TY BECAUSE OF COLOR OR
RACE IS JNVAUD AND UNENFORCEABLE UNDER FEDERAL LAW.
Printed by : MV
I I
l
I
I
!
VICINITY MAP
/
LOT 7
ALFREDO & MADALENA CALVILLO
1713 GOULD AVENUE
VO LUME 7460, PAGE 2385 /
D.R.T.C.T. /
/
~/
' '
LOT
EXHIBIT
'
1 o.o· PER MANENT
STOR M DRA IN EA SEMENT
1,400 SQ . FT. OR 0.032 AC .
LOT 6
'
"B"
""
/
/
/
/
40
I
LINE
L-1
L-2
L-3
L-4
' '
/
/
/
LOT 3
20
I
LINE TABLE
BEARING DI STANCE
N 45·oo ·oo"w 20 .00·
s 45·oo·o o"E 10 .00'
s 45·oo ·oo "E 20.00'
N 45·oo·oo"w 10.00'
' '
~
' '
0 40 1--~,
SCALE IN FEET
NOTE: All BEARINGS ARE BASED ON NORTH FORT WORTH, AN
ADDITION TO THE Cl1Y OF FORT WORTH, TARRANT CO UNTY
TEXAS AS RECORDED IN VOLUME 63, PAGE 149 OF THE
PLAT RECORDS OF TARRANT COUNTY, TEXAS .
Fo.JtfJO.JI'H City oF Fort
1000 THROCKMORTON STREET FORT WORTH. TEXAS 76102
Worth
EXHIBIT SHOWING
::~0/::~~:E~~ :i!R~;::N F:~E~::~H /-:, -.· 'ti
THE CITY OF F~;:j1~}i~iA~:g COUNTY. TEXAS ,~{ttt:~i:i~~
PlAT RECORDS OF TARRANT COUNTY. TEXAS ~.tIC ... )j/~
-'--'PR"'-O=J=E=C..:.cT:"-R'-"O=B.;..;.IN'----=D=Ec:....:N...:..VE=R..:..-=S:....:.T=OR'""Mc.:.:.......:D=-cR=A=IN.:......,..P..:..;R=O=JE=C=-'T-'-'A..:...V:....::0:..-.::2.=..30=8=0:.L-L...::;D..:....O::...:.·=E.'---'-'-N..:...o·..:...: _4"""8'-"9-"'5~ ~~
.-~EA_S~E=M=E~N~T_A_C~Q~U~IS~ITI~O~N_A_R-rE~A~l _40~0~S~Q~U~A~RE~F~E=ET~O~R-O--=. 0~3=2~A~C~R=E=S-,----------1W . TRUETT WILSON
-...::J..::.O;;..B...;.Nc.::O..:.. . ...::0.::.5D=-4:....-...;.1..::.6..:..14'-------+-"'DRA..:.;.;.:W.:..:cN....:BY::..:..:...: -=D..:..P ______ -4..:CA::..:D:::.:D~Fl:.:LE=:_1;..:6:..:.1.;.:4ES=MT-" . .::.DW"-G"----REGISTERED PROFESSIONAL LAND SURVEYOR
DATE : MAY 21, 2008 PAGE 5 OF 5 SCALE : 1" = 40' NO . 5146
GORRONDONA & ASSOCIATES, INC . • 6707 BRENlWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX . 76112 • 817-496-1424 Ff>:/-817-496-1768
Robin-Denver Storm Drain . Project (AVO 23080)
Parcel# 2
Doe# 4895
1707 Gould Avenue
Lot-5, Blk-118, North Fort Worth Addition
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT DRAI NAGE FACILITY EASEMENT (Pipe)
DATE : JUNE 25, 2008
GRANTOR: EDUARDO D. GONZALEZ
GRANTOR'S MAILING ADDRESS (including County):
1707 GOULD AVENUE
FORT WORTH, TARRANT COUNTY, TEXAS 76106
GRANTEE : CITY OF FORT WORTH
GRANTEE 'S MAILING ADDRESS (including County):
1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION , Ten Dollars ($10 00 ) and other g oo d an d valuable considera t ion , the
receipt and suffi c iency of which is hereby acknowledged .
PROPERTY : Being a 10 .0 ' P e rm a ne nt Sanitary S e wer and Storm Drain Eas e ment out of Lot
5. Block 118 , North Fort W orth , an d add ition to the City of Fort W orth , Tarrant County , Te xas as
recorded in Volume 63 , Page 149 , of t he Plat Records of Tarrant County , T e xas , said Lot 5
being deeded to Eduardo D . Gonza les as recorded in County Clerk 's F ile No . 0206125962 , of
the Deed Records of T arrant County , T e xas , said 10 .0 ' Permanent Sanitary Sewer and Storm
Drain Easement be ing more particularly described in Exhibits "A " and "8''.
Grantor, for the consideration paid to Grantor and other good and valuable consideration ,
hereby grants, sells , and conveys to Grantee , its successors and assigns , an exclus ive ,
perpetual easement for the construction , operation , maintenance , replacement, upgrade , and
PERMANE NT DRA INAG E FA CILITY EASE ME NT (P ipe)
Re v. 06 /2008
repa ir of a Pe rmanent Drainage Facility , hereafter referred to as "Facility " The Fac il ity includes
all incidental underground and aboveground attachments , equipment and appurtenances ,
including , but not limited to manholes, pipelines , junction boxes , inlets , flumes , headwalls ,
wingwalls , slope pavement, gabions , rock rip-rap and other erosion control measures in , upon,
under and ac ross a portion of the Property and more fully described in Exh ibit "A " attached
hereto and incorporated herein for all pertinent purposes , together with the right and privilege at
any and all times to enter Property , or any part thereof, for the purpose of constructing,
operating , maintaining , replacing , upgrading, and repa iring said Facility . In no event shall
Grantor (I) use the Property in any manner which interferes in any material way or is
inconsistent w it h the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or build ing , including , but not limited to , monument
sign , pole sign , billboard , brick or masonry fences or walls or other structures that require a
building permit , or any structure not requiring a bu ilding permit b
0
ut which may threaten the
structural integrity or capacity of the storm drain and its appurtenances. However, Granter shall
be permitted to install and maintain driveways and parking lots across the easement. Grantee
shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks , driveways, or similar surface improvements located
upon or adjacent to the Easement which may have been removed, relocated , altered , damaged ,
or destroyed as a result of the Grantee's use of the easement granted hereunder provided ,
however, that Grantee shall not be obligated to restore or replace irrigation systems or other
improvements installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the
rights and appurtenances thereto in anyway belonging unto Grantee , and Grantee 's successors
and ass igns fo rever; and Grantor does hereby bind itself and its successor and assigns to
warrant and forever defend a ll and singular the easement unto Grantee , its successor and
assigns , aga inst every person whomsoever lawfully claiming or to claim the same , or any part
thereof
When the cont ex t requires , singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
PERMAN E NT DRAINAGE FAC ILITY EASEME NT (Pipe)
Rev. 0612008
GRANTOR:
Eduardo D . Gonzalez ..,.
