HomeMy WebLinkAboutContract 39624 (2)CITY SECRETARY
CONTRACT NO . (:fl les).,<j
SPECIFICATIONS
AND
cnv SECRETARY / CONTRACT DOCUMENTS
D.O.E. FILE
CONTRACTOR'S BONDING CO. FOR
CONSTRUCTION'S COP HE CONSTRUCTION OF
CLIENT DEPARTMENT
SANITARY SEWER REHABILITATION
CONTRACT LXX (70), PART 4
Water Project No. P253-609170043987
Sewer Project No. P258-709170043987
City Project No. 00439
DOE Project No. 6258
M ichael J . Moncrief
Mayor
Dale A. Fisseler, P.E.
C ity Manager
S. Frank Crumb, P.E.
Director, Water Department
William Verkest, P .E.
Director, Transportation and Public Works Department
Prepared for
City of Fort Worth Water Department
2009
111111""1-H Klmley-Hom
~-LJ and Associates, Inc.
OFFICIAL RECOR D
CITY SECRETARY
FT. WORTH , TX
Texas Registration No . 92 8
KHA No . 061018025
__ ........ ,,,,
--<c. OF it::-\
..,:""..,_?--°' ·········-.':·-\': ,, ""~ .. ·· * ·-::t.s-a• ,. . . ""*.... ·· ...... ,, , . . ... "*:" · .... , t"······························ .. ···' ~ JOHN R. ATKINS ·~ r ···:•······················"·,···"' t . . ,,,
f-<:) .._ 85376 /Q:6' •-Po·· < Q : (.,J""
1'1 ~-<'~· (CEN. $~ • -v.' "" ,. j'• ·: ... ' • •. ·Or ., ~'
-~ • 1 ·.
• 1 ·2Lf ~o Cf
M&CReview Page 1 of 3
Official site of the City of Fort Worth , Texas
CITY COUNCIL AGENDA FORT WORTH ---..,..,-
DATE:
CODE:
COUNCIL ACTION: Approved on 11/3/2009 -Ord. No. 18896-11-2009
11/3/2009 REFERENCE NO.: C-23893 LOG NAME:
C TYPE: PUBLIC
NON-CONSENT HEARING:
60SS70P4-
BURNSCO
NO
SUBJECT: Authorize a Contract in the Amount of $1,758,144.40 with Burnsco Construction, Inc., for
Sanitary Sewer Rehabilitation Contract LXX, Part 4, on Monticello Drive, Potomac Avenue,
Williamsburg Lane , West Jarvis Street and Two Alleyways and Adopt Appropriation
Ordinance
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $1,838,945 .00 from the Water and Sewer Fund to the Water Capital
Projects Fund in the amount of $731 ,221.00 and the Sewer Capital Projects Fund in the amount of
$1 ,107 ,724 .00;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water Capital Projects Fund by $731,221.00 and the Sewer Capital Projects Fund in the amount of
$1,107,724 .00; and
3 . Authorize the City Manager to execute a contract with Burnsco Construction, Inc., in the amount of
$1 ,758,144.40 for Sanitary Sewer Rehabilitation Contract LXX , Part 4.
DISCUSSION:
On March 23, 2004, (M&C C-20000) the City Council authorized an engineering agreement with
Kimley-Horn & Associates, Inc. for Sanitary Sewer Rehabilitation Contract LXX (70).
This project provides for the replacement of the deteriorated water and sanitary sewer mains as
indicated on the following streets and alleyways:
Street From To Scoge of Work
Monticello Drive Rivercrest Drive Hamilton Avenue Water
Potomac Avenue Virginia Place Fourth Street Water
Williamsburg Lane Bristol Road Bailey Avenue Water
West Jarvis Street South Adams Street Lipscomb Street Sewer
Montgomery Street Linden Avenue Byers Avenue Sewer
Alleyway Between Hillcrest El Campo Avenue Bryce Avenue Sewer
Street and Thomas Place
Alleyway Between Fourth Monticello Drive Boland Street Sewer
Street and Hamilton Avenue
The project was advertised for bid on June 18, 2009, and June 25 , 2009, in the Fort Worth Star-
http://apps .cfwnet.org/council_packet/mc _review .asp?ID= l2340&councildate=l l/3/2009 12/11/2009
M&CReview Page 2 of 3
Tele ram . On August 13, 2009, the following bids were received:
Bidders
Texas United Excavators, LLC*
Burnsco Construction, Inc.
Barson Utilities, Inc.
Conatser Construction TX, LP
SLC Construction, LLC
Bid Amount
$1,723,058 .50
$1,758,144.40
$1,982 ,268.25
$1 ,986 ,343 .50
$2,065,135.04
Time of Completion
240 Calendar Days
*The apparent low bidder Texas United Excavators, LLC , (TUE) has been determined by staff to be
non-responsive to the contract specifications due to failure to comply with the prequalification pipe size
restriction . TUE is prequalified to only install water and/or sanitary sewer mains 12 inches in diameter
and smaller. This project includes 370 linear feet of 18 inch diameter sewer pipe.
In addition to the contract amount $24,000 .00 (Water: $8,000 .00 and Sewer: $16 ,000.00) is required
for material testing and inspection and $56 ,800 .60 (Water: $25 ,000 .00 and Sewer: $31,800.60) is
provided for change order contingencies.
M/WBE -Burnsco Construction , Inc., is in compliance with the City's M/WBE Ordinance by committing
to nine percent M/WBE participation and documenting good faith. Burnsco Construction, Inc., identified
several subcontracting and supplier opportunities . However, the M/WBE contacted in the areas
identified did not submit the lowest bids . The City's goal on this project is 22 percent.
This project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and adoption of the attached appropriation ordinance funds will be available in the
current capital budget, as appropriated, of the Water Capital Projects Fund and the Sewer Capital
Projects Fund .
TO Fund/Account/Centers
1&2)
P253 476045 609170043922
1&2)
P258 476045 709170043922
21
P253 511010 609170043980
21
P253 531200 609170043984
21
P253 541200 609170043987
21
P258 511010 709170043980
21
P258 531200 709170043984
$731,221 .00
$1,107 ,724.00
$4 ,000.00
$4 ,000.00
$723,221.00
$8 ,000 .00
$8,000 .00
FROM Fund/Account/Centers
1) PE45 538040 0609020 $731 ,221.00
1) PE45 538040 0709020 $1,107,724.00
.ID.
P253 541200 609170043987 $698,221.00
.ID.
P258 541200 709170043987 $1 ,059 •923 ·40
http :// apps .cfwnet. org/ council _packet/me _review. asp?ID= 123 40&councildate= 11/3/2009 12/11/2009
M&CReview
21
P258 541200 709170043987 $1 .091 . 724 .00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
60SS70P4-BURNSCO AO.doc
60SS70P4-BURNSCO MAP 1.pdf
60SS70P4-BURNSCO MAP 2.pdf
60SS70P4-BURNSCO MAP 3 .pdf
Fernando Costa (8476)
Frank Crumb (8207)
Liam Conlon (6824)
http://apps .cfwnet.org/council _packet/mc_review.asp?ID=l2340&councildate=l l/3/2009
Pag e 3 of 3
12/11/2009
ADDENDUM NO. 2
CITY OF FORT WORIB
WATER DEPARTMENT
Sanitary Sewer Rehabilitation Contract LXX(70), Part 4
City Project No. 00439, DOE No. 6258
Water Project No. P253-609170043987, Sewer Project No. P258-709170043987
Addendum No. 2. Issue Date: August 11, 2009
Bid Receipt Date: August 13, 2009
This addendwn forms part of the contract documents referenced above and modifies the original Contract
Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents
(inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid.
SPECIFICATIONS
Part B -PROPOSAL
• Replace the existing Proposal Section (pages B-lR to B-2 lR) with the attached revised proposal:
PLANS
"PROPOSAL-ADDENDUM No. 2" (pages B-1-R2 to B-21-R2)
Notes:
• Section A Pay Item 1 (CPMS No. BID-00618): Name of pay item was modified. DR-18
was replaced with DR-14
• Section A Pay Item 2 (CPMS No. BID-00616): Name of pay item was modified. DR-18
was replaced with DR-14
Clarification
• For Plan Sheets 37A-40A, the Contractor shall verify the existing sanitary sewer services to be
relocated and provide the Engineer with the flowline elevation of the proposed cleanout adjacent to
the building. Engineer will review the cleanout elevation and provide the Contractor with the grade
and flow line elevations of the proposed sanitary sewer service.
All other provisions of the contract documents, plans and specifications shall remain unchanged.
This addendum forms a part of the contract documents referenced above and modifies the original Contract
Documents and Plans. Acknowledge receipt of this addendum in the space provided below, in the Proposal,
and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this
addendum could subject the bidder to be rejected as being non-responsive.
RECEIPT ACKNOWLEDGED: Water Department
S. Frank Crumb, P.E.
Director
By , ro.~ {;A.lL
Tony Sholola, P.E.
Engineering Manager
ADDENDUM NO. 2
' ' ADDENDUM NO. 1
CITY OF-FORT -We>RTH
WATER DEPARTMENT
Sanitary Sewer Rehabilitation Contract LXX:(70), Part 4
City Project No. 00439, DOE No. 6258
Water P'roject No. P253-609170043987, Sewer Project No. P258-709170043987
Addendum No. 1.:lssue Date: August 7, 2009
Bid .Receipt Date: August 13, 2009
This addendum form s part of the cont.ract documents referenced above and modifies the original Contract
Documents . Acknowledge receipt of this addendum by sj.gningand attaching it to the Contract Documents
(inside,). Note receipt of th e Addendum in the Bid Proposal ana on the outer envelope of your bid .
N
,SPECIFICATIONS
Par.LB -P•ROPc>SAb
,e .Rep la ce the existing Prop;sal Section· (pages B:J-to B-2·1 )-with the-attached revi-sed -proposal:-
"PROPOSAL -ADDENDUM No . l" (pages B-1 R to B-2 IR)
PLANS
Plan ·and ·Profile
• Remove and Replace Sheet 3 7 with the attached plan sheet 37-A.
1• 'Remove ,and .RepJace Sheet 38 with the attached .Plan sheet 38-A.
,. Remove and Replace Sheet 39 with the attached plan .sheet 39-A.
• Remove and Replace Sheet 40 with the attached plan sheet 40-A.
All other provision s of the contract d0cuments, plans and specifications shall remain unchanged.
This add endum forms a part of the contract documents referenced above and modifies the original Contract
Documents and Plans. Acknowledge receipt of this addendum in the space.provided below, in the Proposal,
and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this
addendum could subject the bidder to be rejected as being non-responsive.
RECEIPT ACKNOWLEDGED: Water Department
S . Frank Crumb, P.E .
Tony Sholola, P.E .
Engineering Manager
ADDENDUM NO. 1
Notice to Bidders
Comprehensive Notice to Bidders
Special Instructions to Bidders
TABLE OF CONTENTS
Minority and Women Business Enterprises Specifications
Proposal
General Conditions
Supplementary Conditions to Part C
Special Conditions
Additional Special Conditions
Special Specifications
Certificate of Insurance
Contractor Compliance with Worker's Compensation Law
Maintenance, Payment and Performance Bonds
Contract
Pavement Cores
Part
A
A
A
B
B
C
Cl
D
DA
E
F
F
F
G
Appendix A
PART A
PART A -NOTICE TO BIDDERS
Sealed proposals for the following project:
Sanitary Sewer Rehabilitation Contract LXX:(70), Part 4
City Project No. 00439, DOE No. 6258,
Water Project No. P253-609170043987, Sewer Project No. P258-709170043987
Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth,
Texas 76102 will be received until 1 :30 p.m., 8/13/09 and then publicly opened and read aloud at
2:00 p.m. in the Council Chambers .
Plans, General Contract Documents and Specifications for this project may be obtained at Kimley-
Hom and Associates , Inc. office, 801 Cherry Street, Suite 950 , Unit 11 , Fort Worth, Texas 76102 . A
sixty dollar ($60.00) non-refundable fee is required for each set of plans and documents. These
documents contain additional information for prospective bidders.
The major work on the above referenced project shall consist of the following:
Water Line Improvements
8,050 LF 8" Water Line by Open Cut
178 LF 6" Water Line by Open Cut
24 EA 8" Gate Valve
13 EA 6" Gate Valve
12 EA Fire Hydrant .
Sanitary Sewer Improvements
370 LF 18" Sanitary Sewer Line by Open Cut
6,389 LF 8" Sanitary Sewer Line by Open Cut
502 LF 8" Sanitary Sewer Line by Pipe Enlargement
39 EA Standard 4-foot Diameter Manhole
1 EA Drop Standard 4-foot Diameter Manhole
The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be
withdrawn until the expiration of ninety (90) days from the date bids are opened.
In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City contracts. The
bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER
UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH
EFFORT FORM ("with Documentation") and /or the JOINT VENTURE FORM as appropriate . The
Documentation must be received by the managing department no later than 5:00 p .m., five (5) City
business days after the bid opening date. Failure to comply shall render the bid non-responsive.
For additional information, please contact Mr. Liam Conlon , Project Manager, City of Fort Worth -
Water Department at (817) 392-6824 or Mr. John R. Atkins, P.E ., Project Manager, Kimley-Hom and
Associates , Inc., at (817) 335-6511.
ADVERTISING DATES:
7/23/09
7/30/09
Fort Worth, Texas
PART A-COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following project :
Sanitary Sewer Rehabilitation Contract LXX(70), Part 4
City Project No. 00439, DOE Project No. 6258,
Water Project No. P253-609170043987, Sewer Project No. P258-709170043987
Addressed to the City of Fort Worth Purchasing Office at 1000 Throckmorton Street, Fort Worth, Texas
76102 will be received until 1:30 p .m.,August 13 , 2009 and then publicly openedandreadaloudat2:00
p .m. in the Council Chambers .
Plans, General Contract Documents and Specifications for this project may be obtained at Kimley-Horn
and Associates , Inc. office , 801 Cherry Street , Suite 950 , Unit 11, Fort Worth, Texas 76102 . A sixty
dollar ($60 .00) non-refundable fee is required for each set of plans and documents . These documents
contain additional information for prospective bidders .
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 Ordinance no . 7 400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the
employment practices .
Bid security is required in accordance with paragraph 2 of the Special Instructions to Bidders .
The major work on the above referenced project shall consist of the following:
Water Line Improvements
8,050 LF 8" Water Line by Open Cut
178 LF 6" Water Line by Open Cut
24 EA 8" Gate Valve
13 EA 6" Gate Valve
12 EA Fire Hydrant
Sanitary Sewer Improvements
370 LF 18" Sanitary Sewer Line by Open Cut
6,389 LF 8" Sanitary Sewer Line by Open Cut
502 LF 8" Sanitary Sewer Line by Pipe Enlargement
39 EA Standard 4-foot Diameter Manhole
1 EA Drop Standard 4-foot Diameter Manhole
Included in the above will be all other miscellaneous items of construction as outlined in the Plans,
General Contract Documents and Specifications.
The City reserves the right to reject any and /or all bids and waive any and/or all formalities . AWARD
OF CONTRACT : 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 investigation are made as to the responsibility of
the bidder to whom it is proposed to award the Contract.
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt
of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). Bidders must also
acknowledge receipt of the Addendum on the outside of their bid envelope . Bids that do not
acknowledge receipt of all addenda may be rejected as being non-responsive . Information regarding the
status of addenda may be obtained by contacting Kimley-Hom and Associated, Inc. at (817) 335-6511.
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract docwnent
at any time . Bidders must complete the proposal section(s) and submit the complete specifications 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
Project Manager named in this solicitation.
In accord with City of Fort Worth Ordinance No.15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City contracts.
A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall
submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION
FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The
Documentation must be received by the managing department no later than 5:00 p.m., five (5)
City business days after the bid opening date. The bidder shall obtain a receipt from the
appropriate employee of the managing department to whom delivery was made. Such receipt
shall be evidence that the documentation was received by the City. Failure to comply shall render
the bid non-responsive.
Bidders are advised that the City of Fort Worth has not acquired all necessary permits and/or easements
for the construction of the project shown in the Plans. Bidders are hereby notified that the City
anticipates obtaining the necessary permits and/or easements by the start of construction. In the event
the necessary permits and/or easements are not obtained, the City reserves the right to cancel the award
of the contract at any time before the Contractor begins any construction work on the project. In
addition, Bidders shall hold their unit prices until the City has obtained all permits .
The Contractor shall be prepared to commence construction without all executed permits and shall
submit a schedule to the City of how construction will proceed in the other areas of the project that do
not required permits.
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal within this document is designed as a package. In order to be considered an acceptable bid,
the Contractor is required to submit a bid for the complete proposal . A bid proposal submittal that is
received with the proposal incomplete will be rejected as being non-responsive. Award of the contract
shall be to the responsive low bidder.
Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and
recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of
the City of Fort Worth.
Pre-qualification Requirements for Water Department Work
The water and/or sanitary sewer improvements must be performed by a contractor who is pre-qualified
by the City of Fort Worth Water Department at the time of bid opening . The procedure for pre-
qualification is outlined in the "Special Instructions to Bidders".
The managing department for this project is the Water Department.
For additional information , please contact Mr. Liam Conlon, Project Manager, City of Fort Worth-Water
Department at (817) 392-6824 or Mr. John R. Atkins, P.E ., Project Manager, Kimley-Hom andAssociates ,
Inc ., at (817) 335-6511.
DALE A. FISSELER, P.E.
CITY MANAGER
MARTY HENDRIX
CITY SECRETARY
ADVERTISING DATES:
7/23/09
7/30/09
Fort Worth, Texas
I e-1 {/. By : /&,)) , Jfl._. y-r 1
Tony Shoiola, P.E., Engineering Manager,
Water Department
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
re insurer in the state of Texas and is the holder of a certificate of authority from the Untied States
secretary of the treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its
sole discretion, will determine the adequacy of the proof required herein.
3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3.7.
4. WAGE RATES:
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 of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code .
Such prevailing wage rates are included in these contract documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to
each worker. These records shall be open at all reasonable hours for inspection by the City . The
provisions of Right to Audit, under paragraph L of Section CI : Supplementary Conditions To Part C -
General Conditions, pertain to this inspection.
(c) The contractor shall include in its subcontracts and /or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the
contractor has complied with the requirements of Chapter 2258 , Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all
times .
5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas .
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort
Worth will not award this contract to a nonresident bidder unless the nonre sident's bid is lower than the
lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident
bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state
in which the nonresident's principal place of business in located .
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes
a contractor whose ultimate parent company or majority owner has its principal place of business in this
state .
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid
to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify
that bidder.
8 . PAYMENT: If the bid amount is $25 ,000 .00 or less , the contract amount shall be paid within forty-
five (45) calendar days after completion and acceptance by the City.
9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with the
employment, advancement or discharge of employees or in connection with the terms, conditions 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.
I 0 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with , or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's
provisions and any other applicable federal, state and local laws concerning disability and will defend,
indemnify and hold City harmless against any claims or allegations asserted by third parties or
subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City 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 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 differen,ces within 30 calendar days.
09/10/04 4
-
PARTB
FORTW°ORTH ..__, ·w· ~ City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
The City 's M/WBE goal on this project is 22 % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded : opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date , exclusive of the bid opening date .
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form , if no M/WBE participation : opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work : opening date , exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid
to met or exceed goal. opening date , exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE ,' WILL RESULT IN THE BID BEING CONSIDERED
".; NON-RESPONSIVE TO SPECIFICATIONS .
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev .11/11/05
FORT WORTH
~
PRIME COMPANY NAME:
PROJECT NAME:
City's M/WBE Project Goal:
%
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
I M/W/DBE I I NON-M/W/DBE
BID DATE
Prime's M/WBE Project Utilization: PROJECT NUMBER
%
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non.:.responsive to bid specifications .
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort _Worth . The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the.
bid being considered non-responsive. to bid . specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant ,
Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall count ies .
Identify each Tier level. Tier is the , level of subcontracting below the prime contractor, i.e ., a direct
payment from the prime contractor to ~ s ubcontractor is considered 1st tier'. a payment by ·a subcontractor to
its supplier is considered 2nd tier .·
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, ·the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease aoreement.
Rev . 5/30/03
FORT WORTH
~
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs .
Please list M/WBE firms first, use addit ional sheets if necessary.
Certification N
(check one) 0
n SUBCONTRACTO~SUPPLIER T N T Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w
Telephone/Fax r B B R 0 B E E C T E
A
Rev. 5/30/03
fORTWORTH -.......,..,-
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary.
Certification N
(check one) 0
n SUBCONTRACTOR/SUPPLIER T N T Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vii
Telephone/Fax r B B R 0 B E E C T E
A
Rev . 5/30/03
-
-
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
ATTACHMENT 1A
Page 4 of 4
The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will ·affect the final compliance determination .
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or
examination of any books , records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements . Any failure to comply w ith this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
Rev. 5/30/03
'.
TO: Mr. Dale A. Fisseler, P.E.
City Manager
Fort Worth, Texas
PROPOSAL -ADDENDUM No. 2
FOR: Sanitary Sewer Rehabilitation Contract LXX:(70), Part 4
DOE No. 6258
City Project No. 00439
Water Project No. P253 -609170043987
Sewer Project No. P258-70917004398 7
Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans,
specifications and the site, understands the amount of work to be done, and hereby proposes to do all the
work and furnish all labor, equipment and materials necessary to fully complete all the work as provided
in the plans and specifications and subject to the inspection and approval of the Director, Water
Department of the City of Fort Worth.
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and
furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for
performing and completing the construction work within the time stated and for the following sum, to-
wit
SECTION A (WATER)
Sanitary Sewer R ehabilitation Contract LXX:(7 0), Part 4
DOE No . 6258; City Project No. 00439; Water Proj ect No. P253 -6091 70043987
Pay
Item
1.
2.
CPMS
No.
BID-
00618
BID -
00616
Qu anti
8,050
178
Unit
L.F.
L.F .
Name of Pay Item with
U nit Price in Words
Pipe -Pressure -8 -inch (PVC C-900 DR-14
Water Pipe by Open Cut (All Depths) with
Backfill) -Install @
T~-¥-' Dollars
And ~~ Cents
Per Unit
Pipe -Pressure -6-inch (PVC C -900 DR-14
Water Pipe by Open Cut (All Depths) with
Backfill) -Install @
T~~ .. ~ Dollars
Unit Bid
Price
$ ~Y.t,O
Amoun t
B id
$ \q\p-so.C ~
And ~ Cents
Per Unit
$ ;l:l,.00 $ "39 I (,.O(I)
3 . BID-1 L.S.
00768
Water Service -2-inch-Temporary -
Install @
4,k_-"A..1.~
V \,l u
And h..C
B -l-R2
Addendum No. 2
Dollars
Cents
Per Unit
$ 51a:l?.OD $SU~.oo
Pay
Item
4 .
5 .
6.
7 .
8.
CPMS
N o .
BID-
00319
BID-
00332
BID-
00227
BID-
00247
BID -
00749
Esti mated U nit
40 L.F .
20 L.F.
60 L.F.
20 L.F.
24 EA.
Nam e of Pay Item with
Unit Price in Words
Pipe -Pressure -6-Inch (Pressure Class
350 Ductile Iron Sewer Pipe with Protecto
401 Interior Lining and Polyethy lene
Encasement b y Open Cut (All Depths) with
Backfill) -Install @
1'-~~~ Dollars
And ~ Cents
Per Unit
Pipe -Pressure -8-Inch (Pressure Class
350 Ductile Iron Sewer Pipe with Protecto
401 Interior Lining and Polyethylene
Encasement by Open Cut (All Depths) with
Backfill) -Install @
~~~ -tZ--o Dollars
And ~ Cents
Per Unit
Pipe -Pressure -10 -Inch (Pressure Class
350 Ductile Iron Sewer Pipe with Protecto
401 Interior Lining and Polyethylene
Encasement by Open Cut (All Depths) with
Backfill) -Install @
~~ib-~ Dollars
And ~ Cents
Per Unit
Pipe -Pressure-12-Inch (Pressure Class
350 Ductile Iron Sewer Pipe with Protecto
401 Interior Lining and Polyethylene
Encasement by Open Cut (All Depths) with
Backfill) -Install @
~~-~ Dollars
And ~ Cents
Per Unit
Valve - 8-inch -(Resilient Seated) Gate
Valv e with Box (Per Detail WTR-002) -
Install @
{A._~"--'
And ~
B -2 -R2
Addendum No. 2
Dollars
Cents
Per Unit
U n it Bid
Price
$ t\,.oo
$ (p~.OD
$ ~Lf. 00
$ 1'1.0C>
$ ·\ODO.DO
Amount
Bid
$ l1'80.0D
$ l:;!4(2.0D
$ '.3 ~c.to.oo
$ \Sc-o.oo
$ J"loa,.cc
. '
Pay
Item
9.