ST A TE OF TEXAS §
COUNTY OF TARRANT §
GRANTEE: C ity of Fort Worth
Fernando Costa
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY
Assistant City Attorney
ACKNOWLEDGEMENT
BEFORE ME , the undersigned authority, a Notary Publi c in and for the State of Texas,
on this day personally appeared ,;C:d',{.:::,«Jc, c;,,,, r•,/--;, _ , known to me to be the
same person whose name is subscribed to the foregoin g instrument, and acknowledged to me
er-/ .... /. that the same was the act of f:..cu.,_ s ,,;.,.,/<-' 6 0 ,,,x 4 ;;, c. and that he/she executed
the same as the act of said 4:S/c.,. Q._,.c..d c 6,," ul "· for the purposes
and considerat ion therein expressed and in the capacity there in stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this A/ t 'A day of
PERMAN ENT DRA INAGE FACILITY EASEMENT (Pipe)
Rev . 0612 008
-_ __,, ,;:· (] ~} ,-----. .,! ... / ( ,/ y -/ ....____~~~;::.,ti.-'l. L .,.,~::J-"-!
Notary Public in and f or th e State of Texas
I
' I
STATE OF TEXAS
COUNTY OF TARRANT
§
§
ACKNOWLEDGEMENT
BEFORE ME, the undersigned authority , a Notary Public in and for the State of
Texas , on this day personally appeared Fernando Costa , Assistant City Manager of the City of
Fort Worth , known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the City of Fort Worth and
that he/she executed the same as the act of the City of Fort Worth for the pu rposes and
consideration therein expressed and in the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____ day of
PERMANENT DRA INAGE FA C ILITY EASEM ENT (Pipe)
Rev . 0612008
Notary Public in and for the State of Texas
ROBIN-DENVER STORM DRAIN PROJECT (AVO 23080)
D .0 .E. No . 4895
1707 GOULD AVENUE
LOT 5 , BLOCK 118 , NORTH FORT WORTH
EXHIBIT "A"
Be ing a lp .o· Pe rmane nt Storm Drain Ease me nt out of Lot 5 , Bl oc k 11 8 of North Fon Worth, an addit io n
to th e City of Fort Worth, Tarrant Count y, T exas as record ed in Volume 63 , Page 14 9 of th e Plat Record s
o f Ta ti-ant Co unt y, T exas, sa id Lot 5 being d eed e d to Eduardo D . Gonzalez as record e d in Co unt y C le rk 's
File No . D206 I 25962 of th e Deed R ecord s of Tarrant Co unt y, T exas, sa id I 0.0' Pe rm a ne nt Storm Drain
Easement be in g more parti c ularly d esc rib e d by me te s and bounds as follows:
BEGINNING a t a point in a northeas t l in e of sa id Lot 5 , s aid po int be in g in th e so uthwest ri g ht -o f-w ay
line o f Gould Avenue (a n 80.0' right-of-way), from which a 5/8 in c h iron rod found for th e no rth corner
of said Lot 5 bears North 45 degrees 00 minute s 00 seconds W est , with the northe:')St lin e of s aid Lot 5
and with the sou thwes t right-of-way line of sa id Gou ld Avenu e, a distance of 20.00 feet , sa id 5/8 inch
iron rod be ing th e east corner of Lot 6, Block 118 of sa id No1th Fort Worth ;
THENCE South 45 degrees 00 minutes 00 seconds East, with the north east lin e of sa id Lo t 5 and with
the so uthwest ri g ht-o f-way lin e of said Gou ld Avenue, a di s tance of 10.00 feet to a po int for
corner, from which a 5/8 in c h iron rod found for th e east corn e r of sa id Lot 5 bears South 45
d egrees 00 minutes 00 seconds East, with th e north east lin e of said Lot 5 a nd with th e
so uthw es t ri g ht-of-way line or said Gould Avenue, a di s tan ce of 20 .00 feet , sa id 5/8 in c h
iron rod bei ng th e north c orner of Lot 4 , B lock 11 8 or said North Fort Worth:
THENCE South 45 degrees 00 minutes 00 seconds W est , a di s tan ce o f 140 .00 fee t to a point for
co rn e r, sa id po int be in g in the so ut:hw es l lin e of sa id Lot 5 and be in g in the northeast ri g hl -
of-way l in e of an alley (a 21.3' ri g ht -o f -way):
THENCE North 45 d eg rees 00 minutes 00 seco nd s W es t , w ith the southwest lint' o f sa id L o t 5 and
with th e northe a s t ri g ht -of:way lin e of said alley, a distance of I (l.00 fee t to a point fo r
co rn e r, sa id po int be in g th e south corner of a 20 .0 ' Uti l it y Easement a s reco rd e d in Volume
I 185 7, Page I 194 of s aid D eed R ecord s o f Tarram Co unty , Texas:
THENCE N o rth 45 degrees 00 minutes 00 second s Eas t, with th e so uth eas t l ine of sa id 20.fr Utility
Easement , a di sta nce o f 140 .00 feet t.o th e POINT OF BEGINN ING , a nd containing 1,400
s qu are feet o r 0 .032 ac res of land , more or less.
NOTE: All bearin gs are base d 0 11 North Fort Worth , an add iti o n to th e Ci t y o f Fort Worth. Tarrant
Co unty , T ex as a s record ed in V o lume 63, Page 149 o r th e Pl a t Reco rds nf T a rr a nt Co unt y,
Texa s .
D ate: May 2 1, 2008
W. True tt Wil so n
Re g is te re d Proressional Land Surveyor
No. 5124
Page 4 of 5
9 -Reports
9.1 -Geotech Report
9.2 -Cathodic Protection Study
Report
9.3 -Other Project Specific Study
Report(s)
.. CMJ ENGINEERING, INC.
February 23 , 2007
Report No . 117-06-67
Halff Associates, Inc .
4000 Fossil Creek Boulevard
Fort Worth , Texas 76137
Attn : Ms . Ronda Visintainer , P.E.
GEOTECHNICAL ENGINEERING STUDY
7 6 36 Pebbl e Drive
Fo rt Worth , Texas 7 6118
www.cmje n gr.co m
2004 CIP ROBIN-DENVER STORM DRAIN RECONSTRUCTION
FORT WORTH, TEXAS
Dear Ms. Visintainer:
Submitted here are the results of a geotechnical eng ineering study for the referenced project.
This study was performed in general accordance with CMJ Proposal 06-1751 dated December
15, 2006 . The geotechnical services were authorized on December 19, 2006 via Subcontractor
Agreement with Halff Associates, Inc. Project No . AVO 23080.
Engineering analyses and recommendations are conta ined in the text section of the report.
Results of our field and laboratory services are included in the append ix of the report . We
would appreciate the opportunity to be considered for providing the materials eng ineering and
geotechnical observation services during the construction phase of this project.
Respectfully submitted,
CMJ ING, INC.
,Gr-James P. Sappington ,
Project Engineer
Texas No. 97402
cop ies subm itted : (3) Ms. Ronda Visinta iner , P.E.; Halff Assoc iates , Inc .
Phon e (81 7) 2 84 -9 400 Fax (81 7) 58 9-9993
Please contact us if you
Metro (81 7) 589-9992
TABLE OF CONTENTS
Page
1 . 0 lNT ROD U CTI ON -------------------------------------------------------------------------------------------------1
2 .0 FIELD EXPLORATION AND LABORATORY TESTING -----------------------------------------------2
3. 0 SU I3S U RF ACE CONDITIONS---------------------------------------------------------------------------3
4 . 0 FOUNDATION RE COMM EN DA Tl ON S -----~-----------------------------------------------------------4
5.0 BELOW GRADE WALL RECOMMENDATIONS------------------------------------------------------7
6. 0 CONSTRUCT 10 N CO NS IDE RAT I ON S -----------------------------------------------------------------------9
7. 0 DES I G N CONS IDE RA Tl O NS-----------------------------------------------------------------------------------1 0
8. 0 EARTHWORK ---------------------------------------------------------------------------------------------------- 1 0
9 . 0 CONSTRUCTION OBS ERV A Tl ON S -------------------------------------------------------------------- 1 3
1 0 . 0 RE PO RT CL OS URE ----------------------------------------------------------------------------------14
APPENDIX A
Plate
Plan of Borings --------------------------------------------------------------------------------------------------------A.1
Unified Soi I Cl ass ificatio n -------------------------------------------------------------------------------------A.2
Key to Classification and Symbols----------------------------------------------------------A.3
Logs of Borings-----------------------------------------------------------------------A.4 -A.5
8.3 Trench Backfill
Trench backfill for pipelines or other utilities should be properly placed and compacted. Overl y
dense or dry backfill can swell and create a mound along the completed trench line . Loose or wet
ba-ckfill can settle and form a depress ion along the completed trench line . Distress to overlying
structures , pavements, etc . is likely if heaving or se ttl ement occurs . On-site soil fill material is
recommended for trench backfill . Care should be taken not to use free draining granular material ,
to prevent the backfilled trench from becoming a trench drain and piping surface or subsurface
water beneath structures , pipelines, or pavements . If a higher class bedding material is required
for the pipelines , a lean concrete bedding will limit water intrusion into the trench and will not
require compaction after placement. The soil backfill should be placed in approximately 4-to 6-
inch loose lifts. The density and moisture content should be as recommended for fill in Section 8 .2 ,
Placement and Compaction, of this report . A minimum of one field density test should be taken per
lift for each 150 linear feet of trench, with a minimum of 2 tests per lift.
8.4 Excavation
These soils can be excavated using conventional earthwork equipment. The side slopes of
excavations through the overburden soils should be made in such a manner to provide for their
stability during construction. Existing structures, pipelines or other facilities, which are constructed
prior to or during the currently proposed construction and which require excavation , should be
protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided , instead of allowing surface water to flow down unprotected slopes .
Excavations should be sloped or braced in the interest of safety . Attention is drawn to OSHA
Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations
greater than 5 feet in depth.
8.5 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendation s
for the particular application and approved by the project geotechnical engineer prior to th e
Report No. 117 -06-67 C MJ EN GINEERIN G , I N C.
12
materials being used. The owner should also require the contractor to obtain a written, notarized
certification from the landowner of each proposed off-site soil borrow source stating that to the best
of the landowner's knowledge and belief there has never been contamination of the borrow source
site with hazardous or toxic materials. The certification should be furnished to the owner prior to
proceeding to furnish soils to the site _ Soil materials derived from the excavation of underground
petroleum storage tanks should not be used as fill on this project.
8.6 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study. However,
based upon past experience on other projects in the vicinity , the soils at this site may be corrosive .
Standard construction practices for protecting metal pipe and similar facilities in contact with these
soils should be used.
8. 7 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and
all permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed .
8.8 Utilities
Care should be taken that utility cuts are not left open for extended periods, and that the cuts are
properly backfilled. Backfilling should be accomplished with properly compacted on-site soils ,
rather than granular materials. A positive cut-off at the building line is recommended to help
prevent water from migrating in the utility trench backfill.
Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to
OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations
greater than 5 feet in depth.
9.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions . In the analysis, the geotechnical engineer must
Report No . 117-06-67 CMJ ENGINEERING, INC.
13
assume the subsurface conditions are similar to the conditions encountered in the borings .
However, quite often during construction anomalies in the subsurface conditions are revealed.
Therefo re, it is recommended that CMJ Engineering , Inc. be reta ined to observe earthwork and
foundation installation and perform materials evaluation during the construction phase of the
project. Th is enables the geotechnical engineer to stay abreast of the project and to be readily
available to evaluate unanticipated conditions, to conduct add itional tests if required and , when
necessary, to recommend alternative solutions to unanticipated conditions . Until these
construction phase services are performed by the project geotechnical engineer, the
recommendations conta ined in this report on such items as final foundation bearing elevations ,
proper soil moisture condition , and other such subsurface related recommendations should be
cons idered as preliminary .