10.
11.
12.
13 .
14.
15.
16 .
CPMS
No.
BID-
00745
BID -
00568
BID-
00751
BID-
00546
BID -
00547
BID-
00549
BID-
00762
BID -
00758
U nit
13 EA.
12 .5 TON
11 EA.
12 EA.
11 EA.
5 EA.
114 EA.
2 ,015 L.F.
Name of Pay Item with
Unit Price in Words
Valve -6-inch - (Resilient Seated) Gate
Valve with Box (Per Detail WTR-002) -
Install @
s~ ~ Dollars
And ,\A..o Cents
Per Unit
Pipe Fittings -Ductile Iron -Less Than 16 -
inch Ductile Iron Pipe -Install @
-r~~~ Dollars
And -~ Cents
Per Unit
Valve -Gate -Remove (12 -inch and
Smaller in Separate Trench Per Item D -30)
@
6)""'--\.-~ Dollars
And 11....o Cents
Per Unit
Fire Hydrant (Per Detail WTR-006) -
Install @
~· ~ Dollars
An~ •J.,\..o Cents
Per Unit
Fire Hydrant -Remove (Per Item D-29) @
}J~ Dollars
And \A..c Cents
Per Unit
Meter Box-Relocate -Install @ ,.1A.)o~~ Dollars
And he Cents
Per Unit
Water Service - 1 Inch-Tap to Main (Detail
WTR-001) -Install @
~~~ Dollars
And S--0-Cents
Per Unit
Water Service -1 Inch (Type K Copper
Water Service Line to Meter Per Item D -
52 .7 and Detail WTR-001) -Install @
~·
And ~~~~
B -3-R2
Addendum No. 2
Dollars
Cents
Per Unit
Unit Bid
Price
$ ,oc.oo
$ ~100.00
$ Lt>O,oo
$i'i'O',CC
$ 1D,l>O
$ ~~o .oo
$ 370,00
$ l t;.oc
Amount
Bid
$~:heo.oo
$~31~.oo
$ l\DD .oo
$ ;21 t,OC.00
$ 1~D .l>D
$ tlso.oo
$"lall!b,OO
$ ~o.;u~.Oll>
Pay
Item
17.
18.
19.
20.
21.
22.
23.
CPMS
No.
BID-
00367
BID-
00423
BID -
00473
BID-
00528
BID -
00401
BID-
00443
BID-
00372
Unit
1 EA.
57 L.F.
6 S.Y.
25 S.F .
25 S.F .
9,298 L.F.
70 L.F.
Cut and
Nam e of Pay Item with
U nit Price in Words
Plug Existing Water
Separate Trench @
4~ ~A• _l-..J
And ~
Main m
Dollars
Cents
Per Unit
Curb and Gutter -Replacement (Per Item
DA-24)@
-r~-~ Dollars
And "'"'° Cents
Per Unit
Valley Gutter -Replacement (Per Item DA-
31)@
~~-~ Dollars
And h,.o Cents
Per Unit
Concrete Sidewalk Replacement (Per Item
D -20)@
<;..~ Dollars
And k-o Cents
Per Unit
Concrete Driveway Replacement (Per Item
D-20)@
5~~a -Dollars
And j,\.,-0 Cents
Per Unit
Pavement -Permanent HMAC Pavement
and Non-Reinforced Concrete Base Repair
(Per Detail STR-028) -Repair @
T~-~
And .~
Trench Safety System
Item D-26) -Install @
{)~
And
B -4-R2
Addendum No. 2
}'1..C)
5-foot
Dollars
Cents
Per Unit
Depth (Per
Dollars
Cents
Per Unit
Unit Bid
P rice
$ ~oo.ro
$ d-3.0l>
$ ~i.oo
$ te,.oo
$ 1.00
$ -:J.1.00
$ I.De>
Amount
Bid
$ ~oo.oo
$ IS IL ,(')0
$ :z wi.oo
$ \ 50,00
$ l,s.oo
$ 2 S 1,01/". tt.!
$ 70.o~
Pay
Item
24 .
25.
26.
CPMS Estimated Unit
No.
BID -6 S.Y.
00141
BID -1 L.S.
00181
BID-1 L.S.
00100
Name of Pay Item with
Unit Price in Words
Grass -St. Augustine Sod (Per Item D-45)
-Install @
I~ Dollars
And l,A...<) Cents
Per Unit
Traffic Control (Per Item DA-117) -Install
@
~..R..,t!'.,. • ..._~~J Dollars
And J"'-0 Cents
Per Unit
Storm Water Pollution Prevention Plan
(SWPPP) -Install @
~~ ~ Dollars
And 11...o Cents
Per Unit
Unit Bid
Price
$ 20 .oo
$ I\ l)t')e,. co
$ HOO,~
Amount
Bid
$ l~o. t,O
$\\roe,, co
$ 1100.00
TOTAL: SECTION A(WATER)$ fo'1~1~l.OO
(Transfer Total to Page B-14-R2)
B -5-R2
Addendum No. 2
List of Ductile Iron Fittings for SECTION A -WATER MAIN RELOCATIONS:
Quantity of Fittings Size of Fitting Type of Fitting
11 8-inch x 8-inch Tee
13 8-inch x 6-inch Tee
3 8-inch x 8-inch Cross
1 8-inch 11 ;4 Degree Bend
7 8-inch 22 Yi Degree Bend
2 8-inch 30 Degree Bend
53 8-inch 45 Degree Bend
6 8-inch 90 Degree Bend
1 6-inch 11 ;4 Degree Bend
1 6-inch 22 Yi Degree Bend
1 6-inch 30 Degree Bend
9 6-inch 45 Degree Bend
0 6-inch 90 Degree Bend
5 8-inch Solid Sleeve
9 6-inch Solid Sleeve
11 8-inch x 6-inch Reducer
Weight per
Fittin (lbs.
2.l#O
~'-l'
~05
l «PO
11,,,r,
I L,O .~ 'I ,c;
lo,
\01
lf)"1
ro1
l l1
tZS
q,
,i~
Total Weight d ~ 3 {pf, lbL <~-/_/.-f_g~~Ton~
B -6-R2
Addendum No. 2
Total Weight
(lbs.)
~1C#O
3, I ~3
°I l~
I f#o
1 l.;)O
3.:Jo
,g t4 8'0
I D5D
107
107
lo,
'1u,2..
-lo,<
"87~
11/.::J IA
SECTION B (SEWER)
Sanitary Sewer Rehabilitation Contract LXX:(70), Part 4
DOE No. 6258; City Project No. 00439; Sewer Project No . P258-709170043987.
Pay
Item
1.
2.
3.
4.
5.
CPMS
Number
BID -
00281
BID -
00282
BID-
00350
BID-
00351
BID-
00332
Unit
175 L.F.
195 L.F.
727 L.F.
5,137 L.F.
250 L.F.
Nam e of Pay Item with
Unit Price in Words
Pipe -Sewer -18 -inch -SDR26 (All
Depths) (PVC SDR26 Pipe by Open Cut
with Backfill) -Install @
o~~ ~ Dollars
And ""'° Cents
Per Unit
Pipe -Sewer -18-inch -SDR35 (All
Depths) (PVC SDR35 Pipe by Open Cut
with Backfill) -Install @
N~-~ Dollars
And l.,\..o Cents
Per Unit
Pipe -Sewer -8 -inch -SDR26 (All
Depths) (PVC SDR26 Pipe by Open Cut
with Backfill) -Install @
~-~ Dollars
And ~ Cents
Per Unit
Pipe -Sewer -8-inch -SDR35 (All
Depths) (PVC SDR35 Pipe by Open Cut
with Backfill) -Install @
I~-~ Dollars
And ·k,.o Cents
Per Unit
Pipe -Pressure -8-Inch (All Depths)
(Pressure Class 350 Ductile Iron Sewer Pipe
with Protecto 401 Interior Lining,
Hydrocarbon Resistant Gaskets and
Polyethylene Encasement by Open Cut with
Backfill) -Install @
' e~
And h-o
B -7-R2
Addendum No. 2
Dollars
Cents
Per Unit
Unit Bid
Price
$ lDCS.oo
$ 4&.l,DO
$ i-,.oo
$ '3"'.00
$ 'iJC,. 00
Amo unt
Bid
$ 11175.CO
$ l1 l'S0,00
$ :l (o "t'iq,o~
$11~,iu~.c p
$~oax,.oD
Pay
Item
6 .
7.
8.
9.
10.
11.
12 .
CPMS
Number
BID-
00332
BID -
00222
BID-
00225
BID -
00961
BID-
00354
BID-
00355
BID -
00356
Unit
275 L.F .
502 L.F.
50 L.F.
13 E.A.
3,108 L.F.
118 E.A
24 EA.
Name of Pay Item with
Unit Price in Words
Pipe -Pressure -8 -Inch (All Depths)
(Pressure Class 350 Ductile Iron Sewer Pipe
with Protecto 401 Interior Lining and
Polyethylene Encasement by Open Cut with
Backfill) -Install @
~-~ Dollars
And k.D Cents
Per Unit
Pipe -6-inch to -8-inch -Enlargement -
HDPE -Install @
e~-tw.o Dollars
And \i1...Ao Cents
Per Unit
Pipe -Sag Adjustment for Pipe (Existing
Pipe at Pipe Enlargement Locations) -
Rehab @
T~~ Dollars
And lA-o Cents
Per Unit
Sewer Service -4 Inch Tap to HDPE by
Pipe Enlargement -Install @
~~ b4d Dollars
And ~ Cents
Per Unit
Sewer Service -4 Inch (Per Detail SAN-
019) -Install @ .
$_~~ Dollars
And -VL-0 Cents
Per Unit
Sewer Service -4 Inch -Service Tap (Per
Detail SAN-019) -Install @
1,..__~~ Dollars
And ~ Cents
Per Unit
Sewer Service -4-inch 2-way Cleanouts
(Per Item D -61 and Detail SAN-011) -
Install @ .~ Lt~~'-J
And 1U)
B -8-R2
Addendum No. 2
Dollars
Cents
Per Unit
Unit B id
Price
$ ~1.00
$ 4'l,OO
$ ~'?>.oo
$ 10D ,OO
$ ·11,,.00
$ 4lo,oo
$ 100.0(:)
A m ount
Bid
$ \S.C\ li(),l'Y
-
$~11~~.oo
$ \l,:,SO.oo
$ lo~.co
$ Lf~7~"1.0'
$ yq seoo.o~
$ ., :I.a:,. N".
Pay
Item
13.
14.
15.
16.
17.
18.
19.
CPMS
Number
BID -
00352
BID -
00352
BID-
00207
BID-
00208
BID-
00213
BID-
00214
BID-
00196
Unit
uantity
1,143 L.F.
20 L.F.
2 EA.
13 V .F.
38 EA.
79 V.F.
40 EA.
Name of Pay Item with
Unit Price in Words
Sewer Plumbing - 4 Inch -SCH 40 -Install
@
~~-~ Dollars
And -k.D Cents
Per Unit
Sewer Plumbing - 4 Inch -SCH 40 (By
Other Than Open Cut) -Install @
~~-~ Dollars
And Cents
Per Unit
Manhole -Drop -Std 4 -foot Diam. -To 6-
foot Depth (Per Item D-27 and Detail SAN-
005M) -Install @
'1"~-~ ~ Dollars
And -"1-0 Cents
Per Unit
Manhole -Drop-Std 4 -foot Diam. -
Added Depth over 6-foot Deep (Per Item D-
27 and Detail SAN-005M) -Install @
bu~ Dollars
And YI-C> Cents
Per Unit
Manhole -Std 4 -foot Diam . -To 6-foot
Depth (Per Item D-27 and Detail SAN-003)
-Install @
'il'ii . ~-~ Lu . ...,bJ ~ Dollars
And h.c Cents
Per Unit
Manhole -Std 4-foot Diam. -Added Depth
over 6-foot Deep (Per Item D-27 and Detail
SAN-003) -Install @
/)_ k.l. ~ &...-J.---1 -tz:;.._ Dollars
And 1,\.0 Cents
Per Unit
Collar -Manhole (Per Item D-27 and Detail
SAN-009) -Install @
.~~
And
B - 9 -R2
Addendum No. 2
1,\-0
Dollars
Cents
Per Unit
Unit Bid
Price
$ 1.\1.Qo
$ ,~.Ob
$ ~5a:>.oo
$ \\D.OD
$ .l'iso.~
$ no.oo
$ '3~.0C>
Amount
Bid
$ s1,at.oc
$ 1&41-lo.co
$ s~.co
$ ·~ 30.00
$ 'ISIOO.~
$ tt,,qo.oo
$ l~oco.~
Pay
Item
20.
21.
22.
23.
24.
25.
26.
CPMS
Number
BID-
00217
BID -
00202
BID -
00201
BID-
00205
BID-
00206
BID-
00587
BID-
00587
Unit
40 EA.
7 ,343 L.F .
7,241 L.F.
5 E.A.
16 EA.
1,512 L.F.
618 L.F.
Name of Pay Item with
U nit Price in Words
Manhole -Vacuum Test -Services @
01AA..~.~ Dollars
And ""'-0 Cents
Per Unit
Inspection -Pre-Construction Cleaning &
TV (Per Item D-35) -Study @
o~ Dollars
And ~ Cents ~ Per Unit
Inspection -Post Construction Cleaning &
TV (Per Item D-38) -Study @
Ot.-uL Dollars
And -tJJ;~ Cents
Per Unit
Manhole -Abandon (Per Item DA-133 and
Detail 1-4 7) @
-r~~ Dollars
And &,\...() Cents
Per Unit
Manhole -Remove (Per Item DA-133)@
-r~ ~""4,.L_J Dollars
And """° Cents
Per Unit
Pipe -Pressure -Abandon (Existing 6-inch
Sanitary Sewer with Flowable Fill Per Item
DA-134)@
4t~ Dollars
And "1-f::> Cents
Per Unit
Pipe -Pressure -Abandon (Existing 8-inch
Sanitary Sewer with Flowable Fill Per Item
DA-134)@
~~
And
B -10 -R2
Addendum No. 2
'l,A.o
Dollars
Cents
Per Unit
Unit Bid
Price
$ \00.00
$ \.Jo
$ t.~o
$ ~oo.co
$ "!aro,oo
$ '5.00
$ "·co
Amount
Bid
$ 4oco,co
$1::1,413.ll)
$~'il'\.~O
$ tsoc.oc
$ 4 Ta:>.oo
$]St,o.oo
$ :31Q8'.-oo
Pay
Item
27.
28.
29.
30.
31.
32.
33 .
CPMS
N umber
BID-
005 87
BID-
01148
BID -
00372
BID -
00134
BID -
00528
BID -
00401
BID -
00458
Unit
350 L.F.
2 EA.
6,739 L.F.
1,147 S.Y.
1,169 S.F.
2 ,818 S.F .
200 S.Y.
Name of Pay Item with
U nit Price in Words
Pipe -Pressure -Abandon (Existing 15-
inch Sanitary Sewer with Flowable Fill Per
Item DA-134)@
T~ Dollars
And 111-<' Cents
Per Unit
Sewer -Point Repair -Open Cut -Install
@
4-~~ J,u.--,( .. ~ Dollars
And ¥-0 Cents
Per Unit
Trench Safety System 5-foot Depth (Per
Item D-26) -Install @
e \,UL Dollars
And 1't--O Cents
Per Unit
Grass -Hydromulch Seeding (Per Item D-
45) -Install @
0 h.C---Dollars
And t,.o Cents
Per Unit
Concrete Sidewalk Replacement (Per Item
D-20)@
~~ Dollars
And Y'-0 Cents
Per Unit
Concrete Driveway Replacement (Per Item
D-20)@
' cs .A.-y Dollars
And ~ Cents
Per Unit
Pavement -Concrete on 2/27 Concrete
Base (Per Detail STR-031)-Repair @
$~-tlvv...t...
And
B-11-R2
Addendum No. 2
l't--o
Dollars
Cents
Per Unit
Unit Bid
Price
$ 10.00
$ '-''?.CC.co
$ t.c:o
$ 1.00
$ 5.oo
$ <,.oo
$ ?3,00
Amount
Bid
$ 35«>,W
$ ~ioro.oO
$ C,'l?ft.DC
$ t\'-l 1.oo
$ Si'IS.oo
$ 11,qo,.co
$l~~oo.a,
Pay
Item
34 .
35.
36 .
37.
38.
39.
40.
41.
CPMS
N umber
BID-
00443
BID-
00121
BID-
00415
BID-
00417
BID -
00423
BID -
00121
BID -
00542
BID -
00145
Unit
uantity
2 ,8 50 L.F.
815 L.F .
2,187 S.Y.
704 S.Y.
385 L.F.
1 L.S.
2 E.A.
100 C.Y.
Name of Pay Item with
Unit Price in Words
Pavement -Permanent HMAC Pavement
and Reinforced Concrete Base Repair (Per
Detail STR-029) -Repair @
~~-~ Dollars
And ~ Cents
Per Unit
Pavement -Flexbase (Per Item E2-2) -
Repair @
:r~-~ Dollars
And f1..,c:> Cents
Per Unit
Alley (Concrete Pavement) -Install @
#~-~ Dollars
And )1..c Cents
Per Unit
Alley (As phalt Pavement) -Install @
-r~ Dollars
And tLo Cents
Per Unit
Curb and Gutter (Per Item DA-24) -
Replacement @
T~~ Dollars
And tA..o Cents
Per Unit
Building Floor Repairs (For Sewer Services
under Buildings) @
'S~~ Dollars
And \A.o Cents
Per Unit
Dehole Exploratory Excavation (Per Item
DA-103) -Study @
{/~~~ Dollars
Cents And h,.()
Per Unit
Potentially Petroleum Contaminated
Material Handling (Per Item DA-37)@
D~~~
And
B -12 -R2
Addendum No. 2
fL-t:)
Dollars
Cents
Per Unit
Unit Bid
Price
$ &.(q.oo
$ ~.De:>
$ 4T.oo
$ =to.co
$ 2~.0D
$ l1~.oo
$ 51r0.0e>
$ l'-0.00
Amount
Bid
$ 1-i,q, i,,~. a~
$ l; q ~o. eci
$ u,,., , ., (D..C b
$ l~o,o.0(1>
$ ca,s~.Olt':I
U7a:o.oo
$ n"'° . Q:)
$11.ttY).~
Pay
Item
42.
43.
44.
CPMS
Number
BID -
00145
BID -
00127
BID-
00100
Unit
100 C.Y.
1 L.S.
1 L.S.
Name of Pay Item with
Unit Price in Words
Loading, Transportation, and Disposal of
Contaminated Soil (Per Item DA-38)@
~~ Dollars
And 1(L..() Cents
Per Unit
Traffic Control -Install @
~~ IMJHM11erJ Dollars
And 1A..O Cents
Per Unit
Storm Water Pollution Prevention Plan
(SWPPP) -Install @
11":,. . _+ -t,.
. L .. ·--• · A ,I Dollars ,_ 0
\J
And ,1,,t..o Cents
Per Unit
Unit Bid
Price
$ 10.00
$1'1~.co
$J~oo.oo
Amount
Bid
$ , (5)00. 00
$ l ~oc::o t 00
$~C\W.o0
TOT AL: SECTION B (SEWER) $ f, 0 S °t , q do-3 , Lf D
B -13 -R2
Addendum No. 2
(Transfer Total to Page B-14-R2)
SECTION A (WATER)
SECTION B (SEWER)
TOTAL (SECTION A+ B)
SUMMARY OF BIDS
$ Co q~ ~3'\ .oo
s l,o'5>q Cita,.~ .'-fo
$ 11 JS~, 1'1'-l~LfD
(Award of contract, if made, shall be to the overall responsible low bidder.)
B -14-R2
Addendum No. 2
City of Fort Worth Approved Standard Products List (Revised 2007)
Manufacturer Model No . National Spec Size
WASTEWATER
Manhole Inserts
El-14 Manhole insert Knutson Enterprises Made to Order -Plastic ASTM D 1248 For 24" dia.
El-14 Manhole insert No flow-Inflow Made to Order -Plastic ASTM D 1248 For 24" dia .
El-14 Manhole insert Southwestern Packing & Seals, inc. LifeSaver -Stainless Steel For 24" dia.
El-14 Manhole In sert So uthw estern Packing & Seals, inc. TetherLok -Stainless Steel For 24" dia
Manholes & Bases/Frames & Covers/Rectangular
Manhole Frames and Covers Western lron Works , Bass & Hays 1001 24"x40" WD
Foundry
Manhole Frames and Covers Vu lcan Foundry 6780 24"x40"WD
Manholes & Bases/Frames & Covers/Standard (Round}
El -14 Manhole Frames and Covers Western lron Works , Bass & Hays 30024 24" Dia .
Fo undry
El-14 Manhole Frames and Covers McKinley Iron Works inc . A24AM 24" Dia.
El-14 Manhole Frames and Covers N eenab Casting 24" Dia.
El-14 Manhole Frames and Covers Vulcan Foundry 1342 ASTM A48 24" Dia.
E l-14 Manhole Frames and Covers Sigma Corporation MH-144N
El -14 Manhole Frames and Covers Sigma Corporation MH-143N
El-14 Manhole Frames and Covers Pont-A-Mousson GTS -STD 24" dia .
El -14 Manhole Frames and Covers Neenah Castin g 24" dia .
E l-14 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia.
El -14 30" DI MH Ring and Cover East Jordan lron Works V l432-2 and V l483 Designs AASHTO M306-04 30" Dia.
El-14 24" DI MH Ring and Co ver Powerseal Model 8200 AASHTOH20, 24" Dia.
(H in ged) ASTM A536
Manholes & Bases/Frames & Covers/Water Tight & Press ure Tight
Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia.
Manhole Frames and Covers N eenab Casting 24" Dia.
El-14 Manhole Frames and Covers Vu lcan Foundry 2342 ASTM A48 24" Dia .
Manhole Frames and Covers Western lron Works,Bass & Hays 300-24P 24" Dia.
Foundry
Manhole Frames and Covers McKinley Iron Works Inc . WPA24AM 24" Dia.
El-14 Manhole Frames and Covers Accucast RC-2100 ASTM A48 24" Dia.
El-14 Manho le Frames and Covers Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A48 24" Dia .
Manholes & Bases/New/Components
Urethane Hydrophilic Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM
Waterstop D2240/D412/D792
Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35 -0 048-001
Profile Gasket for 4' Diam. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-SSMH
MH . 361
HOPE Manhole adjustment Ladtech , lnc HOPE Adjustment Ring Non-traffic
Ring area
Manhole External Wrap Canusa -C PS WrapidSeal Manhole
Encapsulati on System
B -15-R2
Addendum No. 2
Manholes & Bases/New/Precast Concrete
El-14 Manhole, Precast Concrete
El-14 Manhole
E l-14 Manhole, Precast Concrete
El-14 Manhole, Precast Concrete
El-14 Manhole, Precast Concrete
El-14 Manhole, Precast Concrete
Manholes & Bases/New/Fiberglass
Fiberg lass Manhole
Fiberglass Manhole
Hydro Conduit Corp
Wall Concrete Pipe Co. Inc.
Gifford-Hill
Concrete Product Inc.
The Turner Company
Oldcastle
Fluid Containment, Inc .
L.F. Manufacturing
Manholes & Bases/Rehab Systems/Cementitious
El-14 Manhole Rehab Systems Quadex
E l-14 Manhole Rehab Systems Reliner MSP
El-14 Manhole Rehab Systems AP /M Permaform
El-14 Manhole Rehab System Strong -Seal Systems
El-14 Manho le Rehab System Poly-triplex Technologies
General Concrete Repair FlexKrete Technologies
Manholes & Bases/Rehab Systems/NonCementitious
E l -14
El -14
Manhole Rehab Systems
Manhole Rehab Systems
Coatings for Corrosion
Protection
Coatings for Corrosion
Protection
Coatings for Corros ion
Protection
Sprayroq ,
Sun Coast
Chesterton
Warren Environmental
Citadel
SPL Item #49
48" l.D . Manhole w / 32" Cone
48" l.D. Manhole w/ 24" Cone
Various Diameter Precast
Manholes
Flowtite
Standard Cement Materials,
lnc.