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of th .e project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project g'eotechnical engineer. Th is results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
10.0 REPORT CLOSURE
The boring logs shown in this report contain information related to the types of soil encountered at
specific locations and times and show lines delineating the interface between these materials. The
logs also contain our field representative's interpretation of conditions that are believed to exist in
those depth intervals between the actual samples taken . Therefore , these boring logs contain both
factual and interpretive information. Laboratory soil class ificat ion tests were also performed on
samples from selected depths in the borings . The results of these tests, along with visual-manual
procedures were used to generally classify each stratum . Therefore, it should be understood that
the classification data on the logs of borings represent visual estimates of classifications for those
portions of each stratum on which the full range of laboratory soil classification tests were not
performed . It is not implied that these logs are representative of subsurface conditions at other
locations and times.
With regard to ground -water conditions, this report presents data on ground-water levels as they
were observed during the course of the field work. In particular; water level readings have bee n
Report No . 117-06-67 CMJ ENG INEE RING, I NC.
14
1.0 INTRODUCTION
1.1 Project Description
This report presents the results of a geotechnical engineering study for the reconstruction of the
Robin-Denver storm drain in Fort Worth : Texas. The project, as currently planned , will consist of
investigating subsurface cond itions at two locations where junction boxes will be installed. One
location is planned near 1807 Robin Avenue . The second location is an alley between Denver and
Gould Avenue , south of Park Street. The approximate locations of the exploration borings are
illustrated on Plate A.1 , Plan of Borings .
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurface materials encountered and
develop recommendations for the type or types of foundations suitable for the project.
To accomplish its intended purposes , the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field
and laboratory data to develop geotechnical recommendations for the proposed construction.
The design is currently in progress . Once the final design is near completion (SO-percent to 90-
percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions
of the construction documents pertaining to the geotechnical recommendations, as a means to
determine that our recommendations have been interpreted as intended .
1.3 Report Format
The text of the report is contained in Sections 1 through 10 . All plates and large tables are
contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in
which they appear. Small tables of less than one page in length may appear in the body of the text
and are numbered according to the section in which they occur.
Report No. 117-06-67 CMJ ENGINEE RING, INC.
1
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds
per cubic foot (pct), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by two (2) vertical soil borings drilled to
depths of 20 feet below existing grade . The planned location for Boring B-2 had abundant
overhead electrical lines preventing safe drilling; therefore, this boring was revised to Park Street,
approximately 80 feet northeast of the proposed junction box. The borings were drilled using
continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1 . The
boring logs are included on Plates A.4 and A.5 and keys to classifications and symbols used on the
logs are provided on Plates A.2 and A.3.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings . The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig. The soil specimens were extruded from the tube in the field , logged , tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture .
. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a 0.25 -inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch . The resu lts of these tests, in tsf , are tabulated at
respective sample depths on the logs . When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
· To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a
170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each
blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This
results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the
Repo rt No . 117-06-67 CMJ ENGINEERING, INC.
2
penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is
tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or
rock-like), the penetrometer cone is driven with the resulting penetrations, in inches , recorded for
the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is
recorded at the respective testing depths on the boring logs.
Ground-water observations during and after completion of the borings are shown on the upper right
of the boring logs. Upon completion of the borings, the bore holes were backfilled w ith soil cuttings
and plugged at the surface with asphalt.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit
weight, and unconfined compressive strength tests were performed. Results of the laboratory
classification tests, moisture content, unit weight, and unconfined compressive strength tests
conducted for this project are included on the boring logs.
The above laboratory tests were performed in general accordance with applicable ASTM
procedures, or generally accepted practice.
3.0SUBSURFACE CONDITIONS
3.1 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on
the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the
borings are discussed below. Note that depths on the borings refer to the depth from the existing
grade or ground surface present at the time of the investigation, and the boundaries between th e
various soil types are approximat e.
Asphalt pavement from 5 to 9 inches in thickness was present at the boring locations. The asphal t
surface was underlain by 2 to 4 inches of gravel base . Possible fill material was encountered
beneath the pavement in Boring B-1 to a depth of 9 feet and consists of dark brown , brown, and
light brown clays with gravel, limestone fragments , and calcareous nodules. Natural overburde n
soils consist of dark brown and light brown si lty clays and clays containing calcareous nodules an d
Report No . 117-06-67 CMJ ENGINEE RING , INC.
3
zones of ironstone nodules. Light brown and gray shaly clays were next present within the borings
at depths ranging from 9 to 13.5 feet. Limestone seams were encountered within the shaly clays
below 17-foot depths. The various clays encountered in the borings had tested Liquid Limits (LL)
of 31 and 53 with Plasticity Indices (Pl) of 9 and 37, and are classified as CL and CH by the uses
Classification System. The various clays were generally firm to hard (soil basis) in consistency
with pocket penetrometer readings of 1.0 to over 4 .5 tsf. Tested unit weight values were 106 to
119 pct and tested unconfined compressive strengths were 5,660 and 7,740 psf.
The Atterberg Limits tests indicate the clays encountered at this site are highly active with respect
to moisture induced volume changes. Active clays can experience volume changes (expansion or
contraction) with fluctuations in their moisture content.
3.2 Ground-Water Observations
The borings were drilled using continuous flight augers in order to observe ground-water seepage
during drilling. Ground-water seepage was not encountered during drilling and the borings were
dry at completion of drilling operations. Although ground water was not encountered in the
borings, it should be recognized that ground-water conditions vary with fluctuations in rainfall.
Fluctuations of the ground-water level can occur due to seasonal variations in the amount of
rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not
evident at the time the borings were performed. During wet periods of the year seepage can occur
in the more permeable zones. The possibility of ground-water level fluctuations should be
considered when developing the design and construction plans for the project.
Water traveling through the soil (subsurface water) is often unpredictable. This could be due to
seasonal changes in ground water and due to the unpredictable nature of ground-water paths.
Therefore, it is necessary during construction for the contractor to be observant for ground-water
seepage in excavations in order to assess the situation and take appropriate action .
4.0 FOUNDATION RECOMMENDATIONS
4.1 General Foundation Considerations
Two independent design criteria must be satisfied in the selection of the type of foundation to
support the proposed structure. First, the ultimate bearing capacity, reduced by a sufficient factor
Report No . 117-06-67 CMJ ENGINEERING, INC.
4
of safety, must not be exceeded by the bearing pressure transferred to the foundation soils .