Strong Seal MS2A Rehab
System
ASTM C478
ASTM C-443
ASTM C478
ASTM C478
ASTM C 478
ASTM C478
ASTM 3753
MH repair product to stop ASTM D5813
infiltration
48"
48"
48"
48" w/32"
cone
48"
48" -96"
Non-traffic
area
Non-traffic
area
Vinyl Po lyester Repair Product Misc. Use
Spray Wall Polyurethane
Coating
Arc 79 1, SIHB, SI, S2
S-301 and M-301
SLS-30 Solids Epoxy
ASTM D639/D790
Acid Resistance
Test
Sewer
Applications
Sewer
Applications
Sewer
Applications
Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete
Hobas Pipe
Flowtite
Polymer Modified Concrete
Pipe
Pipes/New/Concrete
El-04
E l-04
E l-04
E l-04
Cone . Pipe , Reinforced
Cone . Pipe , Reinforced
Cone. Pipe, Reinforced
Cone. Pipe , Reinforced
Hobas Pipe USA , lnc.
Amitech USA
Amitech USA
Wall Concrete Pipe Co. Inc .
Hydro Conduit Corporation
Han son Concrete Products
Concrete Pipe & Products Co. Inc.
B -16 -R2
Addendum No. 2
Meyer Polycrete Pipe
Class Ill T&G , SPL Item #77
SPL Item #95 -Manhole , #98-
Pipe
ASTM C33 , A276 ,
F477
ASTM C 76
ASTM C 76
ASTM C 76
ASTM C 76
8" to 102",
Class V
Pipes/New/Ductile Iron
El-06 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron AWWAC l50, 3" thru24"
Pressure Pipe, Class 51 CL C I51
E l-06 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe AWWA C l50/C l51 4", 8"& 10 "
E l-06 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWAC l50,
Cl51
El-06 Ductile Iron Pipe Mc Wane Cast Iron Pipe Co. AWWA C I50,
C l51
Piges/New/HDPE (Pige Bursting/Sliglining)
High-density polyethylene pipe Phillips Driscopipe, Inc . Opticore Ductile Polyethylene ASTMD 1248 8"
Pipe
High-density polyethylene pipe Plexco Inc. ASTM D 1248 8"
High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8"
High -density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Piges/New/PVC*
El -31 PVC Corrugated Sewer Pipe Contech Construction Products , Inc . Contech A-2000 Sewer Pipe ASTMF949 8" thru 36"
E l-31 PVC Corrugated Sewer Pipe Uponor ET! Company Ultra corr 24" to 36"
Only
E l-25 PVC Sewer Pipe Can-Tex , Industries ASTM D3034 4" thru 12 "
E l-25 PVC Sewer Pipe Certain-Teed Products Corp ASTM D 3034 4" thru 15"
E l-25 PVC Sewer Pipe Napco Manufacturing Corp ASTM D 3034, D 41 1 & 8"
1784
El-25 PVC Sewer Pipe J-M Manufacturing Co mpany, Inc. ASTMD 3034 4" -15"
El-27 PVC Sewer Pipe Diamond Plastics Corporation ASTM F 789, 4" thru 15"
ASTM D3034
E l-27 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4"thru 15"
El-25 PVC Sewer Pipe Extrusion Technologies, Inc ASTM D3034 8", 10"
E l-28 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27"
El-28 PVC Sewer Pipe J-M Manufacturing Company, Inc . ASTM F 679 18 " -27"
El00-2 PVC Sewer Pipe Lamson Vylon Pipe ASTM F794
E l-29 PVC Truss Pipe Contech Construction Products, Inc Contech PVC Truss Pipe ASTM D2680 8" through
15"
El00-2 C losed Profile PVC Pipe Diamond Plastics Corporation ASTM I 803/F794 18" to 48"
El -28 PVC Solid Wall Pipe Diamond Plastics Corporation PS 46 ASTM F-679 18" to 48"
El -25 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket ASTM D-3034, D-4" -15 "
Fittings 17 84, etc
El-27 PVC Sewer Pipe PipeLife Jetstream SDR-26 and SDR-35 PVC ASTM D3034 , 4" -15"
Pipe D3212,F477
Piges/New/Ribbed Open Profile Large Diameter
EI00-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. C losed ASTM F679 18 " to 48"
Profile Pipe,
EI00-2 PVC Sewer Pipe , Ribbed Ex trusion Technologies, Inc. U ltra-Rib Open Profile Sewer ASTM F679 18" to 48"
Pipe
El00-2 PVC Sewer Pipe, Ribbed Uponor ET! Company
Piges/Rehab/CIPP
C ured in Place Pipe lnsituform Texark, Inc ASTM F 1216
C ured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-
5813
C ured in Place Pipe lnliner USA lnliner ASTM F 1216
B -17-R2
Addendum No. 2
f'spec
~o.
Classification
Pipes/Rehab/Fold & Form
Fo ld and Form Pipe
Fo ld and Form Pipe
Fold and Fom1 Pipe
Fold and Form Pipe
Fo ld and Form Pipe
Pipe Enlargment System (Method)
PIM System
McConnell Systems
TRS Systems
Pipe Casing Spacers
Coatings
Steel Band Casing Spacers
Stainle ss Steel Casing Spacer
Casing Spacers
Epoxy Lining System
Epoxy Lining System
Interior Ductile Iron Pipe
Coating
Manufacturer
Cullum Pipe Systems , Inc.
ln situform Technologies , Inc .
American Pipe & Plastics, lnc.
Ultraliner
Mi ll er Pipeline Corp.
PIM Corporation
McLat Construction
Trenchless Replacement System
Advanced Products and Systems, Inc.
Advanced Products and Systems, Inc .
Cascade Wateiworks Manufacturing
Sauereisen, Inc
Rinker Materials
lnduron
WATER
PipesNalves & Fittings/Combination Air Release
El -I I
El-I I
El -II
Combination Air Release
Valve
Combinati on Air Release
Va lve
Combination Air Release
Va lve
GA Industries, In c.
Multiplex Manufacturing Co.
Valve and Primer Corp.
PipesNalves & Fittings/Ductile Iron Fittings
El-07 Ductile Iron Fittings
E l-07 Ductile lron Fittings
El-07 Ductile Iron Fittings
El-07 Ductile lron Fittin gs
El -07 MJ Fittings
El-07 Ductile Iron Joint Restraints
Star Pipe Products , In c.
Griffin Pipe Products , Co .
McWaneffyler Pipe/ Uni on Utilities
Division
Uni -Flange
Sigma, Co.
One Bo lt, lnc .
B -18-R2
Addendum No. 2
ln situform "NuPlpe" ASTM F-1504
Ultra liner PVC Alloy Pipeliner ASTM F-1504 ,
1871 , 1867
EX Method ASTM F-1504, F-
1947
Polyeth ylene
Polyethylene
Polyethylene
Carbon Steel Spacers, Model
SI
Stainless Steel Spacer, Model
SSI
Casing Spacers
SewerGard 210RS
Ertech 2030 and 2100 Series
Protecto 40 I
Empire Air and Vacuum
Valve, Model 935
Crispin Air and Vac uum
Va lv es , Model No. A5, AIO &
A20
APCO #143C, #145 C and
#147C
Mechanical Joint F ittings
Mechanical Joint Fittings
Mechanical Joint Fittings , SSB
Class 350
Series 1500 Circ le Lock Pipe
Restraints
Compact DI Fittings
One Bo lt Restrained Joint
Fitting
PIM Corp., Piscata
Way,N.J .
Houston, Texas
Calgary, Canada
LA County #2 10-
1.33
ASTM B-117
ASTM A 126 Class
B, ASTM A 240 -
float , ASTM A 307
-Cover Bolts
AWWAC l53&
CI IO
AWWAC 110
AWWAC 153 ,C
11 0,C Ill
AWWACl53
AWWA
C l I I/Cl 16/Cl53
Demo.
Purpose
Only
Upto 18"
diameter
Approved
Previously
Approved
Previously
Approved
Previously
Ductile Iron
Pipe Only
1"&2"
1/2", I " &2"
1",2" & 3"
4" -24"
4" to 12"
Spec Classification Manufacturer ModelNo. National Spec
No.
El-07 Sigma One*Lok Mechanical Sigma, Co. Sigma One-Lok Mechanical AWWAC I I/C l53 4" to 24"
Joint Retainer Glands Joint Restrainer
El-07 Mechanical Joint Fittings SIP Industries Mechanical Joint Fittings AWWAC l53 4" to 24"
Pi12esNalves & Fittings/Resilient Seated Gate Valve*
El-26 Resilient Seated Gate Valve Clow Valve Co. ANSI/AWWAC 16"
509, ANSI 420 -
stem , ASTM A 276
Type 304 -bolts &
nuts
El-26 Resilient Seated Gate Valve U.S . Pipe and Foundry Co. Metroseal 250, requirements 3" to 16 "
SPL#74
E l-26 Resilient Seated Gate Valve American A VK Compan y AWWAC509, 4 " -12" On
ANSI 420 -stem , Hold
ASTM A 276 Type
304 -Bolts & nuts
E l-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWAC509, 4" -12"
ANSI 420 -stem,
ASTM A 276 Type
304 -Bolts & nuts
El-26 Resilient Seated Gate Valve Mueller Co. 4" -12"
E l-26 Resilient Seated Gate Valve M&H 4" -12 "
El-26 ResiJjent Seated Gate Valve Kennedy 4" -12"
El-26 Resilient Seated Gate Va lve American Flow Control Waterous-AFC 4 " -12"
Clow Resilient Seat Valve Clow Valve Co. Drawing# D-21652 24" or
w/SpurGear Smaller
Re silient Wedge Gate Valve American Flow Control American Flow Control Series 20" &24"
w/SpurGear 2500 Drawing # 94-20255
Muller Re silient Wedge Gate Muller Company Drawing # 6647 16"
Valve
Resilient Wedged Gate Valve American Flow Control American Flow Control Series 16"
wino Gears 2500 Drawing# 94-20247
Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C5 15 30" and 36"
Resijjent Wedge Gate Valve American Flow Control Series 2520 and Series 2524 AWWAC515 20" and 24"
Resilient Wedge Gate Valve American Flow Control Series 2516 AWWA C515 16 "
E l-26 Resilient Wedge Gate Valve American Flow Control Series 2500 AWWAC509 4 " to 12 "
Resilient Wedge Gate Valve American Flow Control 42 " and 48" AFC 2500 AWWA C5 15 42" and 48 "
E l-26 Resilient Wedge Gate Valve American A VK Company AWWAC509 4" to 12"
Resilient Wedge Gate Valve Mueller Co. Series A236 I AWWAC515 16"
Resilient Wedge Gate Valve Mueller Co. Series A2360 for I 8" -24" Dia. AWWA C515 24" and
smaller
El-26 Resihent Wedge Gate Valve Clow Valve Co. AWWAC509 411
-12"
Resilient Wedge Gate Valve C low Valve Co. AWWA C515 16"
Resilient Wedge Gate Valve Clow Valve Co. AWWA C515 24" and
smaller
Resilient Wedge Gate Valve C low Valve Co. Clow 30" & 36" C-515 AWWAC5 15 30" and 36"
Resilient Wedge Gate Valve American A VK Company 20" and
smaller
Resilient Wedge Gate Valve Muller Co mpany Mueller 30" & 36", C-5 15 AWWAC515 30" and 36"
Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-5 15 AWWA C515 42" and 48"
Pi12esNalves & Fittings/Rubber Seated Butterfly Valve
El-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24"
El-30 Rubber Seated Butterfly Valve Mueller Co. AWWAC-504 24"
El-30 Rubber Seated Butterfly Valve Dezurik Valves Co . AWWA C-504 24" and
larger
El-30 Va lmatic American Butterfly Valmatic Valve and Manufacturing Valve &Equipment AWWA C-504 Up to 84"
Valve Corp . Consultants, In c. diameter
El-30 Rubber Seated Butterfly Valve M&H M&H Style 4500 and 1500 AWWAC-504 Up to48"
B -19-R2
Addendum No . 2
...
Spec Classification
No.
Sampling Station
Water Sampling Station
D!}'. Barrel Fire H:ydrants
E-1-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
El-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
E-1-12 Dry Barrel Fire Hydrant
Water Appurtenances
E l-1 8A Plastic Meter Boxes
Double Strap Saddle
SS Tapping Saddle
Tapping Saddle
Plastic Meter Box w CI Lid
Plastic Meter Box w/ Plastic
Lid
Pol:yeth:ylene Encasement
El-13 Polyethylene Encasment
El-13 Polyethylene Encasment
EI-13 Polyethylene Encasment
Meters
E IOJ-5 Detector Check Meter
Magnetic Drive Vertical
Turbine
Manufacturer
Water Plus
American-Darling Valve
American Darling Valve
Clow Corporation
American A VK Company
Clow Corporation
ITT Kennedy Valve
M&H Valve Company
Miller Company
U.S . Pipe & Foundry
Waterous Co mpany
East Jordan Iron Works, Inc .
Smith Blair
JCM Industries , Inc.
JCM Industries , Inc .
ACCUCAST
DFW Plastics In c.
Flexsol Packaging
Mountain States Plastics (MSP) and AEP
Ind.
AEP Industries
Ames Company
Hersey
B -20-R2
Addendum No. 2
ModelNo. National Spec Size
diameter
B20 Water Sampling Station
Drawing Nos. 90-18608 , 94-AWWAC-502
18560
Shop Drawing No. 94-18791 AWWA C-502
Shop Drawing No. D-19895 AWWAC-502
Model 2700 AWWAC-502
Drawings D20435 , D20436 , AWWA C-502
B20506
Shop Drawing No. D-AWWAC-502
80783FW
Shop Drawing No. 13476 AWWAC-502
Shop Drawings No. 6461 AWWAC-502
Shop Drawing No. 960250 AWWAC-502
Shop Drawing No. SK740803 AWWAC-502
Meter Box (Plastic) w/ Cl lid Class A, B,
C
#317 Coated Double Strap
Saddle
#406 Double Band SS Saddle I" to 12"
taps
#405 Coated Tapping Saddle I" to 12"
taps
Class "A" Plastic Box w/ CI Cla ss "A"
Lid
C lass"A " Plastic Box w/ Plastic Class "A"
Lid
Fulton Enterprises AWWA Cl05 8mil LLD
Standard Hardware AWWAC105 8 mil LLD
Bullstrong by Cowtown Bolt & AWWA CI05 8 1nil LLD
Gasket
Model 1000 Detector Check AWWAC550 411
-10"
Valve
Magnetic Drive Vertical AWWAC701, 3/4" -6"
C lass I
PROPOSAL
Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver
an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithful
performance of this Contract. The attached bid security in the amount of$ 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.
The undersigned bidder verified that he has obtained at least one set of the General Contract Documents
and General Specifications for Water Department Projects dated January 1, 1978 , and that he has read and
thoroughly understands all the requirements and conditions of those General Documents , and the specific
Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any labor
organization, subcontractors , or employment agency in either furnishing of referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as
amended by the City Ordinance No. 7400.
The bidder agrees to begin construction within 10 calendar days after issue of the work order, and to
complete the contract by 240 calendar days as set forth in the written work order to be furnished by the
Owner. The work order will be issued no later than 90 days after the award of the contract.
A. The principal place of business of our company is in the State of ___________ __,
Non-resident bidders in the State of , our principal place of business , are
required to be percent lower than resident bidders by state law. A copy of the statute
is attached.
Non-resident bidders in the State of ________ , our principal place of business , are not
required to underbid resident bidders.
The principal place of business of our company or our parent company or majority owner is in the
State of Texas.
Receipt is acknowledged of the following addenda:
Addendum No. 1 (initials) _b_
Addendum No. 2 (initials)~
Addendum No. 3 (initials) ___ _
(SEAL) if Bidder is Corporation
Date: ~ J 1 ~ / ;)..oQq
B -21-R2
Addendum No. 2
Title: °Pt::2.e::,.1 D E'Z-:JJ:
Address: '933) 'St:,u-rHWe*'-r &llf:>.
&elJ 8J2oc>K'.. , ix 7 f&.13~
Telephone: 611-132.-3.;l.OQ
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders ( out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Nonresident vendors in (give State), our principal place of
business, are required to be percent lower than resident bidders
by State law. A copy of the Statute is attached.
Nonresident vendors in (give State), our principal
place of business, are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas.K
BIDDER:
/t,~3) Seutttwe-sr Bl.vb .
Address
City/State/Zip
Title: __ ft~=e=s=-'-, t:>-=--ce~lJT ______ _
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
.,
•.
. -.
'•
. .; ,-
l, PARTC
.,
. ' r
,,
,.
'
'' t'
',
'I·-
t•
".\
{ . ... ~):
"' '
t .~ .. .. 1.t..ttt
' •N
. ' ' i1t '.Ii: rr., ~ .. "-
-....
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987
TABLE OF CONTENTS
Cl-1 DEFINITIONS Cl-1 (1)
Cl-1.1 Definition of Terms Cl-1 (1) ,.._ Cl-1.2 Contract Documents Cl-1 (2)
Cl-1.3 Notice to Bidders Cl-1 (2)
Cl-1.4 Proposal Cl-1 (2)
Cl-1.5 Bidder Cl-1 (2)
Cl-1.6 General Conditions Cl-1 (2)
Cl-1.7 Special Conditions Cl-1 (2)
r" Cl-1.8 Specifications . Cl-1 (2)
Cl-1.9 Bonds Cl-1 (2)
Cl-1.10 Contract Cl-1 (3) -Cl-1.11 Plans Cl-1 (3)
Cl-1.12 City Cl-1 (3)
Cl-1.13 City Council Cl-1 (3) .-.
Cl-1.14 Mayor Cl-1 (3)
Cl-1.15 City Manager Cl-1 (3)
"-. Cl-1.16 City Attorney Cl-1 (3)
Cl-1.17 Director of Public Works Cl-1 (3)
Cl-1.18 Director, City Water Department Cl-1 (3)
Cl-1.19 Engineer Cl-1 (3)
Cl-1.20 Contractor Cl-1 (3)
C 1-1.21 Sureties Cl-1 (4)
Cl-1.22 The Work or Project Cl-1 (4)
Cl-1.23 Working Day Cl-1 (4)
Cl-1.24 Calendar Days Cl-1 (4)
Cl-1.25 Legal Holidays Cl-1 (4)
Cl-1.26 Abbreviations Cl-1 (4)
Cl-1.27 Change Order Cl-1 (5) .. --.. Cl-1.28 Paved Streets and Alleys Cl-1 (5)
Cl-1.29 Unpaved Streets or Alleys Cl-1 (6)
Cl-1.30 City Street Cl-1 (6) -Cl-1.31 Roadway Cl-1 (6)
Cl-1.32 Gravel Street Cl-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.1 Proposal Form C2-2 (1) -.
C2-2.2 Interpretation of Quantities C2-2 (1)
C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2)
C2-2.4 Submitting of Proposal C2-2 (2)
C2-2.5 Rejection of Proposals C2-2 (3)
(1)
C2-2 .6
C2-2.7
C2 -2.8
C2-2.9
C2-2 .10
C2-2.11
C2-2 .12
C3-3
C3-3.1
C3-3 .2
C3-3.3
C3-3.4
C3-3 .5
C3-3 .6
C3-3 .7
C3-3 .8
C3-3.9
C-3-3.10
C3-3.11
C3-3.12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4.1
C4-4.2
C4-4.3
C4-4.4
C4-4 .5
C4-4.6
C4-4.7
C5-5
C5-5.1
C5-5 .2
C5-5.3
C5-5.4
C5-5.5
C5-5 .6
C5-5 .7
C5-5.8
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
A WARD AND EXECUTION OF DOCUMENTS:
Consideration of Proposals
Minority Business Enterprise/Women Business
Enterprise Compliance
Equal Employment Provisions
Withdrawal of Proposals
A ward of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payrolls
Contractor's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
. Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Schedule of Operation
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 City Inspector
(2)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2 -2 (4)
C2-2 (4)
C2-2 (4)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3 -3 (3)
C3 -3 (3)
C3-3 (4)
C3 -3 (4)
C3 -3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
C4-4 (1)
C4-4 (1)
C4-4 (1)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 (4)
C5-5 (1)
C5-5 (1)
C5-5 (1)
C5-5 (2)
C5-5 (2)
C5-5 (3)
C5 -5 (3)
C5-5 (3)
C5-5.9 Inspection C5-5 (4)
C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4)
A C5-5.1 l Substitute Materials or Equipment C5-5 (4)
C5-5.12 Samples and Tests of Materials C5-5 (5)
C5-5.13 Storage of Materials C5-5 (5)
C5-5.14 Existing Structures and Utilities C5-5 (5)
C5-5.15 Interruption of Service C5-5 (6)
C5-5.l 6 Mutual Responsibility of Contractors C5-5 (7) ..... C5-5 .17 Clean-Up C5-5 (7)
C5-5.l 8 Final Inspection C5-5 (8)
-~
C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.l Laws to be Observed C6-6 (1)
C6-6.2 Permits and Licenses C6-6 (1)
C6-6.3 Patented Devices, Materials, and Processes C6-6 (1)
C6-6.4 Sanitary Provisions C6-6 (1)
C6-6.5 Public Safety and Convenience C6-6 (2)
C6-6.6 Privileges of Contractor in Streets, Alleys, C6-6 (3)
,---,, and Right-of-Way
C6-6 .7 Railway Crossings C6-6 (3)
C6-6.8 Barricades, Warnings and Flagmen C6-6 (3)
"'-, C6-6 .9 Use of Explosives, Drop Weight, Etc. C6-6 (4)
C6-6.10 Work Within Easements C6-6 (5)
C6.6.11 Independent Contractor C6-6 (6) -C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6)
C6-6.13 Contractor's Claim for Damages C6-6 (8)
C6-6.14 Adjustment or Relocation of Public Utilities , Etc . C6-6 (8)
C6-6.15 Temporary Sewer and Drain Connections C6-6 (8)
C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9)
C6-6.l 7 Use of a Section or Portion of the Work C6-6 (9)
C6-6.18 Contractor's Responsibility for the Work C6-6 (9)
C6-6.19 No Waiver of Legal Rights C6-6 (9)
C6-6.20 Personal Liability of Public Officials C6-6 (10)
C6-6.21 State Sales Tax C6-6 (10)
-C7-7 PROSECUTION AND PROGRESS
C7-7.1 Subletting C7-7 (1)
C7-7.2 Assignment of Contract C7-7 (1) -.
C7-7.3 Prosecution of The Work C7-7 (1)
C7-7.4 Limitation of Operations C7-7 (2)
C7-7.5 Character of Workmen and Equipment C7-7 (2)
C7-7 .6 Work Schedule C7-7 (3)
C7-7.7 Time of Commencement and Completion C7-7(3)
C7-7 .8 Extension of Time Completion C7-7(3)
C7-7.9 Delays C7-7 (4)
(3)
C7-7 .10
C7-7.ll
C7-7.12
C7-7 .13
C7-7.14
C7-7.15
C7-7 .16
C7-7.l 7
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract due to National Emergency
Suspension or Abandonment of the Work
and Annulment of the Contract:
Fulfillment of Contract
Termination for Convenience of the Owner
Safety Methods and Practices
C8-8 MEASUREMENT AND PAYMENT
C8-8.1
C8-8.2
C8-8.3
C8-8.4
C8-8.5
C8-8 .6
C8-8.7
C8-8.8
C8-8.9
C8-8.10
C8-8 . l 1
C8-8.12
C8-8.13
Measurement Of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
(4)
C7-7 (4)
C7-7 (5)
C7-7(5)
C7-7 (6)
C7-7 (6)
C7-7 (8)
C7-7 (8)
C7-7 (11)
C8-8 (1)
C8-8 (1)
C8-8 (l)
C8-8 (1)
C8-8 (2)
C8-8 (3)
C8-8 (3)
C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
-
-.
-
-
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used , the intent and meaning shall be
understood and interpreted as follows :
Cl-1.2 CONTRACT DOCUMENTS : The Contract Documents are in all of the written
and drawn documents , such as specifications , bonds, addenda, plans, etc ., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents .
a .
b.
GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A-NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items :
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C-GENERAL CONDITIONS
PART D-SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders.
C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done , together with the bid security ,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person, persons , firm , partnership , company , association,
corporation , acting directly or through a duly authorized representative , submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure , the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions , the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS : Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials ,
construction, workmanship , equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications , regulations ,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security fw:nished by
the Contractor for prompt and faithful performance of the contract and include the
following :
a. Performance Bond (see paragraph C3-3.7)
b. Payment Bond (see paragraph C3-3.7)
c. Maintenance Bond (see paragraph C3-3.7)
d. Proposal or Bid Security (see Special Instructions to Bidders , Part A and
C2-2.6)
Cl-1 (2)
-
-
-
......