Second, due to consolidation or expansion of the underlying soils during the operating life of the
structure, total and differential vertical movements must be within tolerable limits. A stiffened
monolithically placed mat/slab foundation may be considered to support the proposed below-grade
meter box . The recommended foundation _for the proposed structure is discussed below.
4.2 Spread Foundations
4.2.1 Meter Box Foundation Design Criteria
A stiffened monolithically placed mat/slab foundation may be used at this site to support the
proposed junction boxes . It is understood that the boxes are to be situated approximately 10 feet
below existing grade. The foundation should be designed by a structural engineer familiar with
stiffened slabs subject to differential movement.
The meter box mat/slab may be designed based on an allowable soil bearing pressure of 2.0 ksf or
less within the soils at depths of 10 feet or greater. Mat design for the proposed meter box should
incorporate the potential for hydrostatic uplift effects of a shallow water table. Depending on
conditio'ns encountered, excavation for the meter box may need to incorporate dewatering to keep
the excavation free of excess water. In addition, the water table should be lowered to a depth of 2
feet below the proposed excavation.
Foundations proportioned for these values are estimated to experience a total settlement of 1 inch
or less, and a differential settlement of approximately ~ inch or less, after construction.
Depending on the time of year and the general weather conditions, the excavation and placement
of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet
condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of
bearing materials become important.
It should be noted that some movement should be anticipated within the foundation system, if
placed on soil.
Report No . 117-06-67 CMJ ENGINEERING, INC.
5
4 .2.2 Spread/Mat Foundation Construction
Spread foundation construction should be monitored by a representative of the geotechnical
engineer to observe, among other things , the following items:
• Identification of bearing material
• Adequate penetration of the foundation excavation into the bearing layer
• The base and sides of the excavation are clean of loose cuttings
• If seepage is encountered , whether it is of sufficient amount to require the use of
excavation dewatering methods
Precautions should be taken during the placement of reinforcing steel and concrete to prevent
loose, excavated soil from falling into the excavation . Concrete should be placed as soon as
practical after completion of the excavating , cleaning , reinforcing steel placement and observation .
Excavation for a spread foundation should be filled with concrete before the end of the workday, or
sooner if required, to prevent deterioration of the bearing material. Prolonged . exposure or
inundation of the bearing surface with water will result in changes in strength and compressibility
characteristics . If delays occur, the excavation should be deepened as necessary and cleaned, in
order to provide a fresh bearing surface . If more than 24 hours of exposure of the bearing surface
is anticipated in the excavations, a mud slab should be used to protect the bearing surfaces. If a
mud slab is used, the foundation excavations should initially be over-excavated by approximately 4
inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in
the bottom of the excavations immediately following exposure of the bearing surface by
excavation. The mud slab will protect the bearing surface , maintain more uniform moisture in the
subgrade, facilitate dewatering of excavations if required, and provide a working surface for
placement of formwork and reinforcing steel.
The concrete should be placed in a manner that w ill prevent the concrete from striking the
reinforcing steel or the sides of the excavation in a manner that would cause segregation of the
concrete.
Report No . 117-06-67 CMJ ENGINEERING, INC.
6
5.0BELOW GRADE WALL RECOMMENDATIONS
· 5.1 Lateral Earth Pressure
5.1.1 General
The below-grade walls must be designed for lateral pressures including, but not necessarily limited
to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be
influenced by whether the backfill is drained or undrained, and above or below the ground-water
table.
5.1.2 Equivalent Fluid Pressures
Lateral earth pressures on the below-grade walls will depend on a variety of factors, including the
type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall .
Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall
height, are presented in Table 5.1.2-1 for a wall with a level backfill behind the top of the wall. The
equivalent fluid pressure for an undrained condition should be used if a drainage system is not
present to remove water trapped in the backfill and behind the wall. A ground-water level at the
finished grade elevation should be used for design of the below grade structures. Pressures are
provided for at-rest earth pressure conditions. In order to allow for an active condition the top of
the wall(s) must deflect on the order of 0.4 percent.
TABLE 5.1.2-1 -Lateral Earth Pressures
At-Rest Equivalent Fluid Pressure
Backfill Material (pcf)
Drained Undrained
Excavated on-site clay or clay fill 100 110 material
Select fill or on-site soils meeting 65 90 material specifications
Free draining granular backfill 50 90 material
For the select fill or free draining granular backfill, these values assume that a "full" wedge of the
material is present behind the wall. The wedge is defined where the wall backfill limits exte nd
outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower
. Report No. 117-06-67 CMJ ENGINEERING, INC.
7
backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils
should be used.
5.1.3 Additional Lateral Pressures
The tocation and magn itude of permanent surcharge loads (if present) should be determined, and
the additional pressure generated by these loads such as the weight of construction equipment
and vehicular loads that are used at the t ime the structures are being built must also be considered
in the design. The effect of this or any other surcharge loading may be accounted for by adding an
additional uniform load to the full depth of the side walls equivalent to one-half of the expected
vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge
intensity for clay backfill. The equivalent fluid pressures , given here , do not include a safety factor.
Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not
included in the scope of this study. These services can be provided as additional services upon
request.
5.1.4 Wall Backfill Material Requirements
Excavated On-Site Clay: For wall backfill areas with site-excavated materials or similar imported
materials, all oversized fragments larger than four inches in maximum dimension should be
removed from the backfill materials prior to placement. The backfill should be free of all organic
and deleterious materials , and should be placed in maximum 8-inch compacted lifts at a minimum
of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus
3 percentage points of optimum moisture . Compaction within five feet of the walls should be
accomplished using hand compaction equipment, and should be between 90 and 95 percent of the
Standard Proctor density.
Select Fill : All wall select backfill should consist of dayey sand and/or sandy clay material with a
plast icity index of 16 or less , with a liquid limit not exceeding 35 . The select fill should be placed in
maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density
(ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum
moisture. Compaction within five feet of the walls should be accomplished using hand compaction
equipment and should be compacted between 90 and 95 percent of the Standard Proctor density.
Free Draining Granular Backfill: All free draining granular wall backfill material should be a crushed
stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3
Report No . 117-06-67 C MJ ENGINEE RING , INC.
8
percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus
No . 40 sieve material should be non-plastic. Granular wall backfill should not be water jetted
during installation .
5.1.5 Buoyancy Effects
Buoyant effects must be considered. Unless a permanent drainage system is provided, the below-
grade structures should be designed to withstand full hydrostatic pressure below the ground-water
table . We recommend a water table at the surface be assumed for these calculations. For
buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf.