C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties
about the project to be completed under the Contract Documents .
C 1-1.11 PLANS: The plans are th_e drawings or reproduction s therefrom made by the
Owner 's representative showing in detail the location, dimension and position of the
various elements of the project, including such profiles , typical cross-sections, layout
diagrams , working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they . are part of the Contract
Documents just as though they were bound therein.
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 charter to perform specific duties.
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous .
Cl-1.13 CITY COUNCIL : The duly elected and qualified governing body of the City
of Fort Worth, Texas.
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern
of the City of Fort Worth, Texas.
C 1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative .
Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
C 1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth , Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas ; or his duly
authorized representative, assistant, or agents.
Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants , agents , engineers, inspectors ,
or superintendents, acting within the scope of the particular duties entrusted to them .
Cl-1.20 CONTRACTOR: The person, person 's , partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work , acting
directly or through a duly authorized representative. A sub-contractor is a person , firm,
Cl-1 (3)
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools , equipment, and incidentals necessary to produce a completed and
serviceable project.
Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays, in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a .m. and 6:00 p.m., with exceptions
as permitted in paragraph C7-7.6
C 1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows:
1.
2.
3.
4.
5.
6 .
7 .
8 .
9.
New Year's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if
it falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations. Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
Cl-1 (4)
/
-
-
-
-.
-
-
SECTION C -GENERAL CONDITiONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2. l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed , provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record ," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency , and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared , the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten ( 10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received , and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid .
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in an y way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2(1)
C2-2 .3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents.
Bidders are required, prior to filing of proposal , to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions , to inform themselves by their own independent research and investigations,
tests , boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests ,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based . It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices , written in ink in both
words and numerals , for which he proposes to do work contemplated or furnish the
materials required . All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals , the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual , his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm , association, or
partnership , the name and address of each member of the firm, association , or partnership ,
or by person duly authorized. If a proposal is ~ubmitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2(2)
-
-
,-
--. ' .
-
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2 .5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures, additions not called for, conditional or uncalled for
alternate bids , erasures, or irregularities of any kind , or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened .
C2-2.6 BID SECURITY : No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids.
C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place . The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth , Texas.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals . A request for
non-consideration must be made in writing , addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time . If such confirmation is not received within forty-eight ( 48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2(3)
C2-2.10 PUBLIC OPENING OF PROPOSAL : Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders ." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded . Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2.l 1 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions , alterations of form, additions , or conditions not called for ,
unauthorized alternate bids, or irregularities of any kind. However , the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City . Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their
proposals not considered for any of, but not limited to , the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which , in the judgment of the Owner , will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following :
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A " -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who , in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened .
C2-2(4)
-.
-
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 A WARD AND EXECUTION OF DOCUMENTS :
C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents .
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request ,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal , state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3.5 A WARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time , not to exceed forty-five (45) days after the
date of opening proposals , and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if award is made , will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award.
C3-3.6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price totals
have been determined for comparison of bids, the Owner may, at its discretion , return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents , the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds :
a. PERFORMANCE BOND : A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials . This performance bond shall guarantee the
payment for all labor , materials , equipment , supplies , and services used in
the construction of the work , and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City .
b. MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10 .
c. PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise , guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
--
d.
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344 , Acts 56 1
h Legislature, Regular Session , 1959, effective April 27,
1959 , and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications . Payment Bond shall remain in force until all
payments as above stipulated are made.
OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas , and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company . Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties , as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager .
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may annual the Award . By reason of the uncertainty of the
market prices of material and labor , and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee 's
failure to execute said bonds and contract within ten (10) days , the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
CS-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and
request that a Final Inspection be made . Such inspection will be made within 10 ·days
after such notification. After such final inspection, if the work and materials and
equipment are found satisfactory, the Contractor will be notified in writing of the
acceptance of the same after the proper resolution has been passed by the City Council.
No time charge will be made against the Contractor between said date of notification of
the Engineer and the date of final inspection of the work .
C5-5 (8)
.,
_,
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6 .1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations , and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner , and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work , properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
' I
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE : Materials or equipment stored
about the work shall be placed and used, and the work shall at all times be so conducted ,
as to cause no greater obstruction or inconvenience to the public than is considered to be
absolutely necessary by the Engineer. The Contractor is required to maintain at all times
all phases of his work in such a manner as not to impair the safety or convenience of the
public, including, but not limited to , safe and convenient ingress and egress to the
property contiguous tot he work area. The Contractor shall make adequate provisions to
render reasonable ingress and egress for normal vehicular traffic, except during actual
trenching or pipe installation operations, at all driveway crossings. Such provisions may
include bridging , placement or crushed stone or gravel or such other means of providing
proper ingress and egress for the property served by the driveway as the Engineer may
approve as appropriate. Such other means may include the diversion of driveway traffic,
with specific approval by the Engineer, If diversion of traffic is approved by the Engineer
at any location , the Contractor may make arrangements satisfactory to the Engineer for
the diversion of traffic , and shall, at his expense, provide all materials and perform all
work necessary for the construction and maintenance of roadways and bridges for such
diversion of traffic. Sidewalks must not be obstructed except by special permission of the
Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves , or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention ,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice , and in either case , the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters , Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets , alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings .
C6-6(2)
The Contractor shall at all times conduct his operat ion and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims . The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract , the Contractor will be
permitted to use and occupy such portions of the public streets and alleys, or other public
places or other rights-of-way as provided for in the ordinances ofthe City , as shown in
the Contract Documents , or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials , and equipment for construction purposes may be
stored in such space , but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks , the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc . Other contractors of the Owner may ,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6-6. 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed , the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City . The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish , erect , and maintain such barricades , fences, lights, and danger
signals, shall provide such watchman , and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade . A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into , any work under
C6-6(3)
construction or being maintained . The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage .
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos . 27 ,
29, 30 and 31.
The Contractor will not remove any regulatory sign, instructional sign, street name sign ,
or other sign which has been erected by the City . If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs , the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign. If the
temporary sign is not installed correctly or if it does not meet the required specifications,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can· be re-
installed , the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades , signs, fences, lights, or watchmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades, signs, fences
and lights, and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation , except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period , as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor
elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care
shall be exercised at all times so as not to endanger life or property. The Contractor shall
notify the proper representative of any public service corporation, any company,
individual , or utility , and the Owner, not less than twenty-four hours in advance of the use
C6-6(4)
(.
,.
r .
of any activity which might damage or endanger their or his property along or adjacent to
the work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or
into private property, the Owner will provide such right-of-way or easement privileges, as
the City may deem necessary for the prosecution of the work. Any additional rights-of-
way or work area considered necessary by the Contractor shall be provided by him at his
expense . Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which ·
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns,
fences, culverts, curbing , and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work.
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing , rebuilding, or otherwise
C6-6(5)
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing , either wire mesh or barbed wire is to be crossed , the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary , the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight , and/or at all times to prevent
livestock from entering the construction area . The cost for fence removal , temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore , no separate payment sha11 be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nuisance or hazardous condition results,
proceed to repair , rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6. l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer , agent, servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same , and shall
be solely responsible for the acts and omissions of its officers, agents, servants ,
employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers , agents, employees,
contractors and subcontractors , and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to , and does hereby indemnify , hold harmless and defend Owner, its
officers , agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury , including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees , contractors, subcontractors , licensees or
invitees , whether or not caused, in whole or in apart , by alleged negligence on the part of
officers, agents , employees, contractors , subcontractors , licensees or invitees of the
C6-6(6)
......
Owner ; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers , agents, servants , and employees for property damage
or loss , and/or personal injuri es , including death, to any and all person of whatsoever kind
or character, whether real or asserted , arising out of or in connection with , directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers , agents, employees, contractors , subcontractors , licensees or invitees , whether or
not caused , in whole or in apart , by alleged negligence of officers, agents , employees ,
contractors, subcontractors , licensees or invitees of the Owner. Contractor likewise
covenants and agrees to , and does hereby , indemnify and hold harmless Owner from and
against any and all injuries , loss or damages to · property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from , in whole or in apart, any and all alleged acts of
omission of officers , agents, employees, contractors , subcontractors , licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection ,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection , unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period ,
the Contractor may be deemed to be entitled to a semi-final payment for work completed ,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work , and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1.
2.
The claim has been settled and a release has been obtained from the
claimant involved , or
Good faith efforts have been made to settle such outstanding claims , and
such good faith efforts have failed .
If condition ( 1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period , the
C6 -6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate , refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation 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 ant such damage is claimed to
have been sustained , the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and , upon request, shall give the
Engineer access to all books of account , receipts , vouchers , bills of lading , and other
books or papers containing any evidence as to the amount of such alleged damage . Unless
such statements shall be filed as hereinabove required , the Contractor 's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6.I4 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC .: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS : When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost , provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage wh ich
will be received from these drains and sewers , and for this purpose he shall provide and
maintain , at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs , pipes , or other
structures necessary , and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service . The existing sewers and connections shall be kept in serv ice
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.I6 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY : When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor 's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges , if any , for water will be made at
the regular established rates. When meters are not used, the charges, if any , will be as
prescribed by the City ordinance, or where no ordinances applies , payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents . All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or workmanship , equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.I8 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be .
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair , r~store , and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents . Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents .
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrymg out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX : On a contract awarded by the City of Fort Worth, and
organization which qualifies for exemption pursuant the provisions of Article 20.04 (H)
of the Texas Limited Sales, Excise, and Use Tax Act , the Contractor may purchase, rent
or lease all materials, supplies and equipment used or consumed in the performance of
this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011 , and any other
applicable State Comptroller 's rulings pertaining to the Texas Limited Sales , Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth , an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act , the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales, Excise , and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6(10)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of workmen under his immediate superintendance, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents . Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF
TIME OF COMPLETION ofthis Agreement , and a progress schedule shall not constitute
a change in the contract time .
C7-7.4 LIMITATION OF OPERATIONS : The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public . At any time when , in the judgment of the Engineer , the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen , including
equipment operators, may be imported only after the local supply is exhausted . The
Contractor shall employ only such superintendents , foremen , and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them ,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who , in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent , disrespectful , intemperate ,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill , ability, and experience to properly perform the
work assigned to them and operate an y 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
consider~d to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools , and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use .
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or
the date stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
b . Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C 1-1.24 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.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions , strikes, embargoes,
or delays of sub-contractors due to such causes.
C7-7(3)
When the date of completion is based on a calendar day bid , a request for extension · of
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor 's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents ,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work , except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material , if any , which is to
be furnished by the City . When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct , shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding . If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work , then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall , however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents .
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted · by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed , the sum per
day given in the following schedule , unless otherwise specified in other parts of the
Contract Documents , will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
\
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35 .00
$ 5,001 to $ 15,000 inclusive $ 45.00
$ 15 ,001 to $ 25 ,000 inclusive $ 63.00
$ 25,001 to $ 50,000 inclusive $ 105 .00
$ 50,001 to $ 100 ,000 inclusive $ 154 .00
$ 100 ,001 to $ 500,000 inclusive $ 210 .00
$ 500,001 to $1 ,000,000 inclusive $ 315.00
$1 ,000,001 to $2,000 ,000 inclusive $ 420 .00
$2,000 ,000 and over $ .630 .00
The parties hereto understand and agree that any hann to the City caused by the
Contractor 's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible .
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason , the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such manner that they will not obstruct or impede the public
unnecessarily nor become damaged in any way, and he shall take every precaution to
prevent damage or deterioration of the work performed; he shall provide suitable drain age
about the work, and erect temporary structures where necessary.
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION , and should it be
C7-7(5)
(
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time , then the
Contractor may be reimbursed for the cost of moving his equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
construction may be resumed. Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever , because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor , materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing , giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable. If, after
investigations , the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor , materials , and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
\
c. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations .
d. Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents.
g. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J . If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor 's Sureties. When work is suspended for any cause or causes , or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses , subject to
all of the terms of the Contract Documents.
C7-7(7)
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities , or that portion thereof which the Owner
has ordered the Contractor to discontinue , then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials , plants, tools ,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools , equipment, materials , labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due . When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled , save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under th is contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section , whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated , and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated ; and no proof in any
C7-7(8)
-
....
claim, demand or suit shall be required of the Owner regarding such
discretionary action
B. CONTRACTOR ACTION: After receipt of a notice of termination,
and except as otherwise directed by the Engineer, the Contractor shall:
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times, and to the extent, if any, directed by the Engineer:
a. the fabricated or unfabricated parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work ·
terminated by the notice of the termination ; and
b. The completed, or partially completed plans,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination, the Contractor may submit to the Engineer a list,
certified as to quantity and quality, of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
C.
which has been directed or authorized by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
TERMINATION CLAIM: Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
D. AMOUNTS : Subject to the prov1s10ns of Item C7-7.l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided , that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph.
E. FAIL URE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7.16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine , on the basis of
information available to it, the amount, if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined. No amount shall be due for lost or anticipated profits.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
r '
..
G.
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3 . the agreed price for, or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein , however , shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
H. NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7 .17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury , including death , or damage
in connection with the work .
C7-7(11)
. -'
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANTITIES : The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and w ill
be the actual length, area, solid contents, numbers , and weights of the materials and item
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price " is set forth , the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials ,
machinery , equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead ,
surface, and underground structures , cleanup , finishing costs , overhead expense , bond ,
insurance , patent fees , royalties , risk due to the elements and other clauses , delays ,
profits, injuries, damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM : When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum " shall represent the total cost for the Contractor to furnish all labor , tools ,
materials , machinery , equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools , materials ,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, ( except as
provided in paragraph CS-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents , trademarks, copyrights , or other legal reservations ,
C8-8(1)
and for completing the work in an acceptable manner according to the terms of the
Contract Documents .
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects , which defects ,
imperfections , or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects , imperfections , or damage , and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE : Between the 1st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents . Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100 .00)
inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000.00 , or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000 .00 or greater, within twenty-five (25)
days after the regular estimate period. The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85% of the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates.
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and such estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract.
C8-8(2)
-
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection. The
Engineer shall notify the appropriate officials of the Owner , will within a reasonable time
make such final inspection , and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8 .8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations , and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment ,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms , associations , corporations , or other organizations
furnishing labor and/or materials have been paid in full ,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal mJury and/or property
damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
l
I.
I
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8 .9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents. It is, therefore , agreed that the
Owner shall be responsible for the adequacy of its own design features , sufficiency of the
Contract Documents, the safety of the structure , and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents , approved modifications thereof, and all alterations thereof.
C8-8 .10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship . The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8 .l 1 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal , shall be considered as a subsidiary
item of work , the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8 .12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used , measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8 .13 RECORD DOCUMENTS : The Contractor shall keep on record a copy
of all specifications , plans , addenda , modifications , shop drawings and samples at the
C8-8(4)
' '
.• .
'•
• <"''
,~ site , in good order and annotated to show all changes made during the construction
,. : process . These shall be delivered to the Engineer upon completion of the work.
,,
\
\,'
C8-8(5)
,,
1,,
.
' '
,;
~
.. '°'' '.
\ ,• .
,,
;jKJ<I'' 't. ~
~
" '~
~
;
PART Cl
r 'i-.. " ... ~
"
'
. ~
. ,, ,'
' ?. ' ' ''
].
\;
......
1\~ ,"; . '
~
~
~
,.
~'
' +.,~~ .¥ ·, t·l,,!"; '
...
....
-
-
SECTION Cl:
SUPPLEMENT ARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
B.
C.
D.
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the net
voice value thereof. The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate.
For contracts of less than $400,000 at the time of execution , retainage shall be ten per
cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be
five percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold
future payments from the Contractor until compliance with this paragraph is
accomplished .
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and
· replaced with D-3 of Part D -Special Conditions.
C3-3.11 INSURANCE: Page C3-3 (5): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
E. C6-6 .12 CONTRACTOR 'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(6), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect , and their
personnel at the project site for Contractor 's sole negligence . In addition , Contractor
covenants and agrees to indemnify , hold harmless and defend , at its own expense , the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss , property damage , personal injury, including death , arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents , employees, subcontractors, licensees or invitees, whether or not any
such iniury, damage or death is caused, in whole or in part, by the negligence or
alleged negligence of Owner, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the Owner from and against any
and all injuries to Owner's officers , servants and employees and any damage , loss or
destruction to property of the Owner arising from the performance of any of the terms and
conditions of this Contract, whether or not any such iniury or damage is caused in
whole or in part by the negligence or alleged negligence of Owner, its officers, servants
or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment , final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may , if he deems it appropriate , refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions , Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREA SED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered , increased or decreased at the unit prices
as established in the contract documents . No allowance will be made for an y changes in
lost or anticipated profits nor shall such changes be considered as waiving or in validating
any conditions or provisions of the Contract Documents .
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
Revised
10/24 /02
Pg. 2
...
...
.-
-" ,
G. C3-3 . l 1 INSURANCE: Page C3-3 (6): Add subparagraph "h. ADDITIONAL
INSURANCE REQUIREMENTS"
a. The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents , 1000
Throckmorton Street, Fort Worth, TX 76102 , prior to commencement of work on the
contracted project.
c. Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of 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.
Revised
10/24/02
Pg.3
H.
I.
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
m. Upon the request of City , Contractor shall provide complete copies of all insurance
policies required by these contract documents.
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced with the following :
The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools , materials , and incidentals for performing all work
contemplated and embraced under these Contract Documents , for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified , or any and all infringements of
patents , trademarks , copyrights, or other legal reservations, and for completing the work
in an acceptable manner according to the terms of the Contract Documents .
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials , or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects , which defects ,
imperfections , or damage shall have been di scovered 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 faih,rre to correct the same as provided
herein.
CS-8.10 GENERAL GUARANTY: Delete CS-8.10, General Guaranty at page C8-8(4) is
deleted in its entirety and replaced with the following:
Neither the final certificate of payment nor any provision in the Contract Documents , nor
partial or entire occupancy or use of the premises by the Owner shall constitute an
acceptance of work not done in accordance with the Contract Documents or relieve the
Contractor of liability in respect to any express warranties or responsibility for faulty
materials or workmanship . The Contractor shall remedy any defects or damages in the
work and pay for any damage to other work or property resulting therefrom which shall
appear within a period of two (2) years from the date of final acceptance of the work
Revised
10/24/02
Pg.4
'
,-"'
.-
-
-
J.
unless a longer period is specified and shall furnish a good and suffident maintenance
bond in the amount of 100 percent of the amount of the contract which shall assure the
performance of the general guaranty as above outlined . The Owner will give notice of
observed defects with reasonable promptness.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent
that the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2 .
Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL , Page C2-2 (3) exchange paragraphs C2-2 .7 , C2-2.8 and C2-2 .9 with the
following:
C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered , accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
must have the proposal actually delivered . Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the
Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027 , Fort
Worth, Texas 76102.
C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals . A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened .
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further , that the City
Manager is satisfied that a written and duly authenticated confirmation of such
telegraphic communication over the signature of the bidder was mailed prior to the
proposal opening time. If such confirmation is not received within forty-eight (48) hours
after the proposal opening time, no further consideration will be given to the proposal
Revised
10/24/02
Pg. 5
K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C , General Conditions, dated
November 1, 1987 ; (City let projects) make the following revisions:
L.
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to
read:
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be provided
to the City upon request. The City, in its sole discretion, will determine the adequacy of
the proof required herein . ·
2. Pg . C3-3(4) Paragraph C3-3.l l INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg. C3-3(5), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8.14 RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further , that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance ;'
with the provisions of this article. City shall give subcontractor reasonable advance
notice of intended audits.
Revised
10/24/02
Pg.6
_..,
-
....
-
-
. -.
,-.
-
M.
( c) Contractor and subcontractor agree to photocopy such documents as may be requested
by the City. The City agrees to reimburse the Contractor for the cost of copies as follows :
1. 50 copies and under -10 cents per page
2 , More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
SITE PREPARATION:
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6.10 work
within easements , page C6-6(5), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe.
N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen .
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
0 . MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE :
Reference Part C (General Conditions), Section C3-3.2 Entitled ;'MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
deleted in its entirety and replaced with the following:
Upon request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books, records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE. The
misrepresentation of facts ( other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal, state or local laws or ordinances
relating to false statements ; further , any such misrepresentation (other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
Revised
10/24/02
Pg. 7
P.
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years.
WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with
the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas
Government Code, including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these
contract documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to
Audit (Rev. 9/30/02) pertain to this inspection.
( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit
stating 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 .
PARTD
D-1
D-2
D-3
D-4
D-5
D-6
D-7
D-8
D-9
D-10
D-11
D-12
D-13
D-14
D-15
D-16
D-17
D-18
. D-19
D-20
D-21
D-22
D-23
D-24
D-25
D-26
D-27
D-28
D-29
D-30
D-31
D-32
D-33
D-34
D-35
D-36
D-37
D-38
D-39
D-40
D-41
D-42
D-43
D-44
D-45
D-46
D-47
D-48
D-49
D-50
D-51
02114107
PART D -SPECIAL CONDITIONS
GENERAL ..................................................................................................................... 3
COORDINATION MEETING .......................................................................................... 4
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5
COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................ 7
CROSSING OF EXISTING UTILITIES .......................................................................... 7
EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 7
CONSTRUCTION TRAFFIC OVER PIPELINES ............................................................ 8
TRAFFIC CONTROL ..................................................................................................... 8
DETOURS ..................................................................................................................... 9
EXAMINATION OF SITE ................................................................................................ 9
ZONING COMPLIANCE ................................................................................................. 9
WATER FOR CONSTRUCTION .................................................................................. 1 O
WASTE MATERIAL ..................................................................................................... 10
PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10
CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10
SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 10
BID QUANTITIES ......................................................................................................... 11
CUTTING OF CONCRETE .......................................................................................... 11
PROJECT DESIGNATION SIGN ................................................................................. 11
CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12
MISCELLANEOUS PLACEMENT OF MATERIAL. ....................................................... 12
CRUSHED LIMESTONE BACKFILL ............................................................................ 12
2 :27 CONCRETE ......................................................................................................... 12
TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 12
TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14
SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15
SANITARY SEWER MANHOLES ................................................................................ 15
SANITARY SEWER SERVICES .................................................................................. 18
REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20
DETECTABLE WARNING TAPES ............................................................................... 22
PIPE CLEANING .......................................................................................................... 22
DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................... 22
MECHANICS AND MATERIALMEN'S LIEN ................................................................. 23
SUBSTITUTIONS ........................................................................................................ 23
PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 23
VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26
BYPASS PUMPING ..................................................................................................... 27
POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 28
SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29
TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................ 30
INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 31
PROTECTION OF TREES, PLANTS AND SOIL. ......................................................... 31
SITE RESTORATION .................................................................................................. 32
CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 32
TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................. 32
CONFINED SPACE ENTRY PROGRAM ..................................................................... 37
SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 37
EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 38
CONCRETE ENCASEMENT OF SEWER PIPE .......................................................... 38
CLAY DAM ................................................................................................................... 38
EXPLORATORY EXCAVATION (D-HOLE) .................................................................. 39
SC-1
PART D -SPECIAL CONDITIONS
D-52 INSTALLATION OF WATER FACILITIES .................................................................... 39
52 .1 Polyvinyl Chloride (PVC) Water Pipe ............................................................................ 39
52 .2 Blocking ....................................................................................................................... 39
52.3 Type of Casing Pipe ..................................................................................................... 39
52 .4 Tie-Ins .......................................................................................................................... 40
52.5 Connection of Existing Mains ....................................................................................... 40
52 .6 Valve Cut-Ins ............................................................................................................... 40
52.7 Water Services ............................................................................................................. 41
52.8 2-lnch Temporary Service Line .................................................................................... 43
52 .9 Purging and Sterilization of Water Lines ...................................................................... 44
52 .10 Work Near Pressure Plane Boundaries ........................................................................ 44
52 .11 Water Sample Station .................................................................................................. 44
52.12 Ductile Iron and Gray Iron Fittings ............................................................................... .45
D-53 SPRINKLING FOR DUST CONTROL ......................................................................... .45
D-54 DEWATERING ............................................................................................................. 45
D-55 TRENCH EXCAVATION ON DEEP TRENCHES ......................................................... 45
D-56 TREE PRUNING .................................................................. · ........................... : ............. 45
D-57 TREE REMOVAL ......................................................................... : ............................... 46
D-58 TEST HOLES ............................................................................................................... 46
D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
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
02/14107
CONSTRUCTION ........................................................................................................ 47
TRAFFIC BUTTONS .................................................................................................... 48
SANITARY SEWER SERVICE CLEANOUTS ............................................................. .48
TEMPORARY PAVEMENT REPAIR ........... : ............................................................... .48
· CONSTRUCTION STAKES ........................................................................................ .48
EASEMENTS AND PERMITS ..................................................................................... .49
PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............................................... .49
WAGE RATES ............................................................................................................. 50
REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 51
STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................ 52
COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS .................................................................................... 53
ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 54
EARLY WARNING SYSTEM FOR CONSTRUCTION ................................................. 54
AIR POLLUTION WATCH DAYS ................................................................................. 55
FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...................................... 55
SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 -
Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is
additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions
to Part C of the Contract are to be read together . Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR: SANITARY SEWER REHABILITATION CONTRACT LXX(70), PART 4
FORT WORTH, TEXAS
DOE PROJECT NO. 6258
WATER DEPARTMENT PROJECT NO. P253-609170043987
SEWER DEPARTMENT PROJECT NO . P258-709170043987
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 . SpecialCondWons
The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans , these Special Contract Documents and
the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers
name , or identification include therein as specifying, referring or implying product control,
performance, quality, or other shall be binding upon the contractor . The specifications and
drawings shall be considered cooperative; therefore, work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as
though required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures.