6.0 CONSTRUCTION CONSIDERATIONS
The excavations should be performed in accordance with OSHA Safety and Health Standards (29
CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays, it is
expected that near vertical excavation walls will be possible . However, in the case that
excavations occur through soft clays, granular soils, non-compacted fill, or submerged soils, it will
be necessary to either slope the excavation sidewalls or provide temporary bracing to control
excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls
must be sloped or temporary bracing must be provided, regardless of the soil conditions
encountered .
If sufficient clearance is not available, then a braced excavation will most likely be required. The
appropriate bracing system or shield shoul.d be selected by the contractor, and should be
/
configured to withstand the expected lateral earth pressures, and hydrostatic pressures if ground
water is present. Shoring should be used for excavation to support open cuts located where
existing utilities are within a zone extending from the base of the excavation upward at a 1H:1V
slope.
Surcharge loads, such as those resulting from excavation spoils and/or equipment, should be
placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations.
All vehicle traffic should be prohibited from at least five feet of the crest of the excavation.
Excavations should take into account any utilities to avoid undermining these features .
The following guidelines are presented to aid in the development of the excavation plans:
Report No . 117-06-67 CMJ ENGINEERING, INC.
9
1. Surface areas behind the crest of the excavations should be graded so that surface
water does not pond within 15 feet of the crest , nor drain into the excavation.
2. Heavy material stockpiles should not be placed near the crest of slopes . Similarly,
heavy construct ion equipment should not pass over or be parked within 5 feet of the
crest.
3. The crest of slopes should be continually monitored for evidence of movement or
potential problems . Freestanding slopes will become less stable than influenced by
ground water or saturation by rain .
7.0DESIGN CONSIDERATIONS
7.1 Site Drainage
An important feature of the project is to provide positive drainage away from the proposed
structures . If water is permitted to stand next to or below the structures, excessive soil movements
(heave) can occur.
A well-designed site drainage plan is of utmost importance and surface drainage should be
provided during construction and maintained throughout the life of the structures. Joints next to the
structure should be sealed with a flexible joint sealer to prevent infiltration of surface water. Proper
maintenance should include periodic inspection for open joints and cracks and resealing as
necessary. It is recommended that any step-down, below grade walls, etc. be provided with
suitable dewatering devices to reduce accumulated water .
8.0 EARTHWORK
8.1 Site Preparation and Material Requirements
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds . The
subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide
a firm and otherwise suitable subgrade . Proof rolling should be performed using a heavy
pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling
operations should be observed by the project geotechnical engineer or his/her representative.
Report No . 117-06-67 CMJ ENGINEERING, INC.
10
The on-site soils are suitable fo r use in site grading. Imported fill material should be clean soil with
a Liquid Limit less than 55 and no rock greater than 4 inches in maximum dimens ion . The fill
materials should be free of vegetation and debris .
8.2 Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness . The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring
hand-operated power compactors or small self-propelled compactors. The fill mate ri al should be
uniform with respect to material type and moisture content. Clods and chunks of material should
be broken down and the fill material mixed by disking, blading, or plowing , as necessary, so that a
material of uniform moisture and density is obtained for each lift. Water required for sprinkling to
bring the fill material to the proper moisture content should be applied evenly through each layer.
The fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry
density as determined by ASTM D 698, Standard Proctor. In conjunction with the compacting
operation, the fill material should be brought to the proper moisture content. The moisture content
for general earth fill should range from 2 percentage points below optimum to 5 percentage points
above optimum (-2 to +5). These ranges of moisture contents are given as maximum
recommended ranges. For some soils and under some conditions, the contractor may have to
maintain a more narrow range of moisture content (within the recommended range) in order to
consistently achieve the recommended density.
Field density tests should be taken as each lift of fill material is placed. As a guide, one field
density test per lift for each 5,000 square feet of compacted area is recommended. For small areas
or critical areas the frequency of testing may need to be increased to one test per 2,500 square
feet. A minimum of 2 tests per lift should be required. The earthwork operations should be
observed and tested on a continuing basis by an experienced geotechnician working in conjunction
with the project geotechnical engineer.
Each lift should be compacted, tested, and approved before another lift is added . The purpose of
the field density tests is to provide some indication that uniform and adequate compaction is being
obtained . The actual quality of the fill, as compacted, should be the respons ibility of the contractor
and satisfactory results from the tests should not be considered as a guarantee of the quality of the
contractor's filling operations.
Report No . 117-06-67 CMJ ENGINEE RIN G, INC.
11
made in the borings at the times and under conditions stated in the text of the report and on the
boring logs. It should be noted that fluctuations in the level of the ground-water table can occur
with passage of time due to variations in rainfall, temperature and other factors. Also, this report
does not include quantitative information on rates of flow of ground water into excavations, on
pumping capacities necessary to dewater the excavations, or on · methods of dewatering
excavations. Unanticipated soil conditions at a construction site are commonly encountered and
cannot be fully predicted by mere soil samples, test borings or test pits . Such unexpected
conditions frequently require that additional expenditures be made by the owner to attain a properly
designed and constructed project. Therefore, provision for some contingency fund is
recommended to accommodate such potential extra cost.
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site; that is,
the subsurface conditions everywhere are not significantly different from those disclosed by the
borings at the time they were completed. If, during construction, different subsurface conditions
from those encountered in our borings are observed, or appear to be present in excavations, we
must be advised promptly so that we can review these conditions and reconsider our
recommendations where necessary. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed, we urge that we be promptly informed and retained to review
our report to determine the applicability of the conclusions and recommendations, considering the
changed conditions and/or time lapse.
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations
contained in this report. In addition, we are available to observe construction, particularly the
compaction of structural fill, or backfill and the construction of foundations as recommended in the
report, and such other field observations as might be necessary.
Report No . 117-06-67 CMJ ENGINEERING, INC.
15
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground
water or air, on or below or around the site.
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements, test results, boring logs , diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of Halff Associates, Inc. for specific application
to design of this project. The only warranty made by us in connection with the services provided is
that we have used that degree of care and skill ordinarily exercised under similar conditions by
reputable members of our profession practicing in the same or similar locality. No other warranty,
expressed or implied, is made or intended. These recommendations should be reviewed once a
grading plan is finalized .
* * * *
Report No . 117-06-67 CMJ ENGINEERING, INC.
16
_J (
' '
"·~1
NABERS STREET ~
I '
I ,\
I ' '
t \
' I '
PROP. 7'x4' SD LINE 'A' -~-1---1
I p
il
L[G[NO:
~ Boring Location
CM J E NGINEE RING, INC.
CMJ PROJECT No . 117-0 7 -67
/
.. ..
+
0
8 -1
PLAN OF BORINGS
2004 CIP ROBIN-DENVER
STORM DRAIN RECONSTRUCTION
FORT WORTH, TEXAS
0
J
N
I
25
Approximo/e Scole
PLATE
A.IA
50 feel
I ________ I __________ _
LEGEND:
~ Boring Location
DENVER A VENUE
,.Note: Boring 8-2 wos relocated northwest opproximotely 80 feet
due to obundont overhead utilities ot planned location .
CMJ ENGJNE ERIN G, INC.
PLAN OF BORINGS
2004 C/P ROBIN-DENVER
STORM DRAIN RECONSTRUCTION
FORT WORTH, TEXAS CMJ PROJECT No . 117-07-67
0 25
Approximate Scale
PLATE
.4. /B
50 feel
Major Divisions
C 0 ,-.. u ~ W ~·en
N ..._ <I) ·en <J) Cl) >
Cl) Q) ~ .!!:!
en
<J) <I)
~ .§
Cll O OJ C
C O
Cll <I) 2:;:,
0~
Grp.
Sym . Typical Names
Well-graded gravels, gravel-
GW sand mixtures , little or no
fines
Poorly graded gravels, gravel
GP sand mixtures, little or no
fines
> > co <J) ·* ~ 8 -q-1---.... --+--+-------------I
o(.'),.._ci<llc a> o z CD 5 GM Silty gravels , gravel-sand-silt N f;;l ..._ .§ E ai .iii
iii ffi .c ro en mixtures 2: ~
0 .c.C~Cl)<l) :JQJ ~ ffi .... 3 :0 -~ l----+-------------1 0 "iii -5 UJ rn ,.._ a.> o ~ ~ CD ~ -~
0 GC Clayey gravels, gravel-sand--~ ~ ~:: 0 ~a. co
" ~ ~ C.9 a. clay mixtures ·ro z
:gcii ~ OJ~
-~ ~ E£
rn-~ o-~ -~ ~ <J) 'fil' SW Well-graded sands, gravelly :: ~
cii 2 E ~ .§ sands, little or no fines ! ~ OE <ll coo .._c
0 .!!! <ll C Cl O
Laboratory Classification Criteria
0 60 (030 )2
C = ---greater than 4 · Cc ---------betwee n 1 and 3
u 0,0 . 0,0 X 0 60
o..0..!!11---------------------(/) (/) _g
i2-~
(/) (/) <J) Not meeting all gradation requirements for GW
-c5 co
Cl.. "' :J 0~-01-----------r-----------1
--Cl ~2c
(.') (.') :~
. : :J
: : CY : : ~
Liquid and Plastic limits
below "A" line or P .I.
greater than 4
:fl 1------------1
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
<J)
C1l
0
(])
: :@
: (]) :~I----------..L.----------1
=o : en
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
0 60 (030 )2
Cu= --greater than 6 : Cc ------------between 1 and 3
0 10 010 X 0 60
£ § a> ffi a 1----l--------------1~ ~
0 U .!::! c3 E Poorly graded sands; ~ ~ "2 ~
..._ ro <J) ·-SP gravelly sands, little or no c "' <I) o Not meeting all gradation requirements for SW
CO ~><1> d. ro~ P<l).._. fines <J) -~ -g ~ ·*1-----4--+-------------lo ~ ~ ~ E 1-----------~----------i "' ro .,_o <ll ai I!) ..-<l)o £ co O -st"
Cl) u · <J) .... c ~ g> c c <ii Liquid and Plastic limits
CD -0 Silty sands , sand-silt ro c ~ ~ 6. a ...__0 zc :g 5 SM m ·,xtures c ai ui ........ N below "A" line or P .I. less Liquid and plastic limits S <+= E <I) ~ 3: <J) <I) ..-th 4 ~ £ £ ro en ~ ~ g :fl a .8 an plotting between 4 and 7
Q)
a'i ·en
0
0
N
0 z
C ro
£
<J) L..
'5 2
<J) co
-c, E :g <J)
"iii .!!!
OJ co (J) ·c:
c2 ·-ro
LL E .....
0 ..... co .c
C
ro
£
~
0
~
C
Cll
£
Cl)
0
~
-~ 2 :g 1----l--------------1 ~ c .E _J 2 I[) L------------1 are borderline cases
<Jl~<+= (!)~~ ~ ·u Clayey sands, sand-clay -~ .s u
Cll ~ SC E ~ ~
Liquid and Plastic limits
above "A" line with P .I.
greater than 7
requiring use of dual
symbols
Cl) §: mixtures 2 ~ gi
~ 8~~
0
I!)
C
<J) Cll >,_c
Cll ....
0~
"'CJ Cl) c-co ~
~ :§
i:i5 "'CJ ·s
CY
d
0
I!)
C ro
<J) .c >, ....