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all sue~ work.
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
02114107 SC-3
PART D -SPECIAL CONDITIONS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth,
Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown , then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be
those of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security , to the Purchasing Manager or his representative at
the official location and stated time set forth in the "Notice to Bidders ". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place . The mere fact
that a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division , PO Box 17027 , Fort Worth , Texas 76102 .
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with h im prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may, at the option of the Owner, be returned unopened .
C . TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by
telegraphic commun ication 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.
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 .
02/14/07 SC-4
PART D -SPECIAL CONDITIONS
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions:
1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
2. Duration of the project -includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by
the governmental entity.
3. Persons providing services on the project ("subcontractor" in §406 .096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
owner operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include, without limitation,
providing, hauling, or delivering equipment or materials, or providing labor, transportation,
or other services related to a project. "Services" does not include activities unrelated to
the project, such as food/beverage · vendors, office supply deliveries, and delivery of
portable toilets .
B. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor
providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project, the contractor must, prior to the end of the coverage period, file a
new certificate of coverage with the governmental entity showing that coverage has been
extended.
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity:
1. A certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
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 .
02/14107 SC-5
PART D -SPECIAL CONDITIONS
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known,, of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Worker's Compensation Commission, informing all persons providing
services on the project that they are required to be covered, and stating how a person may
verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code , Section 401.011 (44) for all of its employees providing services on the
project, for the duration of the project;
2 . Provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project ;
4. Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for
one year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
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
02114/07 SC-6
PART D -SPECIAL CONDITIONS
misleading information may subject the contractor to administrative , criminal , civil
penalties or other civil act ions .
9. The contractor's failure to comply with any of these provisions is a breach of contract by
the contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J . The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules . This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population . The text for the notices
shall be the following text, without any additional words or changes :
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance . This includes
persons providing , hauling, or delivering equipment or materials , or providing labor or
transportation or other service related to the project , regardless of the identity of their
employer or status as an employee ."
Call the Texas Worker's Compensation Commission at (512)440-3789 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 ,
existing 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
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
02114107 SC-7
PART D -SPECIAL CONDITIONS
considered sufficient basis for claims for additional compensat ion 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 line and the existing lines from these possibly excessive loads . The Contractor shall not, at
any time , cross the existing or new pipe with a truck delivering new pipe to the site . Any damage
to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's
expense, to the satisfaction of the City .
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed. It still is , however, the responsibility of the
Contractor to repair any damage to the existing or proposed lines, if the damage results from any
phase of his construction operation .
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of
the "Street Use Perm it" a traffic control plan is required . The Contractor shall be responsible for
02114/07 SC -8
PART D -SPECIAL CONDITIONS
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 .
A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer
at (817) 871-8770, at the pre-construction conference. Although work w ill not begin until the
traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time
frame established in the Notice to 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 871-7738) 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 Mark ings Division to reinstall the permanent sign and shall leave his temporary sign in place
until such reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas."
The cost of the traffic control is subsidiary work and the cost of same shall be included in the
price bid for pipe complete in place as bid in the Proposal , and no other compensat ion will be
allowed .
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 .
02114/07 SC-9
PART D -SPECIAL CONDITIONS
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction .
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property .
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to
the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed . If, in the opinion of the Engineer it is necessary, clean-up shall be
done on a daily basis. Clean up work shall include, but not be limited to :
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents ' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s)
will be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed .
No more than seven days shall elapse after completion of construction before the roadway, right-
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 Department of Engineering 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 san1tary~sewer installation until such time that the survey cut-sheets
have been received froni the City inspector.
D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches , painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks , power shovels , drilling rigs, pile drivers , hoisting equipment or similar apparatus.
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ."
02114/07 SC-10
PART D -SPECIAL CONDITIONS
2. Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm, except back hoes or dippers, and insulator
links on the lift hook connections.
3. When necessary to work within six feet of high voltage electric lines , notification shall be
given the power company (ONCORE) 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 ONCORE, and shall record action taken in each case.
4. The Contractor is required to make arrangements with the ONCORE company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D-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.
D-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.
D-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 being
conducted. Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades. Barricade signs shall be in
accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size. The information box
shall have the following information:
For Questions on this Project Call:
(817) 871-8306 M-F 7 :30 am to 4:30 p.m.
or
(817)871-8300 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.
02114/07 SC-11
PART D -SPECIAL CONDITIONS
D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where mains are required to be placed under existing sidewalks and/or
driveways, such sidewalks and/or driveways shall be completely replaced for the full existing
width , between existing construction or expansion joints with 3000 psi concrete with reinforcing
steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works
Department Standard Specifications for Construction , Item 504 .
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with C ity of Fort Worth Public Works Department Standard Specification
for Construction , Item 502 .
Payment for cutting , backfill , concrete , forming materials and all other associated appurtenances
required , shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair .
D-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 unit. Payment
for miscellaneous placement of material shall be in accordance with the General Contract
Documents regardless of the actual amount used for the project.
D-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 ar~ exceeded , either through accident or otherwise , and if
02114/07 SC-12
PART D -SPECIAL CONDITIONS
the Engineer determines that the design loadings of the p ipe 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 plast ic material,
the Engineer may waive the test report requirement. See E1-2.3 , Type "C" or "D" Backfill,
and E2-2 .11 Trench Backfill for additional requirements. When Type "C" back-fill material
is not suitable, 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:
• 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 .
02114107
Trenches which lie outside existing or future pavements shall be compacted to a minimum
of 90% Standard Proctor Density (A.S .T.M . D698) by mechanical devices specifically
designed for compaction or a combination of methods subject to approval by the
Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with
95% Standard Proctor Density by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer. Backfill
material to be compacted as described above must be within +-4% of its optimum
moisture content.
SC-13
PART D -SPECIAL CONDITIONS
The City , at its own expense , will perform trench compaction tests per A.S .T.M . standards
on all trench backfill. Any retesting required as a result of failure to compact the backfill
material to meet the standards will be at the expense of the Contractor and will be billed at
the commercial rates as determined by the City . These soil density tests shall be
performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top
of the installed pipe and continuing to the top of the completed backfill at intervals along
the trench not to exceed 300 linear feet. The Contractor will be responsible for providing
access and trench safety system to the level of trench backfill to be tested . No extra
compensation will be allowed for exposing the backfill layer to be tested or providing
trench safety system for tests conducted by the City .
4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill,
and labor costs of excavation and backfill will be included in the price bid per linear foot of
water and sewer pipe . 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 Department 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 .
All required paving cuts shall be made with a concrete saw in a true and straight line on both
sides of the trench , a min imum 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 Department of Engineering 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 Department of Engineering 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 Department of Engineering .
02114107 SC-14
PART D -SPECIAL CONDITIONS
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.
8 . STANDARDS : The latest version of the U .S . Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety .
C. DEFINITIONS :
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of
the ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen (15) feet.
2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical surfaces between
levels.
3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation.
4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or
"trench shields". Shield means a structure that is able to withstand the forces imposed on
it 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 rehab.ilitation of sanitary sewer manholes
will be required as shown on the plans, and/or as described in these Special Contract
Documents in addition to those located in the field and identified by the Engineer. All
manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes ,
Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract
02114/07 SC-15
PART D -SPECIAL CONDITIONS
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 E100-4 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 more than one (1) nor less than one-half (1/2) inch above the
surrounding ground. Backfill shall provide a uniform slope from the top of manhole
casting for not less than three (3) feet each direction to existing finish grade of the ground.
The grade of all surfaces shall be checked for proper slope and grade by string lining the
entire area regarded near the manhole .
Manholes in open fields, unimproved land , or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade .
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 with the rim of the frame and shall have no larger than 1 /8 -inch gap
between the frame and cover. Bearing surfaces shall be machine finished . Locking
manhole lids and frames w ill be restricted 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 construction will be used when
manhole depth is four (4) feet or less . All shallow cone manholes shall be built in
accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and
frame with pick slots . NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED .
7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole .
8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy, Koppers "Bitumast ic Super Service Black" Tnemec "46-
450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness .
9. MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the
02/14107 SC-16
PART D -SPECIAL CONDITIONS
joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint
sealants ~s per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-
Seal , Ram-Nek , E-Z Stick, or equal. The joint sealer shall be supplied in either extruded
pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended
by the manufacturer and approved by the Engineer. The joint sealer shall be protected by
a suitable removable wrapper and shall not in any way depend on oxidation , evaporation,
or any other chemical action for either its adhesive properties or cohesive strength . The
Joint sealer shall remain totally flexible without shrinking, hardening , or oxidizing
regardless of the length of time it is exposed to the elements . The manufacturer shall
furnish an affidavit attesting to the successful use of the product as a pre -formed flexible
joint sealant on concrete pipe and manhole sections for a period of at least five years .
B. EXECUTION :
1. INSTALLATION OF JOINT SEALANT : Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials . All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand , mud, or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
acc,erdance with the recommendations. The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench. After removal of
the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full
depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole
frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench
nearly vertical.
02/14107
Remove manhole frame from the manhole structure and observe the condition of the
frame and grade rings . Any frame or grade ring that is not suitable for use as determined
by the Engineer shall be replaced . Grade rings that are constructed of brick, block
materials other than pre-cast concrete rings , or where necessary and approved by the
Engineer, shall be replaced with a pre-cast flattop section . Pre-cast concrete rings , or a
pre-cast concrete flattop section will be the only adjustments allowed.
In brick or block manholes , replace the upper portion of the manhole to a point 24 inches
below the frame. If the walls or cone section below this level are structurally unsound ,
notify the Engineer prior to replacement of the grade rings and manhole frame . Existing
brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose
debris . Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface .
If the inside diameter of the manhole is too large to safely support new adjustment rings
or frames , a flat top section shall be installed .
Joint surfaces between the frames , adjustment rings, and cone section shall be free of
dirt, stones , debris and vo ids to ensure a watertight seal. Place flexible gasket joint
SC-17
PART D -SPECIAL CONDITIONS
material along the inside and outside edge of each joint , or use trowelable material in lieu
of pre-formed gasket material. Position the butt joint of each length of joint material on
opposite sides of the manhole . No steel shims , wood , stones , or any material not
specifically accepted by the Engineer may be used to obtain final surface elevation of the
manhole frame .
In paved areas or future paved areas, castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation.
3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-
450 Heavy Tnemecol ", or equal, to a minimum of 14 mils dry film thickness .
4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1 /2-inch thick coat of trowelable bitumastic joint
sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be
wrapped with 6 mil plastic to protect the sealant from damage during backfilling .
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include
all labor, equipment, and materials necessary for construction of the manhole including , but
not limited to, joint sealing, lift hole sealing and exterior surface coating . Payment shall not
include pavement replacement, which if required, shall be paid separately.
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 colla rs 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 Engineer. The decision to use saddle taps as opposed to tees shall be made on
a case-by-case basis . The Contractor shall be responsible for coordinating the scheduling of
tapping crews with building owners and the Engineer in order that the work be performed in an
expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be
required . Severed service connections shall be maintained as specified in section C6-6.15.
A. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
0211410 7 SC-18
-
PART D -SPECIAL CONDITIONS
and furn ish a new tap . The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer serv ice line
including the incidental four (4) feet of service line which is included in the price bid for
Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees , fittings incidental four
(4) feet of service line and all other associated appurtenances required shall be included in
the pr ice bid for Sanitary Sewer Taps.
B. SEWER SERVICE REPLACEMENT : All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line . If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line, all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-routing , whether on
public or private property, the City shall provide line and grade for the sewer service lines as
shown on the project plans . Prior to installing the applicable sewer main or lateral and the
necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the
elevations (shown on the plans) at the building clean-out and compare the data with the
elevation at the proposed connection point on the sewer main, in order to ensure that the two
(2) percent minimum slope (or as specified by the Engineer) 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 ve rify 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 Plumb ing 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
02114/07 SC-19
PART D -SPECIAL CONDITIONS
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route.
Payment for work and materials such as backfill, removal of existing clean-outs, plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings, surface restoration on private property (to match exist ing), 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
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 Salvag ing 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 demol ished 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
02114/07 SC-20
PART D -SPECIAL CONDITIONS
in place to a point not less than 18 inches below final grade . Concrete shall then be used as
backfill material to match existing grade .
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final
grade. The void area caused shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
the existing surrounding grade .
G . ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete. Manhole top or cone section
shall be removed to the top of the full barrel diameter section , or to point not less than 18
inches below final grade . The structure shall then be backfilled and compacted in accordance
with backfill method as specified in Section E2-2 .9 Backfill. Backfill material may be either
clean washed sand of clean, suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface . Payment for work involved
in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in
the appropriate bid item -Abandon Existing Sewer Manhole.
H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting
the structure disconnected. The complete manhole, including top or cone section, all full
barrel diameter section, and base section shall be removed. The excavation shall then be
backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the
Engineer. Surface restoration shall be compatible with surrounding surface.
I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be
required to cut , plug , and block existing water mains/services or sanitary sewer
mains/services in order to abandon these lines. Cutting and plugging existing mains and/or
services shall be considered as incidental and all costs incurred will be considered to be
included in the linear foot bid price of the pipe, unless separate trenching is required .
J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be
the Contractor's responsibility to properly dispose of all removed pipe. All removed valves,
fire hydrants and meter boxes shall be delivered to Water Department Field Operation ,
Storage Yard.
K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location.
Payment will be made for salvaging, abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e ., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main , the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main.
02114107 SC-21
PART D -SPECIAL CONDITIONS
Once this determination has been made , the existing main will be abandoned as indicated
above in Item I.
D-30 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc. or approved equal ,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall
not be less than two inches with a minimum unit weight of 2Y2 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 SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of
Engineering Department , 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 Ordinances of the
City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the
Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses
associated with obtaining the fill permit, including any necessary Engineering studies, shall be at
the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the disposal site , upon notification
by the Director of Engineering Department , Contractor shall remove the spoil/fill material at its
expense and dispose of such materials in accordance with the Ordinances of the City and this
section .
0211 4/07 SC-22
PART D -SPECIAL CONDITIONS
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
The specifications for materials set out the minimum standard of quality, which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material, which has
been specified . Where the term "or equal ", or "or approved equal " is used , it is understood that if
a material , product , or piece of equipment bearing the name so used is furnished , it will be
approvable , as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute .
Where the term "or equal ", or "or approved equal" is not used in the specifications , this does not
necessarily exclude alternative items or material or equipment which may accomplish the
intended purpose . However, the Contractor shall have the full responsibility of proving that the
proposed substitution is, in fact , equal, and the Engineer, as the representative of the City , shall
be the sole judge of the acceptability of substitutions . The provisions of this sub-section as
related to "substitutions " shall be applicable to all sections of these specifications .
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 circuit
television . Satisfactory precautions shall be taken to protect the sewer lines from damage
that might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation . The equipment
shall also have a selection of two or more high-velocity nozzles . The nozzles shall be
capable of producing a scouring action from 15 to 45 degrees in all size lines designated
to be cleaned . Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to
a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps ,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease . If sewer cleaning balls
or other equipment , which cannot be collapsed , is used , special precautions to prevent
flooding of the sewers and public or private property shall be taken. The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2. CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using
high-velocity jet equipment. The equipment shall be capable of removing dirt , grease ,
rocks , sand , and other materials and obstructions from the sewer lines and manholes . If
02114107 SC-23
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 slit which is then pressed close with a cult packer wheel.
4. HYDROMULCH SEEDING :
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes.
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS : FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas
as are designated on the Drawings and in accordance with these Specifications .
MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled
showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in
accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer sh.all be used with
an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings . The figures
in the analysis represent the percent of nitrogen , phosphoric acid, and potash nutrients
respectively as determined by the methods of the Association of Official Agricultural
Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted
or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and
proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry
and in good physical condition . Fertilizer that is powdered to caked will be rejected.
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the
average rate of three hundred (300) pounds per acre for all types of "Sodding" and four
hundred (400) pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site. Measurement will be made only on topsoils secured from borrow
sources.
Acceptable material for "Seeding" will be measured by the linear foot , complete in place .
Acceptable material for "Sodding" will be measured by the linear foot , complete in place .
02114/07 SC-36
PART D -SPECIAL CONDITIONS
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, equ ipment , tools, supplies , and
incidentals necessary to complete work .
All labor, equipment, tools and incidentals necessary to supply , transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items
and will not be paid for directly .
"Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit
price per square yard, complete in place, as provided in the proposal and contract. The
contract unit price shall be the total compensation for furnishing and placing all sod; for all
rolling and tamping ; for all watering; for disposal of all surplus materials; and for all materials ,
labor, equipment , tools and incidentals necessary to complete the work, all in accordance with
the Drawings and these Specifications .
The work performed and materials furnished and measured as provided under
"Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type
specified , as the case may be , which price shall each be full compensation for furnishing all
materials and for performing all operations necessary to complete the work accepted as
follows :
Fertilizer material and application will not be measured or paid for directly, but is considered
subsidiary to Sodding and Seeding.
D-46 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and
subcontractors at all times during construction . All active sewer manholes , regardless of depth ,
are defined by OSHA , as "permit required confined spaces ". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain
an active file for these manholes. The cost of complying with this program shall be subsidiary to
the pay items involving work in confined spaces .
D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
1. Prior to the final inspection being conducted for the project , the contractor shall contact
the city inspector in writing when the entire project or a designated portion of the project is
substantially complete .
2. The inspector along with appropriate City staff and the City's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected .
3 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected.
02/14/07 SC-37
PART D -SPECIAL CONDITIONS
4. Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price. Contractor shall still be required to address all other
deficiencies, which are discovered at the time of final inspection .
5. Final inspection shall be in conformance with general condition item "C5-5 .18 Final
Inspection" of PART C -GENERAL CONDITIONS .
D-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
D.I. pipe shall be utilized .
7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense.
8 . Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures.
9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter
shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted .
D-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 installation and
reinforcement of the concrete encasement.
D-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 undisturbed soil to make an
02114107 SC-38
:: PART D -SPECIAL CONDITIONS
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 fill existing utilities prior to
construction , in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only
at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report
of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the
start of construction of the entire project. If the contractor determines an existing utility is in
conflict with the proposed facility, the contractor shall contact the engineer immediately for
appropriate design modifications .
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain
a safe and proper driving surface to ensure the safety of the general public and to meet the
approval of the City inspector. The contractor shall be liable for any and all damages incurred
due to the exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the
v Engineer, shall include full compensation for all materials , excavation, surface restoration, field
surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No
payment shall be made for exploratory excavation(s) conducted after construction has begun .
D-52 INSTALLATION OF WATER FACILITIES
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).
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.
02114/07
52.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of
E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects. The steel casing pipe shall be supplied as
follows:
For the inside and outside of casing pipe, coal-tar protective coating in accordance with
the requirements of Sec. 2.2 and related sections in AWWA C-203 .
SC-39
02114/07
PART D -SPECIAL CONDITIONS
2. 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.
3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the
replacement and relocation of a water service and meter box is required and the
location of the meter and meter box is moved more than twelve (12) inches , as
measured from the center line of the existing meter to location to the center line of the
proposed meter location, separate payment will be allowed for the relocation of service
meter and meter box . Centerline is defined by a line extended from the service tap
through the meter. Only relocations made perpendicular to this centerline will be paid
for separately . Relocations made along the centerline will be paid of in feet of copper
service line.
When relocation of service meter and meter box is required, payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all
materials , labor, and equipment used by and for the licensed plumber shall be
included in the price bid for the service meter relocation . All other costs will be
included in other appropriate bid item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of
only the meter box and customer service line within 5 feet distance behind the meter
will not justify separate payment at any time . Locations with multiple service branches
will be paid for as one service meter and meter box relocation.
4 . NEW SERVICE : When new services are required the contractor shall install tap
saddle (when required), corporation stop, type K copper service line, curb stop with
lock wings , and meter box . Reinforced plastic meter boxes with cast iron lid shall be
provided for all 2 inch water meters or smaller. The reinforced plastic water meter
boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill , fittings , type K copper tubing, and
curb stop with lock wings shall be included in the Linear Foot price bid for Service Line
from Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle , corporation stops , and fittings
shall be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall
be included in the price bid for furnish and set meter box .
5. 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).
6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during
SC-42
02114/07
PART D -SPECIAL CONDITIONS
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 service to all buildings that will necessarily be required to
have severed water service during said work . The contractor shall be responsible for
coordinating the schedule of the temporary service connections and permanent
service reconnections with the building owners and the Engineer in order that the work
be performed in an expeditious manner. Severed water service must be reconnected
within 2 hours of discontinuance of service .
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point
of connection to the City water supply . The 2-inch temporary service main and 3/4-
inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2"
temporary service line shall be cleaned and sterilized by using chlorine gas or
chlorinated lime (HTH) prior to installation .
The out-of-service meters shall be removed, tagged and collected by the Contractor
for delivery to the Water Department Meter Shop for reconditioning or replacement.
Upon restoring permanent service, the Contractor shall re-install the meters at the
correct location . The meter box shall be reset as necessary to be flush with the
existing ground or as otherwise directed by the Engineer.
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap . This criteria shall be used by the
Contractor to determine the length of temporary service allowed , number of service
taps and number of feed points .
When the temporary service is required for more than one location the 2-inch
temporary service pipes, 3/4-inch service lines and the 2-inct, meter shall be moved to
the next successive project location .
Payment for work such as fittings, 3/4-inch service lines , asphalt, barricades, all
service connections , removal of temporary services and all other associated
appurtenants required, shall be included in the appropriate bid item .
B. In order to accurately measure the amount of water used during construction , the
Contractor will install a fire hydrant meter for all temporary service lines . Water used
during construction for flushing new mains that cannot be metered from a hydrant will
be estimated as accurately as possible . At the pre-construction conference the
contractor will advise the inspector of the number of meters that will be needed along
with the locations where they will be used . The inspector will deliver the hydrant
meters to the locations. After installation , the contractor will take full responsibility for
the meters until such time as the contractor returns those meters to the inspector.
Any damage to the meters will be the sole responsibility of the contractor. The Water
Department Meter Shop will evaluate the condition of the meters upon return and if
repairs are needed the contractor will receive an invoice for those repairs . The issued
meter is for this specific project and location only . Any water that the contractor may
SC-43
02114/07
PART D -SPECIAL CONDITIONS
need for personal use will require a separate hydrant meter obtained by the
Contractor, at its cost , from the Water Department.
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 herein . The City will provide all water for INITIAL cleaning and
sterilization of water lines. All materials for construction of the project , including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities
to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary
sewer not be available, chlorinated water shall be "de-chlorinated " prior to disposal. The
line may not be placed in service until two successive sets of samples , taken 24 hours
apart , have met the established standards of purity .
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe .
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
52.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in
large water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge ;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse .
PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings , and an inc idental 5-feet of t ype K copper
service line which are required to provide a complete and functional water sampling
station shall be included in the price bid for Water Sample Stations .
PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials
necessary for the installation tap saddle, gate valve , and fittings shall be included in the
price bid for Service Taps to Main.
SC-44
r.
PART D -SPECIAL CONDITIONS
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
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete
cradle necessary for construction as designed.