~ ID u iii
"'CJ <I) C .._
ro e>
(/) =::
~ E (/) =
"'CJ ·s
CY
~
ML
CL
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands , or clayey
silts with slight plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty clays,
and lean clays
OL Organic silts and organic silty
clays of low plasticity
MH
CH
OH
Pt
Inorganic silts , micaceous or
diatomaceous fine sandy or
silty soils, elastic silts
Inorganic clays of high
plasticity , fat clays
Organic clays of medium to
high plasticity, organic silts
Peat and other highly organic
soils
no~----+------r------,-----t----t------t-----t-~-----,r
/
f;l)l...._~--4----1----+------lf---f--+-----v-,,....+--t
CH /
4:111---4----l----+--1----+--+-----+/-r--f----+-----i
~ /
!301---1---+--+-----+--+----+---+---+--l-----t
J • 7 OHardMH
•'7 r01-----+---+----+--1-------,£--+--+---+--+---+---i / CL
/ 11 V
ML a 1d OL 7 ~--,~~''''
4 V
0 L---L---L--..l---'----'---......J...--...1..--......J...-----ll----'
O 10 20 30 40 50 60 70 80 90 100
Liquid Limit
Plasticity Chart
UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2
SOIL OR ROCK TYPES --=-GRAVEL
•••• • • SAND
SILT
CLAY EY
LEAN CLAY
• •
• • • SAND Y •
SILTY
HIGHLY
PLASTIC CLAY
SHALE
CONGLOMERATE Sh e lby
Tube Aug er Split
Spoon
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More th an 50 % Pass ing No. 200 Sieve}
Descriptive Item Penetrometer Reading, (tsf)
Soft 0.0 to 1.0
Firm
Stiff
Very Stiff
Hard
1.0to1 .5
1.5 to 3.0
3.0 to 4 .5
4.5+
Coarse Grained Soils (More th a n 50 % Retained on No . 200 Sieve}
Penetration Resistance Descriptive Item
(blows/foot)
0 to 4
4 to 10
10 to 30
30 to 50
Over 50
Soil Structure
Very Loose
Loose
Medium Dense
Dense
Very Dense
Relative Density
o to 20%
20 to 40%
40 to 70%
70 to 90%
90 to 100%
Rock
Core
Contains appreciable deposits of calcium carbonate ; generally nodular
Having inclined planes of weakness that are slick and glossy in appearance
Composed of thin layers of varying color or texture
Containing cracks, sometimes filled with fine sand or silt
Cone No
Pen Recovery
Calcareous
Slickensided
Laminated
Fissured
lnterbedded Composed of alternate layers of different soil types , usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic
Soft
Moderately Hard
Hard
Very Hard
Poorly Cemented or Friable
Cemented
Degree of Weathering
Unweathered
Slightly Weathered
Weathered
Extremely Weathered
Can be remolded in hand ; corresponds in consistency up to very stiff in soils
Can be scratched with fingernail
Can be scratched easily with knife ; cannot be scratched with fingernail
Difficult to scratch with knife
Cannot be scratched with knife
Eas ily crumbled
Bound together by chemically precipitated material; Quartz , calcite, dolomite , siderite,
and iron oxide are common cementing materials. and iron oxide are common cementing materials.
Rock in its natural state before being exposed to atmospheric agents
Noted predominantly by color change with no disintegrated zones
Complete color change with zones of slightly decomposed rock
Complete color change with consistency , texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
CJ z
ii:
0 m
u_
0
CJ
0
.J
Project No . I Boring No. Proj ect 2004 CIP Robin-Denver Storm Drain Reconstruction
117-06-67 B-1 Fort Worth , Texas
Location Water Observations
See Plate A.1 Dry during drilling ; dry at completion
Compl etion I Completion
Depth 20.0' Date 2-19-07
Surface Elevatio n Type
N/A B-53, wt 6" CFA
u:: 0 "' 0
QJ 0
~ ..a ci. ~ en N
0. E E o.!: 0 >, OI Stratum Description . 'O z QJ en en _,,, rn "i!!-0 ~ ~ Q) -~ u '#. ~ 0 C 0 0 "' o::: U.: ·-cli 5~ ~.~ u 0 S: C . "'> w a .2 a, en ~.~ CT E OI E
\ 0::: 0::: aJ 0... I-o... en ::J ::J 0::: ::J
ASPHALT, 9 inches thick ---GRAVEL, 2 inches thick I 4 .5+ - -CLAY , dark brown, w/ gravel, limestone fragment s, 4.5+ 53 16 --and calcareous nodules, hard (poss ible fill ) 4 .5+ - --brown and light brown, 4 ' to 9' 4 .5+
-5-----4 .5+
,--
,-
SHALY CLAY , light brown and gray, w/ calcareous 4 .5+
-1 v nodules , hard --
,--
>-----grad es gray , very stiff, 14' to 20' 3 .0
-15-
>--
>---w/ limestone seams , 17' to 20' ' >----100/5"
-2:; WV --------------------------
LOG OF BORING NO . B-1
CMJ ENGINEERING INC. -
cu'.
~ ~Ci: u .9 rr
0 ~~~ ?.-QJ -2'.:'::i :5C ~ Q) (/J ·u 0!;2 C ~ 'O
:;:::: X -QJ 0 0. C
"' QJ
1/)-~ <n u E ::i ·-C "''O oo C..o coo -c ~o ::J...J :JOO... (l__
17
37 15
12
13
13
15 119 7740
25
PLATE A.4
(!) z a:
0 m
u.
0
(!)
0 __,
Project No . I Boring No . Project 2004 CIP Robin-Denver Storm Drain Reconstruction
117-06-67 8-2 Fort Worth, Texas
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion I Completion
Depth 20.0' Date 2-19-07
Surface Elevation Type
NIA B-53, w/ 6" CFA
u:: 0 <I) 0 a., 0
.c .a a. o.t N
a. E E 0 >, ro Stratum Description . -0 z 0 a., (/) (/) -ro -0 ~ LL a., °'"' ~ ~ ~ 0 ui 0::: u.: C u o 0 ·-<I) -0 -~.~ u 0 3::: C . <I)> '3:'!: w a .2 a., (/) <I) a., CT E ro E "'·-\ 0::: 0::: co a.. f-0. (/) ::::i::::i O:::::::i
1111111'!111111 -h ASPHALT, 5 inches thick t ,_ -~ GRAVEL, 4 inches thick 3 .25 ,_
~,~ l ""\CLAY, dark brown , very stiff -r 4 .5+
~ -SIL TY CLAY, light brown , w/ limestone fragments 4.5+
and calcareous nodules , hard 4.5+ 1--5-~ ~ -w/ ironstone nodules , 2' to 7'
,_ -I ~ -firm to stiff, 7' to 13.5' 2 .0
>--
11
,_ -
1 .0 31 22
f-1Cr-
,_ -I ,_ -
~ -SHAL Y CLAY, light brown and gray, very stiff 3 .5 f-1:;
~
>--
,_ --w/ limestone seams, 17' to 20'
~ -~
,_
WM 4 .0
1--20 w -~------------------------
LOG OF BORING NO . 8-2
CMJ ENGINE ERI NG INC. -
cU::
~ ~ it -0 .Q ci-
a., CJ) (/)
?;-a., -·.E fil en ~c ~::i ·u D!,2 C ~ -0 :;:. X -a., 0 a. C
CJ) a., cn-u E ::::s ·-C ~(/) ro -c, 0 0 coo C_a 0:::E 20 ::>....1 ::> u a..
23
19
15
12
18
9 16
22 106 5660
25
PLATE A.5
10 -Addenda
10.1 -Addendum ·