All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E 1-13 and Construction
Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie-
down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping,
horizontal concrete blocking , 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 .
D-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.
D-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 cond ition.
D-56 TREE PRUNING
A. REFERENCES : National Arborist Association's "Pruning Standards for Shade Trees ".
B. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
02114/07 SC-45
PART D -SPECIAL CONDITIONS
2. Vermeer V-1550RC Root Pruner
C . NATURAL RESOURCES PROTECTION FENCE
1. Steel "T" = Bar stakes , 6 feet long.
2. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
3 . Surveyor's Plastic Flagging: "Tundra " weight , International fluorescent orange or red
color .
4. Combination Fence : Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings .
D. ROOT PRUNING
1. Survey and stake location of root pruning trenches as shown on drawings.
2 . Using the approved specified equipment , make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
3 . Backfill and compact the trench immediately after trenching .
4 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
5 . Within 24 hours , prune flush with ground and backfill any exposed roots due to
construction activity . Cover with wood ch ips of mulch in order to equalize soil temperature
and minimize water loss due to evaporat ion .
6 . Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods ,
equipment and protection .
E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on
areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price .
D-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 cons idered 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 responsibility of any and
all prospective bidders , and any bidder on this project shall submit his bid under this condition .
02114/07 SC-46
PART D -SPECIAL CONDITIONS
Whether prospective bidders perform this subsurface explorat ion jointly or independently, and
whether they make such determination by the use of test holes or other means , shall be left to
the discretion of such prospective bidders .
If test borings have been made and are provided for bidder's information , at the locations shown
on the logs of borings in the appendix of this specification, it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material
encountered in excavations is the same, either in character, location, or elevation , as shown on
the boring logs. It shall be the responsibility of the bidder to make such subsurface
investigations, as he deems necessary to determine the nature of the material to be excavated.
The Contractor assumes all responsibility for interpretation of these records and for making and
maintaining the required excavation and of doing other work affected by the geology of the site .
The cost of all rock removal and other associated appurtenances, if required, shall be included in
the linear foot bid price of the pipe.
D-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 construct ion
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 , DOE No., Scope of
Project (i.e. type of construction activity), actual construction duration within the block , the name
of the contractor's foreman and his phone number, the name of the City 's inspector and his
phone number and the City 's after-hours phone number. A sample of the 'pre-construction
notification ' flyer is attached.
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City
Inspector for his rev iew 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 , DOE 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 .
0211 4107 SC-47
PART D -SPECIAL CONDITIONS
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 Construction office at (817)
871-8306.
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 contractor prefers for the Signals , Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings,
the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs
incurred, both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
D-61 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets, sidewalks , etc. whenever possible . When it is not
possible, the cleanout stack and cap shall be cast iron.
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D-62 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair . Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item .
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized . The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
D-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 utility construction, and centerlines and benchmarks
for bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever
practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage
etc .), and one set of excavation/or stabilization stakes, and one set of stakes for curb and
gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain,
02/14107 SC-48
PART D -SPECIAL CONDITIONS
transfer, etc., all stakes furnished until completion of the construction phase of the project for
which they were furnished.
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City , have been lost, destroyed, or disturbed , to prevent the proper prosecution and control of the
work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the
Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to
lack of replacement of construction stakes will be accepted , and time will continue to be charged
in accordance with the Contract Documents.
D-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
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 plans desk at the Department of
Engineering, City of Fort Worth. 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 obtain ing 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 included in the lump sum pay bid item for "Associated Costs for Construction within
Railroad I Agency Right-of-way". No additional compensation shall be allowed on this 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
02114107 SC-49
PART D -SPECIAL CONDITIONS
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 C ity of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such
prevailing wage rates are included in these contract documents .
Penalty for Violation .
A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand
made by the City , pay to the City $60 for each worker employed for each calendar day or part of
the day that the worker is paid less than the prevailing wage rates stipulated in these contract
documents. This penalty shall be retained by the City to offset its administrative costs, pursuant
to Texas Government Code 2258.023.
Complaints of Violations and City Determination of Good Cause .
On receipt of information, including a complaint by a worker, concerning an alleged violation of
2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an
initial determination, before the 31st day after the date the City receives the information, as to
whether good cause exists to believe that the violation occurred . The City shall notify in writing
the contractor or subcontractor and any affected worker of its initial determination . Upon the
City's determination that there is good cause to believe the contractor or subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants
as the difference between wages paid and wages due under the prevailing wage rates, such
amounts being subtracted from successive progress payments pending a final determination of
the violation .
Arbitration Required if Violation Not Resolved .
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
befo re the 11th day after the date that arbitration is required , a district court shall appoint an
arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be enforced in any
court of competent jurisdiction.
Records to be Maintained.
The contractor and each subcontractor shall , for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract; and (ii)
the actual per diem wages paid to each worker. The records shall be open at all reasonable
hours for inspection by the City. The provisions of the Audit section of these contract documents
shall pertain to this inspection .
Pay Estimates.
02114/0 7 SC-50
-PART D -SPECIAL CONDITIONS
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 consp icuous place at the site of the
project at all times .
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above.
(Wage rates are attached at the end of this section .)
(Attached)
D-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 II, non-friable material in its intact state but
which may become friable upon removal, demolition and/or d isposal. 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
responsib le 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 .
02114/07 SC-51
PART D -SPECIAL CONDITIONS
0-68 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 El imination 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 requ i red to obtain a permit. Information concerning
the permit can be obtained through the Internet at http ://www.tnrcc .state .tx.us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that , if properly utilized, can minimize the
need for physical controls and possible reduce costs . The methods of cont rol 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 Construct ion 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 Comm ission 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
02114107 SC-52
PART D -SPECIAL CONDITIONS
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.
LARGE CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by
the Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities. The SWPPP shall be incorporated into in the contract documents. The
contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site. Any alterations to the SWPPP proposed by the contractor must be prepared
and submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
-assumes control over all areas of the site that have not been finally stabilized .
SMALL CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed
Site Notice must be sent to the City of Fort Worth Department of Environmental Management at
the address listed above . A SWPPP, prepared as described above, shall be implemented at least
48 hours before the commencement of construction activities. The SWPPP must include
descriptions of control measures necessary to prevent and control soil erosion, sedimentation
and water pollution and will be included in the contract documents . The control measures shall be
installed and maintained throughout the construction to assure effective and continuous water
pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes,
rock berms, diversion dikes, interceptor swales, sediment traps and basins , pipe slope drain, inlet
protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets,
or other structural or non-structural storm water pollution controls . The method of control shall
result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual."
Deviations from the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown
on the proposal as full compensation for all items contained in the project SWPPP.
D-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
02114107 SC-53
PART D -SPECIAL CONDITIONS
the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities
as a result of these actions .
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 limited to manpower and equipment records, information about key
personnel to be assigned to the project, and construction schedule , to assist the City in
evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and
successfully complete projects for the amount bid within the st ipulated 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 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 distributed 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 bonding company will be notified
appropriately .
02/14107 SC-54
-
PART D -SPECIAL CONDITIONS
D-72 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the
OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31, with 6:00
a.m. -10 :00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ}, in coordination with the National
Weather Service , will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the
WATCH day . On designated Air Pollution Watch Days, the Contractor shall bear the
responsibility of being aware that such days have been designated Air Pollution Watch Days and
as such shall not begin work until 10:00 a.m . whenever construction phasing requires the use of
motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work
prior to 10 :00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and
certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD}, diesel
emulsions, or alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will
be considered as a weather day and added onto the allowable weather days of a given month.
D-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 time 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
subsidiary to the contract cost and no additional compensation shall be made.
02114/07 SC-55
-
Date: ____ _
DOE NO. XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON---------
BETWEEN THE HOURS OF AND -------------
IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT ____________ _
(CONTRACTORS S.UPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ____________ AT ______________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
------------' CONTRACTOR
F
0
r
0
ff
i
C
e
u
5
,a
.n
I
y
~
T
A
H
p
A
D
N
,E
$
H
A
p
[j
H
D
L
V
l
0
I
a
ti'
p
t\
1
D
y
E
s
G
,N
~-DEMOLITION/ RENOVAT[ON
~ NOTIFICATION FORM
T D H
TEXAS DEPARTMENT OF HEAL TH
NOTE: CIRCLE ITEMS THAT ARE AMENDED
NOTIFICATION#,-,--....,......------t) Abatemen t Contractor: __________________ TDH License Number:. _____ _
Address : · City: State: Zip:
Office Phone Number: Job Site Phone Numbot : ----
Site-SUpeMSOr: _____________ TDH License Number:--------------
Site SUpgrvisor: TOH License Numbe r. ..... _~-----------Trained On-Si te NESHAP l ndividu.al: ______________ Cer1ification Date: _________ _
De molition Contractor: _____________ omce Phono Number..__.....__~-----------
Address: · Cily : Ste,te ; ___ _,Zip; ___ _
2} Project Consultan t gr Ope,rato r;, ________________ iOH Ll081\S8 Number. _____ _
Meil in9 Add'ress : _________________________________ _
City: Sta1e: ____ .Zip;. ____ Office Phona Number~----~----
3} FaclllfyOwner. _____ ~~--------------------------Altantion: ___________________________________ _
Moiling Add ress: _______ .,..... ___________________________ _
City: State: Zip,; Owner Phone Number(._ ... >-----
0 Noto: Tho liWOlto for tho notlfieatlon fee will be Ant to tho owner of tho bulldln,g ~nd tho billlng address for the Invoice wlll b4t
obtained from the: Information thii U s pto\lidod In thla &ectlon ,
4) Descrfptlon or Facifity Name=·---------.,,...------------------------!Ph~ical .Ad!lres-s; ___________ County: City. Zip:. ____ _
Facil ity Phone Num'be Facility Contact Person:=--------------
Oescrl ptlon of Area/Room Number.----------------------------
Prior Use :. ______________ """"Fulute Use=--------~----------
Age of Buildirl!g}F aclll ty: Size: Number or Ftoors: · Sdlooi (K -12): ll YeS a NO
5) Type of Work.: Cl Demolitlon o Renovation (Ab11tomcnt) D Annual Con.ti,al idated
Work wiU be during: t:J Day o Evening o Ni'ght Phi1S>8d P roject ·
Descrip tion of work schedulo :. ______________ ----------------
6} Is Ch is a Public Building? o YES
NESHAP-'Only Faclllty? D YES
D NO_ Federal Facility? D YES NO Industrial Sita? D YES O NO
o NO Is Buird lng/FQCil ity Occupied? a YES a N 0
7) Notification Type CHECK ONLY ONE
Ortgl nal (10 Working Days) O Cancellation o Amendment o Emergency/Ordered
If th.is is an ame ndment , whi ch ~meri d:men1 number Is !his ?_ (Enclose copy of orJglnal and/or last amendment)
If an emergency, who dldl you talk with at TOH'? Emergency#: _____ _
Date and Hour or E.m8t gency (HHi'MMIDD.IYY}._: -------
Descriptio n of !tie su dden, une,qJected event and explanation of how the event caused unsare con¢1itil;ms oc Would ca.u se
equ ipment damage (computer s, machinery, etc. _______________________ _
B) Desctiplion of proce<h.ues to be followed In the event that un0Xpected astJMtos Is f'o-und or pr eviously non~friable
ast>est0$ m a1erlal becomes crumbled. pulvet ized. or reduced to powder ;----------------
9) Was an Asbes tos survey performed? '[] YE'.S o NO Data : / I TOH lnspecl Of License No: _____ _
An alyti cal Me1hod : o PLM o TEM o Assumed TOH Labo ratory license No:------
(For TAHPA {public building) projects: an assumption must be made by a T OH Llconsed I nsp ector)
10} Descriptio rl of ,plan n ed demolJ liOn or renovatioo work, twe of material, and method(s) to be used,._· -------
t 1) Descriplfon of .. vork pr{lctices and engineerl'ng ocmtrols to be used l o preven t emissions of asbestos a t the demolificn/renova1ion : _____________________________ _
02114/07
12) ALL applicable Items in the followi ng table must be completed ; IF NO ASBESTOS PRESENT CHECK HERE:
ApprO)(imate amount of Check unit of measurement
Asbestos-Containing Bu i lding Materia1 Asbest0$ Type 1----...... .....,. .............. ----t--,---r---r--..--.----1
Pipes Surface Area
RACM to be removed
RACM NOT removed
Interior Cate I non-friable removed
Extatior Cate o I non-friable removed
Cate I non~friable NOT removed
Interior Cat o II non-friable remove<!
Exterior Cate II non-friable removed
Cate II non.Jrlable NOT removed
RACM Off-Facili ty Component
13) Waste Transporter Name: _________________ TOH Uoense Number.------
Address: ___________ City; _______ .,..__State: _ Zip._· ----
Con~ct Pel"$on : Phone Nu mb(lr: -~---------
14) Waste Dfsposal Site Name=---------:-~~-------~-----::,-----Address~· ______________ City-: _________ State: ___ Zip:----
Tel ephone: ( ) TNRCG Permit Number:--------
15) For structurally unsound facllltles, attach a copy o f demolllio n order end identi fy Governmental Offici al beJow: Name: · Registratlon No: _____________ _
Tille :......,.---,---,:'C'":"'."~":'."".:~---,--,--...... --
Oate of order (M W ODJYY) I I Date order to begin (MMJ'OD/YY) /
16) Schedu led Dates of Asbestos Abatemen t (M M/DDIYY) Start: --~'-~' __ Complete; _ .... I _ _._
17) Scheduled Dates DemoliUonlRenova1ion {M M/00/YY} Start: / Complete:_"""/ __ /~---
.. Note: If the start date on th~ nol.iflcatlon ~n not bo mot, tho TDH Regional or Local Pro;ram office Must b!J contsctsd by
phone prior to the start date. Failure to do so Is a YlolaUon l.n accordanco to TAHPA. Section 295.81.
I her eby oor1ify lhe1 a.II inform atio n I have pro11lded Is correct, complete. 8J'ld true to the best of my knowledge . I acknoY,·ledge
that I am respons ible for all aspect:s of the nolifica1ion form, incl1,1d i n9, but !\Qt li miting . content and submi ss ion dates. Tho
maximum penalty is $10,000 per day per \liolatioo.
(Signa l ure of Building Owner/ Operator
or Oelegated Consul lanl/Conlractor)
MAIL TO:
.. Faxos aro not accepte~
(Printed Nam o) (Date}
ASBESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DIVISION
TEXAS DEPARTMENT OF HEAL TH
PO BOX 143538
AUSTIN, TX 78714-3538
PH: 512-834-6600, 1-$00-572-5548
(Teleph l)l"le)
{Fax Number}
*Faxes am not accepted'
Form APB#5, d~tecl 07129/0:l. Replaces TOH fo,m dated 07113/01. For assistanr;e in completing form, call 1-80().572-5548
SC-58
, , , ,
1
1
1
1
1
1
l
1
l
HEAVY & IDGHW AY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mi xer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipe layer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheelffamping
Roller Ooerator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10.06
$13.99
$12.78
$11.01
$ 8.80
$14.15
$ 9.88
$13.22
$12.80
$12.85
$13.27
$12.00
$13.63
$12.50
$13 .56
$14.50
$10.61
$14.12
$18.12
$ 8.43
$11.63
$11.83
$13.67
$16.30
$12.62
$ 9.18
$10.65
$16 .97
$11.83
$11.58
$15.20
$14.50
$14.98
$13.17
$10.04
$11.04
$14.86
$16.29
$11.07
$10.92
$11.28
$11.42
$12.32
$12.33
$10.92
$12.60
$12.91
$12.03
$14.93
$11.47
$10.91
$11.75
$12.08
$14.00
$13.57
$10.09
ii
ll!
]
t ,-
1
I
~
!
.! n
n
r,
n
fl
n
n
n
n
n
n
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258 . Such prevailing wage rates are included in these contract documents.
{b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents. ·
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023 .
(c) Complaints of Violations and City Determination of Good Cause,-On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31 st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial ·determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258 .023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. · If the persons required to arbitrate ·
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; arid (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 atall 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.
1·1
fl
fl
( .... -
r,
fl
ii
1._.:;t'
I
I
I '--""
I .._..
I
I tu>
I
I
I
• I
-
PART DA
DA-1
DA-2
DA-3
DA-4
DA-5
DA-6
DA-7
DA-8
DA-9
DA-10
DA-11
DA-12
DA-13
DA-14
DA-15
DA-16
DA-17
DA-18
DA-19
DA-20
DA-21
DA-22
DA-23
DA-24
DA-25
DA-26
DA-27
DA-28
DA-29
DA-30
DA-31
DA-32
DA-33
DA-34
DA-35
DA-36
DA-37
DA-38
DA-39
DA-40
DA-41
DA-42
DA-43
DA-44
DA-45
DA-46
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) ... 5
PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) ......................... 5
PIPE ENLARGEMENT SYSTEM ............................................................................... 5
FOLD AND FORM PIPE (OMITTED) ....................................................................... 12
SLIPLINING (OMI.TTED) .......................................................................................... 12
PIPE INSTALLED BY OTHER THAN OPEN CUT ...................... : ............................ 12
TYPE OF CASING PIPE .......................................................................................... 16
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) ....................... 16
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ............... 19
MANHOLE REHABILITATION ................................................................................. 21
SURFACE PREPARATION FOR MANHOLE REHABILITATION ........................•... 32
INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
(OMITTED) ............................................................................................................... 33
INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) ....................... 33
INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ................................•. 33
INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ................................ 36
INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMITTED) ...•...................................................•.......................... .-.........................•.. 38
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) ............... 38
RIGID FIBERGLASS MANHOLE LINERS (OMITTED) .................•..........•...•....•.....• 38
PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) ......................... 38
PRESSURE GROUTING .......................................................................................... 39
VACUUM TESTING OF REHABILITATED MANHOLES ......................................... 42
FIBERGLASS MANHOLES (OMITTED) .................................................................. 45
LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED)
................................................................................................................................. 45
REPLACEMENT OF CONCRETE CURB AND GUTTER ......................................... 45
REPLACEMENT OF 6" CONCRETE DRIVEWAYS ................................................. 45
REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ......................................... 45
GRADED CRUSHED STONES ................................................................................ 46
WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMITTED) .................................... 46
BUTT JOINTS -MILLED (OMITTED) ..................................................................•... 46
2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ................................................. 46
REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ......................................... 47
NEW 7" CONCRETE VALLEY GUTTER (OMITTED) .............................................. 47
NEW 4" STANDARD WHEELCHAIR RAMP ............................................................ 47
8" PAVEMENT PULVERIZATION (OMITTED) ........................................................ 48
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ....................... 48
RAISED PAVEMENT MARKERS ............................................................................. 49
POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .............. 50
LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ..... 54
ROCK RIPRAP -GROUT -FILTER FABRIC (OMITTED) ....................................... 55
CONCRETE RIPRAP (OMITTED) ............................................................................ 55
CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED) .....................•.............. 55
CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) ..................................... 55
UNCLASSIFIED STREET EXCAVATION (OMITTED) ............................................. 55
6" PERFORATED PIPE SUBDRAIN (OMITTED) .................................................... 55
REPLACEMENT OF 4" CONCRETE SIDEWALKS ................................................. 55
RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED) ......................... 55
ASC-1
DA-47
DA-48
DA-49
DA-50
DA-51
DA-52
DA-53
DA-54
DA-55
DA-56
DA-57
DA-58
DA-59
DA-60
DA-61
DA-62
DA-63
DA-64
DA-65
DA-66
DA-67
DA-68
DA-69
DA-70
DA-71
DA-72
DA-73
DA-74
DA-75
DA-76
DA-77
DA-78
DA-79
DA-80
DA-81
DA-82
DA-83
DA-84
DA-85
DA-86
DA-87
DA-88
DA-89
DA-90
DA-91
DA-92
DA-93
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
PAVEMENT REPAIR IN PARKING AREA (OMITIED) ............................................ 55
EASEMENTS AND PERMITS ..............................•.............................................•..... 55
HIGHWAY REQUIREMENTS (OMITIED) ....•....................•..................................... 55
CONCRETE ENCASEMENT .................................................................................... 55
CONNECTION TO EXISTING STRUCTURES ..............................•..............•........... 56
TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITIED) ........... 56
OPEN FIRE LINE INSTALLATIONS (OMITIED) ..................................................... 56
WATER SAMPLE STATION (OMITIED) .................................................•..•.........•.. 56
CURB ON CONCRETE PAVEMENT ....................................................................... 56
SHOP DRAWINGS .................................................................................................. 56
COST BREAKDOWN ..................................................................................... , ......•... 57
STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ............................... 57
H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................ 58
ASPHALT DRIVEWAY REPAIR ..................... , ......................................................... 58
TOP SOIL ................................................................................................................ 58
WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ............... 58
BID QUANTITIES ..................................................................................................... 58
WORK IN HIGHWAY RIG,HT OF WAY .................................................................... 59
CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 59
OPTION TO RENEW (OMITTED) ............................................................................ 59
NON-EXCLUSIVE CONTRACT (OMITIED) ............................................................ 59
CONCRETE VALLEY GUTIER (OMITIED) ............................................................ 59
TR.AFFIC BUTIONS ............................. _ ..... , ............. -.................................................. 0!"._ ................ _._ •••.••••• _59
P-AVEME.NT STRIPING ..................... "' .......................... _ot •-·._ .......... lll ...... _ ............. _ ................................ 59
H.M.A.C. TESTING PROCEDURES ........................................................................ 60
SPECI.FICATION REFERENCES ............................................................................. 60
RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX .................................................................................................... 60
RESILIENT-SEATED GATE VALVES ...................................................................... 61
EMERGENCY SITUATION, JOB MOVE-IN (OMITIED) .......................................... 61
1 Y2" & 2" COPPER SERVICES .............................................................................. 61
SCOPE OF WORK (UTIL. CUT) (OMITIED) ........................................................... 61.
CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMITTED) ................................ 61
CONTRACT TIME (UTIL. CUT) (OMITTED) ............................................................ 61
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITIED) .......... 61
TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) ............................. 61
LIQUIDATED DAMAGES (UTIL. CUT) (OMITIED) .................................................. 61
PAVING REPAIR EDGES (UTIL. CUT) (OMITIED) ................................................ 61
TRENCH BACKFILL (UTIL. CUT) (OMITTED) ........................................................ 61
CLEAN-UP (UTIL. CUT) (OMITIED) ....................................................................... 61
PROPERTY ACCESS (UTIL. CUT) (OMITTED) ...................................................... 61
SUBMISSION OF BIDS (UTIL. CUT) (OMITIED) .................. , .................................. 61
STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITIED) ......................... 62
CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) (OMITIED) ....... 62
2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITIED) ....................................... 62
ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)
(OMITIED) ............................................................................................................... 62
MAINTENANCE BOND (UTIL. CUT) (OMITIED) .................................................... 62
BRICK PAVEMENT {UTIL. CUT) (OMITIED) .......................................................... 62
ASC-2
OA-94
DA-95
DA-96
DA-97
DA-98
DA-99
DA-100
DA-101
DA-102
DA-103
DA-104
DA-105
DA-106
DA-107
DA-108
DA-109
DA-110
DA-111
DA-112
DA-113
DA-114
DA-115
DA-116
DA-117
DA-118
DA-119
DA-120
DA-121
DA-122
DA-123
DA-124
DA-125
DA-126
DA-127
DA-128
DA-129
DA-130
DA-131
DA-132
DA-133
DA-134
DA-135
DA-136
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ...................................... 62
CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ...............................• 62
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) .................. 62
"QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) .............................................. 62
UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) ................................................... 62
STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMITTED) ........................................•.............................................. ; ....................... 62
LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ................ 62
CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) .................................. 62
PAYMENT (UTIL. CUT) (OMITTED) ........................................................................ 62
DEHOLES (MISC. EXT.) .......................................................................... : ............... 62
CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) .................................... 62
PRESSURE CLEANING AND TESTING (MISC. EXT.) ........................................... 63
BID QUANTITIES (MISC. EXT.) (OMITTED) ........................................................... 63
LIFE OF CONTRACT (MISC. EXT.) (OMITTED) ..................................................... 63
FLOWABLE FILL (MISC. EXT.) ....................•..•....................................................... 63
BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ....................................... 64
DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) ........•. 64
WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) .......................... 64
MOVE IN CHARGES (MISC. REPL.) (OMITTED) .................................................... 64
PROJECT SIGNS (MISC. REPL.) ............................................................................ 64
LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) ............................................. 64
TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) .......................... 64
FIELD OFFICE (OMITTED) ............•..•..••........•..•.•..•.....•.......................•.................•. 64
TRAFFIC CONTROL PLAN ............•........................................................................ 64
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
(OMITTED) ............................................................................................................... 64
DUCTILE IRON PIPE ............................................................................................... 64
CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED) ............................................................................................................... 71
BURIED STEEL PIPE AND FITTINGS (OMITTED) ................................................. 71
CATHODIC PROTECTION ...................................................................................... 71
GRAVEL DRIVEWAY REPAIR ................................................................................ 72
REPLACEMENT OF TREES (OMITTED) ................................................................ 72
PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY B.ORING,
TUNNELING OR OPEN CUT ................................................................................... 72
BUTTERFLY VALVES (OMITTED) .......................................................................... 80
GATE VA.LVES ........................................................................................................ 80
AIR RELEASE VALVES (OMITTED) ..•..................•..•...................................•.......... 83
CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT
AREA (OMITTED) .................................................................................................... 83
FIBERGLASS SEWER PIPE -GRAVITY SERVICE (OMITTED} ............................ 83
JUNCTION SANITARY SEWER MANHOLE (OMITTED) ........................................ 83
SUBSURFACE EXPLORATION ............................................................................... 83
ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES .............. 84
ABANDON EXISTING PIPE LINE ............................................................................ 84
REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED} ....... 84
SANITARY SEWER AND WATER LINE MARKERS ............................................... 84
ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS (OMITTED) .....•.•.....•...•.•..••..•..•....••.......•...........•............•........... 86
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY
(OMITTED) ............................................................................................................... 86
DA-139 GROUTING PROCEDURE ............•.•........•..•..•.•....................................•....•............ 86
DA-140 TUNNELING (OMITTED) ...................•...................•...........•....•............................•... 87
11102104 ASC -4
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED)
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED)
DA-3 PIPE ENLARGEMENT SYSTEM
A. GENERAL:
11/02104
1. Description : This specification includes requirements to rehabilitate existing
sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or
Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting
the existing pipe to install a new polyethylene pipe and reconnect existing sewer
service connections.
2. Methods : This section specifies the approved system method or process to
include all labor, materials, tools, equipment and incidentals necessary to provide
for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe
Bursting/Crushing systems. Approved methods include : the PIM Corporation
(PIM System), Piscata Way , New Jersey; McLat Construction (McConnell System
for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS
System), Calgary, Canada . Refer to Part D -SPECIAL CONDITIONS D-34
SUBSTITUTIONS for information regarding pre-approval procedures for
alternative processes .
3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of
gravity sewer pipe by installing an approved pipe material, by means of one of the
pre-approved methods set forth in Section A.2 of this specification . The process
involves the use of a static, hydraulic or pneumatic hammer "moling" device,
suitably sized to break out the old pipe or using modified boring "knife" with a
flared plug that implodes and crushes the existing sewer pipe. Forward progress
of the "mole" or the "knife" may be aided by the use of hydraulic equipment or
other apparatus, as specified in the approved methods. The replacement pipe is
either pulled or pushed into the bore . The method allows for replacement of pipe
sizes from 8" through 21" and/or upsizing in varying increments up to 21 ". This
specification is based on the precedent that the Pipe Bursting/Crushing system
used has been pre-approved by the City of Fort Worth Department of Engineering ,
and Fort Worth Water Department.
4 . Quality Assurance :
The Contractor shall be certified by the particular Pipe Bursting/Crushing system
manufacturer that such firm is a licensed installer of their system . No other Pipe
Bursting/Crushing system other than those listed in Section A.2 . of these
specifications is acceptable .
a . Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fus ing , handling , and installing the
polyethylene pipe . Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fusing , handling , and installing the
polyethylene pipe. Training shall be performed by a qua lified
representative as determined by the pipe manufacturer.
5. Submittals : Submit for review and acceptance , the following Contractor's Work
Plan and Drawings to the Department of Engineering (DOE):
a. Shop drawings, catalog data, and manufacturer's technical data showing
complete information on material composition , physical properties, and
dimensions of new pipe and fittings. Include manufacturer's
recommendation for handling, storage , and repair of pipe and fittings if
damaged.
b. Location and number of insertion or access pits shall be planned by
Contractor and submitted in writing prior to excavation for approval by
DOE.
c. Method of construction and restoration of existing sewer service
connections . This shall include :
1) Detail drawings and written description of the entire construction
procedure to install pipe, bypass sewage flow and reconnection of
sewer service connections .
2) Working drawings for information only showing sewage flow
bypass, and maintenance of traffic . Contractor shall provide for
continuous sewerage flow. Dewatering shall be the Contractor's
responsibility .
3) Certification of workmen training for installing pipe .
4) Television inspection reports and video tapes made after new pipe
installation .
6. Delivery, Storage, and Handling:
a. Transport, handle , and store pipe and fittings as recommended by
manufacturer.
b. If new pipe and fittings become damaged before or during installation , it
shall be repaired as recommended by the manufacturer or replaced as
required by the Project Manager at the Contractor's expense, before
proceeding further.
c . Deliver , store and handle other materials as required to prevent damage .
B. MATERIALS :
11102104 ASC -6
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Polyethylene Piping Material : The pipe and fitting material shall be high density ,
extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM
01248 , Type Ill , Class C, Category 5, Grade P34 , and have a PPI (Plastic Pipe
Institute) recommended designation of PE3408 and cell classification 345434C per
ASTM 03350. The molecular weight category shall be extra high (250 ,000 to
1,500 ,000) as per the Gel Permeation Chromatography determination procedure
with a typical value of 330,000 .
a. The interior of the pipe shall be a light reflective color to facilitate closed
circuit television inspection .
b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI
TR-4 . The pipe material shall have as hydrostatic design basis of 1600 psi
at 73 F and 800 psi at 140 F.
c. The manufacturer's certification shall state that the pipe was manufactured
from one specific resin and shall state the resin used and its source . All
pipe shall be made of virgin material. No rework, except that obta ined from
the manufacturer's own production of the same formulation, shall be used.
d . Pipe supplied under this specification shall have a nominal Ductile Iron
Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and
minimum pressure rating of the pipe shall be SOR 17 -100 ps i. Pipe with a
lower SOR ratio and higher pressure rating may be used in lieu of the
minimum specified.
2 . Tests: The Contractor shall be required to send submittals to the City of Fort
Worth on the production material.
a. The pipe manufacturer shall provide certification that samples of the
production product meets these specifications . The certification will state
that production product has been tested in accordance with ASTM 02837 ,
and validated in accordance with the latest revision of PPI TR-3 .
b. The pipe manufacturer shall provide certification that stress regression
testing has been performed on the specific product. Certification shall
include a stress life curve per ASTM 02837 and testing shall have been
performed in accordance with ASTM 02837 .
c. Rejection : Polyethylene plastic pipe and fittings may be rejected for failure
to meet any of the requirements of this specification .
C . SEWER SERVICE CONNECTIONS :
1.
2.
11/02104
Sewer Service Connections: Sewer service connections shall be connected to the
new pipe by mechanical or fusion methods . Once the saddle is secured , a hole
shall be drilled in the pipe the full inside diameter of saddle outlet.
Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound
that meets the requirements of ASTM 01248, Class C, have stainless steel straps
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
and fasteners, neoprene gasket and backup plate . Mechanical saddles shall be
Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle
manufactured by DuPont, or approved equal. Fusion saddles shall be
electrofusion branch saddles as manufactured by Central Plastics Company, or
approved equal.
3. Connection to Existing Service : Connections to the existing sewer service
connections pipe shall be made using flexible couplings. All flexible couplings
shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer
Co., DFW Plastics, Inc . or approved equal. Backfill at service connections shall be
cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the
service lateral to trench intersection and shall be in accordance with these
specifications.
The Contractor shall , upon request, permit the Engineer to take elevations on both
the existing and new portions of the service connection pole to determine final
grade and invert elevations. Elevation changes greater than 0.10 feet from the
house lateral piping and shall be reconnected as directed by the Engineer.
4 . Service Interruptions: Service interruptions to homes shall not exceed 18 hours .
D. PREPARATION :
11/02104
1. Bypassing Sewage:
2 .
3 .
a. The Contractor shall bypass the sewage around the section or sections of
sewer to be rehabilitated. The bypass shall be made by plugging existing
upstream manhole and pumping the sewage into a downstream manhole
or adjacent system or other method as may be approved by the Engineer.
The pump and bypass lines shall be of adequate capacity and size to
handle the flow without sewage backup occurring to facilities connected to
the sewer.
b . The Contractor shall be responsible for continuity of sanitary sewer service
to each facility connected to the section of sewer during the execution of
the work.
If sewage backup occurs and enters buildings, the Contractor shall be
responsible for clean-up, repair, property damage costs and claims.
Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the
existing sewer (heavy solids, dropped joints, protruding service taps or collapsed
pipe) which will prevent completion of the pipe bursting/crushing process, and
cannot be removed by conventional sewer cleaning equipment, then an
obstruction removal shall be made by the Contractor, with the approval of the
Engineer.
Sags in Sewer Line : ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER
LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre-
construction television inspection reveals a sag in the sewer line, the Contractor
shall be responsible for bringing the proposed sewer pipe to an acceptable grade
ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
without a sag . A sag is defined as any sewer line segment more than 3 feet in
length which ponds water in the absence of sewage flow . The contractor shall
take the necessary measures to eliminate the sag by the method of: pipe
replacement, digging a sag elimination pit and bringing the bottom of the pipe
trench to a uniform grade in line with the existing pipe invert or by other measures
that shall be acceptable to the Engineer and the City .
a. Identification of Sags : Sags shall be identified by television inspection in
the absence of sewage flow . If available, the Contractor shall be furnished
television tapes from the City identifying the sag location. Flow shall be
blocked at an upstream manhole and diverted to another sewer line or
downstream manhole below the segment of pipe to be inspected . TV
inspection shall be performed in accordance with television inspection of
sanitary sewer lines . Video tapes shall be submitted to the Department of
Engineering for review .
b. Correction of Sags : Sags shall be corrected by open cut and by adding
additional bedding material to bring the sag back to grade where access is
available . For pipe enlargement methods, all sags identified on the pre-
construction video tapes shall be corrected prior to commencing with pipe
enlargement.
In instances where sags are located under existing structures , the existing
sewer line may be relocated using open cut or boring methods. The
Department of Engineering shall specifically review potential relocation 's
and evaluate the constructability , economics and engineering feasibility
prior to construction work .
c. Measurement and Payment: Measurement and payment to correct sags
shall be per linear foot of pipe construction to correct the sag. For pipe
bursting methods , open-cut or bore construction, the applicable bid prices
in the proposal section shall apply .
4. Television Inspection : Inspection of the pipelines shall be performed by
experienced personnel trained in locating breaks, obstacles and service
connections by closed circuit color television. Television inspection shall be in
accordance with the specifications contained herewith for "Pre-and Post-
Construction Television Inspection of Sanitary Sewer Lines", Part D -Special
Conditions D-35 and D-38, respectively .
E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION :
11/02104
1. Site Organization :
a.
b .
Insertion or access pits shall be located such that their total number shall
be minimized and the length of replacement pipe installed in a single pull
shall be maximized.
Existing manholes shall be utilized wherever practical. Manhole inverts and
bottoms may be removed to permit access for installation equipment.
ASC-9
11102104
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. Equipment used to perform the work shall be located away from buildings
so as not to create a noise impact. Provide silencers or other devises t o
reduce machine noise as needed to meet requirements .
d . The actual pipe enlargement procedure shall commence prior to 11 :00 AM
in order to afford the contractor ample time to complete all related work
within the allotted workday , which is defined as the hours between 7:00 AM
and 6:00 PM , so as not to impose on the peace and comfort of persons in
the immediate vicinity . No actual pipebursting work shall be started after
11 :00 AM ; all actual pipebursting activity shall cease at 6 :00 PM . Other
activities other than the actual pipebursting may continue after 6 :00 PM .
2 . Finished Pipe : The installed replacement pipe shall be continuous ove r the entire
length of each pipe segment from manhole to manhole and shall be free from
visual defects such as foreign inclusions , concentrated ridges, discoloration ,
pitting, varying wall thickness , pipe separation , other deformities . Replacement
pipe with gashes , nicks , abrasions, or any such physical damage which may have
occurred during storage and/or handling , which are larger/deeper than 10% of the
wall thickness shall not be used and shall be removed from the construction site .
The replacement pipe passing through or terminating in a manhole shall be
carefully cut out in a shape and manner approved by the Engineer. The invert and
benches shall be streamlined and improved for smooth flow. The installed pipe
shall meet the leakage requirements of the pressure test specified later.
3. Pipe Jointing :
a .
b .
C.
Sections of polyethylene replacement pipe shall be assembled and joined
on the job site above the ground. Jointing shall be accomplished by the
heating and butt-fusion system in strict conformance with the
manufacturer's printed instructions .
The butt-fusion system for pipe jointing shall be carried out in the field by
operators with prior experience in fusing polyethylene pipe with similar
equipment using proper jigs and tools per standard procedures outlined by
the pipe manufacturer. These joints shall have a smooth , uniform , double
rolled back bead made wh ile applying the proper melt, pressure , and
alignment. It shall be the sole responsibility of the Contractor to provide an
acceptable butt-fusion joint. All joints shall be made available for
inspection by the Engineer before insertion . The replacement pipe shall be
joined on the site in appropriate working lengths near the insertion pit. The
maximum length of continuous replacement pipe which shall be assembled
above ground and pulled on the job site at any one time shall be 600 linear
feet.
For situations where the replacement pipe is not pulled all the way to the
manhole or if it is impossible to pull the missle all the way through , the
following shall apply : At the direction of the Engineer, a 12"-18" full circle
steel clamp shall be ut ilized to connect segments of the HOPE pipe .
ASC -10
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. New Pipe Installation :
a. Thread winch cable or chain and associated lines through sewer section to
be rehabilitated . Keep lines away from pedestrian and vehicular traffic.
b. Existing manholes may be used for launch and receiving access . Remove
manhole invert and bottom as required. Pull winch chain through sewer
section and attach to cutter and machine head . Lower into launching
manhole, apply winch tension pulling the cutter and head into the sewer
until the rear of the machine is flush with the manhole wall. Attach steel
starter pipe and advance assembly until the rear of the steel starter pipe is
flush with the manhole wall . Lower hydraulic jack into the manhole and
align. Insert new pipe by simultaneous operation of the jack and winching
the cutter and head forward .
5. Anchoring New Pipe and Sealing Manholes:
a. After the new pipe has been installed in the entire length of the sewer
section, anchor the pipe at manholes. The new pipe shall protrude in the
manholes for enough distance to allow sealing and trimming .
b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10)
hours after installation. Provide a flexible gasket connector in the manhole
wall at the end of the new pipe, centered in the existing manhole wall .
Grout flexible connector in the manhole , filling all voids the full thickness of
the manhole wall .
C. Restore manhole bottom and invert .
6. Field Testing:
a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole
section of sanitary sewer main has been pipe bursUcrushed and prior to
any service lines being connected to the replacement pipe, the pipe shall
be plugged at each manhole with pneumatic plugs . The design of the
plugs shall be such that they will hold against the test pressure without
requiring external blocking or bracing . One of the plugs shall have three air
hose connections; one for the inflation of the plug , one for reading the air
pressure in the sealed line , and one for introducing air into the sealed line .
Low pressure air shall then be introduced into the sealed line until the
internal air pressure reaches 4 .0 psig greater than the average back
pressure resulting from any ground water that may be over the pipe . At
least two minutes shall elapse to allow the pressure to stabilize . The time
required for the internal pressure to decrease from 3 .5 to 2.5 psig greater
than the average back pressure resulting from any ground water that may
be over the pipe, shall not be less than the time shown for a given pipe
diameter in the following table :
Carrier Pipe
Diameter inches
ASC -11
Minimum Elapsed
Time minutes
PART DA -ADDITIONAL SPECIAL CONDITIONS
8
10
12
15
4
5
6
7
b . Post-Construction Television Inspection of New Pipe : Refer to Special
Condition for Post-Construction Television Inspection of Sanitary Sewer.
F . MEASUREMENT AND PAYMENT:
1. Pipe Installation : Pipe installation will be measured for payment by the linear foot
of pipe actually installed in the various diameters of sewers measured along the
centerline of the sewer from centerline to centerline of manholes. Payment will be
made for the quantities measured at the unit price per linear foot for the various
sewer diameters listed .
2 . Service Reconnections: Installation of sewer service connections will be
measured for payment by each actually reconnected to the installed pipe .
Payment will be made for the quantities measured at the unit price per each listed.
Payment shall include required excavation and backfill , saddles , flexible
connections, and all other incidentals necessary to successfully reconnect sewer
service lines to the rehabilitated sewer. Payment shall not include pavement
replacement, which if required , shall be paid separately .
3 . Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic
jet cleaning shall be performed by bucket machines . The payment for such
cleaning shall be included in the bid item for Pre-Construction Television
Inspection of Sanitary Sewer Lines.
4 . By-pass Pumping : The Contractor shall provide diversion for the flow of sewage
around the section or sections of pipe designated for rehabilitation . The pumps
and by-pass lines shall be of adequate capacity and size to handle all flows. All
costs for by-pass pumping required during installation of the pipe shall be
subsidiary to pipe enlargement.
5. Subsidiary Work: Any damage to utilities and property, result ing repairs ,
temporary service costs , etc. shall be borne by Contractor. Repair and/or
replacement of fences, sprinkler system piping and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no additional payment w ill be allowed .
6 . Testing : All cost for testing the replacement pipe by a pressure method will be
incidental to pipe installation .
DA-4 FOLD AND FORM PIPE (OMITTED)
DA-5 SLIPLINING (OMITTED)
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT
11/02104 ASC -12
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. GENERAL:
1. Furnish materials and necessary accessories , with strengths , thickness, coatings ,
and fittings indicated, specified and/or necessary to complete the work.
2 . All excavation shall provide an open area conforming to the outside diameter of
the casing and/or carrier conduit. The excavation shall be to an alignment and
grade which will allow the carrier conduit to be installed to proper line and grade as
shown on the Plans and as established in the Specifications.
3. Work shall be performed in accordance with the requirements of the City of Fort
Worth Water Department , the Texas Department of Transportation , or railroad
company, as applicable .
B. MATERIALS :
1. Casing Pipe : 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 Casing 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 flowing thick slurry .
C. EXECUTION
1.
2 .
11/02104
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 .
Pits and Trenches :
ASC -13
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 jo ints of the pipe . Wherever end
trenches are cut in the sides of the embankment or beyond it, such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in .
b. The location of the pit shall meet the approval of the Engineer.
c. The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed .
3. Boring and Jacking Steel Casing Pipe : Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place .
a. The boring shall proceed from a pit provided for the boring equipment and
workmen. The holes are to be bored mechanically. The boring shall be
done using a pilot hole . By this method an approximate 2-inch hole shall
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored . Other
methods of maintaining line and grade on the casing may be approved if
acceptable to the Engineer. Excavated material shall be placed near the
top of the working pit and disposed of as required . The use of water or
other fluids in connection with the boring operation will be permitted only to
the extent required to lubricate cuttings . Jetting or sluicing will not be
permitted.
b. In unconsolidated soil formations , a gel-forming colloidal drilling fluid
consisting of at least 1 O percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit , seal the walls of
the hole, and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
c. Allowable variation from the line and grade shall be as specified under
paragraph A.2 . All voids between bore and outside of casing shall be
pressure grouted .
4 . Installation of Carrier Pipe in Casing :
a .
b.
Sanitary sewer pipe located within the encasement pipe shall be supported
by "skids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing , and to keep the installed line from resting on the bells.
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 .
ASC -14
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. The Contractor shall prevent over-belling the pipe while installing it through
the casing . A method of restricting the movement between the assembled
bell and spigot where applicable shall be provided.
d . At all bored , jacked, or tunneled installations , the annular space between
the carrier pipe and casing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe.
The backfill material will not be required unless specified on the plans and
specified by the Engineer.
e. Closure of the casing after the pipe has been installed shall be plugged at
the ends of the casing as shown on the drawings or as required by the
Engineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe:
a. As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe .
b. When a cas ing pipe is not designated on the drawings, the contractor shall
provide a casing pipe if necessary to achieve line and grade . Casing pipe
shall be provided at no additional cost and shall be subsidiary to the cost
bid for installation By Other than Open Cut.
c. Bore and jack in accordance with paragraph C.3. above .
d. Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in soft soil
layer. All voids outside of installed pipe shall be pressure grouted .
6 . Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring , or when shown on the plans, a tunneling method may be
used, with the approval of the Engineer or railroad/highway officials .
a. When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden. The Contractor shall submit the
proposed liner method to the Engineer for approval. The tunnel liner
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
11102104 ASC -15
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
requ ired 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 requ ired, shall be paid separately .
DA-7 TYPE OF CASING PIPE
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of
E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects . The steel casing pipe shall be supplied as
follows :
A. 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 .
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:
Boring used on this project shall be in accordance with the material standard E1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documents .
3 . PAYMENT:
Payment for all materials , labor, equipment, excavation , concrete grout , backfill , and
incidental work shall be included in the unit price bid per foot.
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED)
A GENERAL: The work covered by this item consists of furnishing all labor, material,
equipment, supervision, etc . necessary to construct a point repair on the portion of a
service line located within a utility easement, street right-of-way or on private property.
Point repairs on private property shall only be addressed after the Contractor has received
written permission from the property owner to do the work . A blank Right-of-Entry
Agreement form to be completed by the Contractor and the individual property owners is
11102104 ASC -16
PART DA -ADDITIONAL SPECIAL CONDITIONS
included at the end of this section. The Contractor shall keep a record copy of all Right-
of-Entry forms obtained and have it on hand at all times during construction.
The street addresses and approximate location of service line repairs are shown in
Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors
responsibility to accurately field locate the exact point of repair.
B. MATERIALS:
The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D-
3034 , SOR 26) and have a minimum cell classification of 12454 A or B as defined in
ASTM D-1784. Installation shall be in strict compliance with the manufacturer,
recommen.dations and the Uni-Bell Plastic Pipe Association. The method of jointing the
ends of the replaced pipe with the existing pipe shall be water tight.
C. EXECUTION:
1.
2.
3 .
4.
5.
6 .
11/02104
After the location of the point repair is determined , the Contractor shall excavate
and remove the damaged pipe and replace with new pipe. The minimum length of
pipe replaced shall be three (3) feet. All work shall be performed by a licensed
plumber. Determine whether additional lengths of line beyond "minimum length"
criteria need replacement. Report need for additional replacement to City and
obtain approval before proceeding .
The Contractor shall excavate, shape the bottom of the trench and place the
required pipe bedding so that the grade of the replaced pipe matches the existing
service line grade .
Numerous service line point repairs along with lateral line point repairs and
obstruction removals are located in areas which in many instances will require the
removal of existing landscaping, structures, sidewalks, driveways, etc. Items
removed or disturbed shall replaced or restored to original conditions or better.
Removal of Debris: Excess excavated material and debris are to be removed from
the work site daily. Cost of hauling excess excavation and debris is to be included
in the price bid for "Service Line Point Repair''.
Roof and Yard Drains : At the locations indicated in Table of the Attachments .
The Contractor shall disconnect roof and yard drains from the sanitary sewer
service line . For yard drains, the Contractor shall excavate and remove the drain
from the yard and plug the line at the property line . For roof drains, the Contractor
shall remove the downspout from the drain line and plug the line to prevent inflow.
In addition , the Contractor shall install an elbow fitting at the bottom of the
downspout to direct runoff, away from the building, and a concrete splash pad to
prevent erosion .
Disconnected Service Lines: At the locations indicated in Table of
Attachments __ to the Special Contract Documents , the Contractor shall remove
the service line no longer in use by excavating at the property line and plugging
the service line .
ASC -17
PART DA -ADDITIONAL SPECIAL CONDITIONS
7 . Abandonment of Point Repair : If a pipe is exposed and found in good condition ,
not requiring a point repair, notify City Engineer who will record abandonment of
point repair.
Backfill the excavation, replace pavement or sidewalk and repair and seed or sod
unpaved areas .
8 . Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as
indicated in Table and as shown on the PLANS . All cleanout repair work shall
be performed by a licensed plumber.
a. General
This special condition describes the repair of sanitary sewer cleanouts
located on private property as designated on the 1/1 Elimination Repair
plans . Repair of the cleanouts shall consist of replacing defective cleanout
caps or installing new caps where none exist, such that inflow is eliminated.
There will be no repairs made to the existing cleanouts that require
excavation, other than what is required to expose the top of the cleanout so
that the new caps can be installed .
b. Materials
Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas
Specialty & Mfg . Company, or equal. The rubber caps are held down by
stainless steel clamps .
c . Excavation
1) The Contractor shall submit shop drawings on all materials and
equipment to be installed .
2) The Contractor is responsible for obtaining right of entry from the
property owners prior to performing any work . Property owners
should be notified 48 hours in advance of any work on their property.
3) The Contractor shall restore any disturbed surface to its original or
better condition at no separate pay.
D. MEASUREMENT AND PAYMENT:
1.
2 .
11/02104
Payment for service line point repair shall be on a unit price basis for each repair
performed on all sizes of service lines for the respective depths. The minimum
length of service line point repair shall be three (3) feet. No separate pay if the
work is done within the limits of a service line reconnect as defined in Special
Cond ition, D-28, "Sanitary Sewer Services".
Measurements for extra length repair is on a linear foot basis for repairs in excess
of the minimum 3 foot replacement length .
ASC -18
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. All pipe fittings, adapters, concrete collars, bedding, and removal and
replacements of grass sodding required shall be considered incidental to service
line point repair.
3. If no pay item is included for any work required to properly complete a service line
point repair as specified, the cost to perform said work, including any required
removal and replacement of materials , shall be considered incidental to the service
line point repair.
5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the
Sanitary Sewer Service Line at the Point of Replacement. The minimum trench
width shall be 3'-0".
6. All excavation, backfill, removal and replacement of grass sodding and
landscaping, plugs, fittings, and splash pads shall be considered incidental to
removal of yard drains, disconnecting roof drains and plugging disconnected
service lines .
7. No separate payment will be made for the Contractor to obtain written permission
to enter private property.
8 . Payment will be made for Abandonment of Point Repairs at the Contract Unit Price
for Excavation and Backfill Abandoned Point Repairs .
9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout
successfully repaired . Payment shall be full compensation for all materials,
equipment, and labor required to perform the work.
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1.
2 .
3 .
4 .
11/02104
Scope : This section governs all work, materials and testing required for the
application of interior protective coating . Structures designated to receive 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 .
Description: The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
protective coating of structures in accordance with manufacturer's
recommendations.
Manufacturer's Recommendations : Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations .
Corrosion Protection : Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected .
ASC -19
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. MATERIALS :
1. Scope : This section governs the materials requ ired for completion of protective
coating of designated structures.
2. Protective Coating : The protective coating shall be a proprietary two component ,
100 percent solids , rigid polyurethane system designated as Spray Wall as
manufactured by Sprayroq , Inc . or a two -part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers , is manufactured by Raven Lining
systems and designated as Raven 405 .
3. Specialty Cement (If required for leveling or filling): The specialty cement-based
coating material shall be either Quadex QM-1s as manufactured by Quadex , Inc. or
Reliner MSP as manufactured by Standard Cement Materials.
4. Material Identification : The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10 ,000 psi
550,000 psi
5. Mixing and Handling : Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals . All
equipment shall be subject to the approval of the Enginee r. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C. EXECUTION :
11102104
1. General : Protective coating shall not be installed until the structure is complete
and in place .
2 . Preliminary Repairs :
a .
b .
All foreign materials shall be removed from the interior of the structure
using high pressure water spray (3500 psi to 4000 psi at spray tip).
All unsealed lifting holes , unsealed step holes, and voids larger than
approximately one-half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application .
ASC -20
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. After all repairs have been completed , remove all loose material.
3. Protective Coating:
a. The protective coating shall be appl ied to the structure from the bottom of
the frame to the bench, down to the top of the trough . The top of the
structure shall also be coated.
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the following procedure .
1) The surface shall be thoroughly cleaned of all foreign materials and
matter.
2) Place covers over the invert to prevent extraneous material from
entering the sewers.
3) If required for filling or leveling, apply specialty cement product to
provide a smooth surface for the coasting material.
4) Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0.125
inches). Thickness to be verifiable through the use of methods
acceptable to the Engineer. After the walls are coated, the wooden
bench covers shall be removed .
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur 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 top of the bench . The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials, equipment and material testing required to complete the
work . Pressure grouting, if 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
11102/04 ASC -21
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. GENERAL
1. Scope . This section covers the rehabilitat ion of sanitary sewer manholes and other
appurtenances in accordance with the Manhole Rehabilitation Details in the
spec ificat ions . The rehabilitation requirements for each manhole are listed in the
Manhole Rehabilitation Schedule in the specifications . Manhole rehabilitation includes
repairing, replacing, or restoring manhole frame & cover , frame seal, chimney , corbel ,
wall , bench , invert and/or pipe seal(s).
The Contractor shall furnish all labor, supervision , materials , equipment and testing
required to complete the rehabilitation of the manholes listed in these Contract
Documents.
2 . General : Contractor is responsible for locating all manholes scheduled for
rehabilitation . Contractor shall notify City Engineer if a manhole cannot .be located .
Contractor shall contact City Engineer to determine if materials removed from
rehabilitated manholes will remain the property of the Owner . If so , Contractor shall
coordinate when and where to deliver salvaged material to the Fort Worth Water
Department. If not, Contractor shall be responsible for disposal of material. Contractor
shall provide watchmen , barricades and warning signs to protect his workers ,
inspectors, and the public. Contractor shall , at no additional cost to the Owner, replace
any portion of an existing manhole that is damaged during rehabilitation of the manhole .
Contractor shall provide necessary means to prevent wastewater flow from contacting
material used for rehabilitation prior to fully curing . Loose and broken brick and mortar
shall be removed immediately from the manhole to eliminate the possibility of pieces
entering the sewer lines.
3 . Submittals:
a. Product Information . Contractor shall submit manufacturer's information on
products proposed to be used that are not specifically named in the Contract
Documents .
b. Personnel Qualifications . Prior to start ing manhole coating, Contractor shall
submit qualifications of personnel that will be performing wall repairs and coating
procedures . Proposed personnel shall verify certification within the last two years
by the coating manufacturer and verify working on at least three projects with
similar coating within the previous 12 months .
c. Work Schedule . Prior to beginning work on bench and invert replacements ,
complete manhole replacements , or construction of new maintenance manholes ,
Contractor shall submit for review by Owner's Representative a plan for
maintaining wastewater flow without any interruptions. Contractor shall maintain
wastewater flow at all times .
4 . Quality Assurance . Contractor will be responsible for all testing laboratory services in
connection with data required for review of materials proposed to be used in the Work .
Contractor shall obtain Engineer's acceptance of the testing laboratory before having
services performed and shall pay for all costs for testing. Owner may, at his discretion,
perform quality control tests on materials during and after their incorporation in the
11/02104 ASC -22
,
--·
PART DA -ADDITIONAL SPECIAL CONDITIONS
Work . If any of these tests fail, Contractor will be responsible for correcting situation
and shall pay for any retest. All costs for quality assurance test ing will be subsidiary to
the Work.
5. Delivery , Storage , and Handling . Upon delivery, all material shall immediately be stored
and protected until installed in the Work. All material shall be labeled and stored in
accordance to the manufacturer's recommendations and all local , state , and federal
regulations .
6 . Testing . All rehabilitated manholes shall be tested in accordance with Section D-63 .
8 . MATERIALS
11/02104
1. Cleaners:
'2.
3 .
4 .
5.
Water
Cleaners
Wall, Bench, Trough, Grouting ,
and Pipe Seal Repair
Hydraulic Cement
Quick-setting Mortar
Urethane Gel Grout
Cementitious Grout Material
Activated Oakum
Clean and free from deleterious substances .
Detergent, muriatic acid or approved equal.
Strong-Seal Plug, Penny Grout, IPA
"Octocrete", or approved equal.
Strong-Seal QSR , Rapid Set , or approved
equal.
Scotch-Seal "5610 and 5612" or approved
equal.
Sauereisen Cements "F-100 Grout" or
approved equal.
3M Scotch Seal "5600" or approved equal.
Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or
approved equal.
Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal.
Concrete
External Manhole Coating
Coal Tar
Internal Manhole Coatings
Non-cementitious
Cementitious
Frames, Covers, and Inserts
Material in accordance with City of Fort
Worth Water Department General Contract
Documents .
Tnemec "46-450 Heavy Tnemecol", Kop
Coat "Bitumastic Black Solution", or
approved equal.
Sprayroq "Spray Wall" or Raven 405 .
Standard Cement Materials "Reliner MSP" or
Quadex "QM-1s".
Manhole Frames and Covers McKinley "Type N with indented top",
Neenah "R1726A", or approved equal.
Watertight Manhole Frames and Neenah "R1915-E, Type L" or approved
ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
6 .
7 .
8 .
Covers
Manhole Insert -Polyethylene
Manhole Insert -Stainless Steel
Fiberglass Manhole Liner
PVC Lined Concrete Wall
Reconstruction
Joint Material
Adjustment Rings
Bitumastic Gasket Material
Bitumastic Trowelable Material
9. Miscellaneous
Root inhibitor
equal.
Corrosion-proof high density polyethylene ,
1/8" thick in accordance with Fort Worth
Water Department General Standards E 100-
4 .
Southwestern Packing & Seals , Inc.,
"TetherLok".
Material in accordance with Section DA-15
of these specifications .
Material in accordance with Section DA-16
of these specifications.
Single-piece, precast concrete , ASTM
C478, 2" min . thickness .
RAM-NEK , EZ-STIK or approved equal.
GS-702 compound or approved equal.
Dichlobenil 2 ,6 -dichlorobensonitrile , or
approved equal.
C. EXECUTION
1. Inspection . Prior to beginning the Work on a manhole , the Contractor shall inspect the
manhole and notify City Engineer if actual conditions are in conflict with Manhole
Rehabilitation Schedule . After City Engineer revises schedule, Contractor shall
commence with Work.
2 . Manhole Rehabilitation Repairs . Each manhole listed in the Manhole Rehabilitation
Schedule will be repaired with at least one of the following repair methods . The
requirements for each repair shall be completed as described in this section and as
indicated on the Manhole Rehabilitation Details in the specifications .
11/02104
a. Cover/Frame/Frame Seal Replacement.
1) Paved Areas : Make square full depth saw cut and remove the pavement to
expose the entire manhole frame and exterior of manhole a minimum of 6
inches below the top of the structurally sound structure , keeping trench
sides as vertical as possible . Remove the pavement by breaking out from
saw cut toward the manhole to avoid breaking the frame .
2)
Non-paved Areas : Excavate adjacent to the manhole to expose the entire
frame to a minimum depth of 6 inches below the top of the structurally
sound structure , keeping trench sides as vertical as possible . Limit
excavation to a 6-foot by 6-foot working area.
Remove and replace the existing frame, cover , and sealing material.
Furnish bolt down frame and cover, if required by Manhole Rehabilitation
ASC -24
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
3)
4)
5)
6)
7)
8)
9)
10)
Schedule in the Specifications . If grade rings are broken, deteriorated , or
loose, Contractor shall notify Engineer prior to placing manhole frame .
Also, if manhole contains brick grade adjustments on top of concrete corbel
or chimney , Contractor shall replace the brick grade adjustments with
precast concrete rings in accordance with manhole grade ring
replacements.
Clean exposed interior and exterior surfaces of the existing chimney and
inspect for reuse. Wire brush and apply a concrete bonding agent and
quick setting hydraulic cement to the top surface of the manhole to provide
a smooth surface prior to installing new grade rings and bitumastic
material.
Surfaces between the frame, adjustments, and corbel sections shall be
free of dirt and debris. Bitumastic gasket material (minimum ~ inch thick)
shall be placed in two concentric rings along the inside and outside edge of
each joint or use bitumastic trowelable material. Butt joints of the two rows
of bitumastic material shall be positioned opposite of each other. No steel
shims, wood, stones, or any material not specifically accepted by the
Engineer may be used to obtain final surface elevation of the manhole
frame .
In paved areas, frames shall be installed so the top of the casting will
conform to the slope and finish elevation of the paved surface . Allowances
for the compression of the bitumastic material shall be made to assure a
proper final grade elevation . Manhole rims in p_arkways, lawns, or other
improved lands shall be at an elevation not more than one (1) inch nor less
than one-half (1/2) inch above the surrounding ground. Backfill shall
provide a uniform slope from the manhole frame for not less than three (3)
feet each direction to existing ground elevations.
In drainage areas, frames shall be installed so the top of the casting will be
at the same elevation that existed prior to rehabilitating the manhole.
If the inside diameter of the manhole is too large to safely support new
grade adjustments or frame, the corbel shall be replaced or a flattop
installed prior to placing frame .
The exposed, exterior surfaces of manhole corbel, chimney , and frame
shall be wire brushed and coated with two coats of coal tar, 14 mils OFT.
The grade adjustments shall be wrapped with a 6 mil polyethylene sheet.
In unpaved areas, backfill with excavated material and compact with
mechanical equipment. In paved areas , backfill with granular material
meeting requirements of Item 402 and Section E1-2 to the limits shown on
figures in Section H .
A concrete collar shall be constructed in accordance with Figure 121 .
Concrete collars will be required on rehabilitated manholes and new
replacement manholes as listed in the manhole rehabilitation schedule .
ASC -25
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
Construction of concrete collar w ill be paid for separately for each manhole
and shall include surface restorat ion (including seeding/sodding) and
permanent pavement repair . Repair of pavement outside of 4 foot by 4
foot concrete collar shall be equal to or superior in composition, thickness ,
etc ., to existing pavement and/or as detailed in the Transportation and
Public Works Department typical sections for Pavement and Trench Repair
for Utility Cuts, Figures 1 through 5. Non-standard concrete collars shall be
constructed at locations authorized by the Engineer.
b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with
Section D-27 , with the exception that the existing frame shall be reused . The
frame and cover shall be inspected for any defects and notify the Owner's
representative if it is damaged or deteriorated . All scale, dirt, and debris shall be
removed from the existing casting with a wire brush .
a. Grade Adjustment -All Work shall be done in accordance with Section 0-27,
with the exception that the existing frame shall be raised or lowered to
surrounding surface elevations in accordance with the Grade Adjustment
Detail.
1) In brick manholes , remove and replace the defective chimney up to a
maximum of 24 inches below the frame . If chimney is defective below 24
inches, Contractor shall notify Engineer prior to completing manhole
rehabilitation .
2) Existing defective concrete grade ring adjustments and all brick or block
adjustments shall be replaced with precast concrete adjustment rings .
3) Where partial manhole replacement is required on the Manhole
Rehabilitation Schedule , the following shall apply :
a)
b)
c)
d)
e)
The extent of partial manhole replacement shall be based on the
depth of deterioration as determined by the Owner's
Representative . The remaining structure shall be capable of
supporting the newly constructed port ions of the manhole.
Excavate the work area to expose the entire depth of deterioration
in the existing manhole to a minimum depth of 6 inches below the
top of structurally-sound structure.
Perform reconstruction to allow easy access into the manhole . No
more than 12 inches of depth of precast concrete grade adjustment
rings shall be allowed to obtain proper grade . Perform
reconstruction in accordance with the Partial Manhole Replacement
Detail.
Seal manhole joints in accordance with Section D-27 .
Precast corbel or barrel sections may be used as necessary. The
diameter of the precast sections shall be consistent with the existing
ASC -26
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
remaining structure. Place a flattop section on existing manhole
structure prior to setting precast sections. Flattop sections shall not
overhang existing manhole structures by more than 6 inches . If the
clearance from the underside of the proposed flattop to the
manhole invert is less than 4 Yi feet, the manhole shall be
completely replaced.
f) Partial Manhole Replacement shall also include replacement of
frame , cover, and sealing of frame and grade adjustments.
g) Remove all debris from reconstruction from the manhole and
dispose of properly.
d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of
Section DA-12, DA-13 , DA-14, DA-15, DA-16 and DA-17 .
e . Bench and Invert Rehabilitation
1) Remove existing deteriorated bench and invert material to solid material.
Care shall be taken to avoid allowing broken pieces of brick and mortar to
enter the sewer lines .
2) Apply concrete bonding agent and quick setting concrete to form a smooth
surface and continuous invert with the sewer pipe. New bench and invert
shall be formed in accordance with repair Bench and Invert Rehabilitation
Detail.
f . Bench and Invert Replacement
1) Remove the existing bench and trough completely. If the existing trough is
formed of sewer pipe laid continuously through the manhole, special care
shall be taken to ensure that the pipe seal and the sewer pipe to remain is
not damaged . Contractor shall , at no additional cost, replace any portion of
the existing manhole or sewer pipe to remain that is damaged during bench
and invert replacement.
2) Install new bench and trough with Class A concrete in accordance with
repair detail. Surface shall be troweled smooth and the invert of the trough
shall form a continuous smooth flow path from pipes entering the manhole
to where they exit. The bench and invert shall form a watertight seal with
the manhole wall, pipe, and bench/trough area. ·
3) If the manhole base is deteriorated or nonexistent, the minimum thickness
of the bench/trough shall be six inches .
g . Removal of Existing Manhole -Work shall be conducted as specified in Sect ion D-
29.
h. Construct New Manhole
1) Completely remove the existing manhole structure.
ASC -27
PART DA -ADDITIONAL SPECIAL CONDITIONS
2) Construct new manhole in accordance with Section D-27 of these
specifications . Connect to existing sewers using flexible couplings.
3) Contractor shall maintain existing wastewater flows at all times. Contractor
shall submit a plan for maintaining wastewater flows to the Engineer prior
to beginning work .
i. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole
1) All work shall be done in accordance with Section DA-19 of these
specifications.
2) Remove all foreign materials from the manhole walls around the pipe seal
and within the pipe seal itself, including all loose and protruding brick,
mortar and concrete. Stop active leaks using products specifically for that
purpose.
3) Remove deteriorated area of the pipe seal to sound material. Apply
bonding agent to area and place hydraulic cement to fill voids to form a
watertight seal around pipe.
4) Drill holes around the pipe seal, bench/trough and lower portion of the
manhole and inject urethane gel grout into holes in accordance with repair
detail. Activated oakum rope shall be used to fill the injection hole after
removal of the grouting probe . Patch the injection hole with hydraulic
cement and apply a water resistant two-part epoxy coating to the patch.
Clean all grout from interior of manhole .
j . Manhole Step Removal -Remove existing manhole steps and fill voids with
hydraulic cement in accordance with repair detail.
k. Patch Holes -Clean and remove loose debris from holes to be patched. Apply
bonding agent to surface of holes and fill voids with hydraulic cement in
accordance with repair Patch Holes Detail.
I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as
specified in Fort Worth Water Department Standard E 100-4.
m. Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at
90 degree angles from each other within 4 inches of the bottom of the flattop.
Provide additional holes near observed defects, if necessary . Urethane gel grout
shall be injected through the holes under pressure with a probe designed for this
purpose . Injection pressure shall not cause damage to the manhole structure or
surrounding surface features . Grouting from the ground surface will not be
allowed . Grout travel shall be verified by observation of grout at defects or
adjacent injection holes. Provide additional injection holes, if necessary, to ensure
grout travel. Injection holes shall be cleared with a drill and patched with a
waterproof quick setting mortar. The flattop to wall joint shall be pressure washed,
cleaned, filled with a non-shrink grout, and finished smooth .
11102104 ASC -28
PART DA -ADDITIONAL SPECIAL CONDITIONS
n. Fiberglass Manhole Insert -Work shall be conducted as specified in
Section DA-18.
o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified
in Section DA-19 .
p. Point Repair to Replace Sewer Line, 6"-15" Diameter -This item shall apply at
those locations indicated in the Manhole Rehabil itation Schedule and those
additional locations authorized by the Engineer. The Contractor shall excavate
adjacent to the manhole to uncover the damaged sewer pipe . This pipe shall be
carefully removed from the manhole to the first sound joint (maximum of 5 feet) of
pipe . This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size.
This pipe shall be connected to the existing sewer using flexible connectors
approved by the City. The connection of the new pipe to the manhole shall be
made using flexible gaskets meeting the requirements of ASTM C-923, grouted
into the manhole wall using non-shrink grout. Embedment material shall be
installed around the pipe up to the pipe springline. Backfill material conforming to
City specifications shall be placed and compacted as required. This item shall
include surface restoration and permanent pavement repair.
q . Bypass Pumping -The Contractor shall furnish and operate pumping equipment
and piping as required for bypass pumping necessary to complete any manhole
replacement or rehabilitation work .
D. MEASUREMENT AND PAYMENT
1. Frame and Cover Replacement: Payment for installation of new manhole frames
and covers shall be based on the Contract unit price and the actual quantity
installed . The Contract unit price shall be full payment for the new manhole frame
and cover , excavation, installation of the manhole frame and cover, minor grade
adjustment, backfill , and demolition and disposal of waste materials .
2. Grade Ring Replacement: Payment for installation of new grade rings shall be
based on the Contract unit price and the actual quantity of new grade rings
installed. The Contract unit price shall be full payment for the new grade rings . All
costs for installing and sealing grade rings shall be included in the applicable
Contract unit price for sealing of frame and grade rings .
3. Paved Frame and Grade Adjustment Sealing : Payment for sealing manhole
frames and grade adjustment rings in paved areas shall be based on the Contract
unit price and the actual number of manholes where sealing of the manhole frame
and/or grade adjustments in paved are required. The Contract unit price shall be
full payment for excavation, pavement removal, sealing materials , installation of
grade rings, sealing, minor grade adjustment , backfill, and demolition and disposal
of waste materials .
4 . Non-Paved Frame and Grade Adjustment Sealing : Payment for sealing manhole
frames and grade adjustment rings in non-paved areas shall be based on the
Contract unit price and the actual number of manholes where sealing of the
11102104 ASC -29
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
manhole frame and/or grade adjustments in non-paved are required. The
Contract unit price shall be full payment for excavation , sealing materials ,
installation of grade rings , sealing , minor grade adjustment , backfill , surface
restoration, and demolition and disposal of waste materials .
5. Interior Manhole Coating : Payment for interior manhole coating shall be based on
the Contract unit price where interior manhole coating is applied. The Contract
unit price shall be full payment for surface preparation, interior coating of the
corbel , wall and bench, and cleanup.
6 . Pressure Grout Pipe Seals , Bench and Trough , and Lower Portion of Manhole :
Payment for grouting pipe seals , bench and trough , and lower portion of the
manhole shall be based upon the Contract unit price and the actual quantity of
manholes where pipe seals , bench and trough and lower portion of the manhole
were grouted . The Contract unit price shall be full payment for the preliminary
repairs , rehabilitating the pipe seals ; grout material , installation of the grout
materials and cleanup .
7. Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall
be based upon the Contract unit price and the actual number of manholes where
the bench and invert were rehabilitated . The Contract unit price shall be full
payment for materials and bench and invert rehabilitation .
8. Bench and Invert Replacement: Payment for bench and invert replacement shall
be based upon the Contract unit price and the actual quantity of manholes where
the bench and invert were replaced . The Contract unit price shall be full payment
for materials, installation of materials, and demolition and disposal of waste
materials .
9. Patch Holes: Payment for patching holes shall be based upon the Contract unit
price and the actual number of manholes that were patched . The Contract unit
price shall be full payment for surface preparation, patching of the holes , and
cleanup . This item is allowed for payment only when it is included in the Manhole
Rehabilitation Schedule . Patching holes prior to interior coating of manholes is not
a pay item .
10 . Manhole Step Removal : Payment for manhole step removal shall be based upon
the Contract unit price per manhole and the actual number of manholes that had
steps removed. The Contract unit price shall be full payment for removal and
disposal of the steps and patching of the voids created by step removal.
11. Watertight Manhole Insert : Payment for watertight manhole inserts of the
respective type shall be based upon the Contract unit price and the actual number
of inserts of each type installed . The Contract unit price shall be full payment for
the watertight manhole insert and installation of the insert in the manhole .
12. New Sanitary Sewer Manhole : Payment shall be made as indicated in
Measurement and Payment , Section 0-27 in these specifications . This item shall
include up to five (5) linear feet of new PVC pipe at each manhole pipe connection
and connecting to the existing sewer.
ASC -30
/.
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
13 . Concrete Manhole Collars :
a. Paved Areas . Payment for manhole collars in paved areas shall be based
on the Contract unit price and the actual quantity installed . The Contract
unit price shall be full payment for labor, materials , pavement sawing,
excavating and disposal of waste materials . Payment shall not include
pavement replacement, which if required , shall be paid separately .
b. Non-Paved Areas . Pavement for manhole collars in non-paved areas shall
be based on the Contract unit price and the actual quantity installed . The
Contract unit price shall be full payment for labor, materials , excavation,
disposal of waste materials, and surface restoration .
14 . Partial Manhole Replacement: Payment for partial manhole replacement shall be
based on the Contract unit price per vertical foot measured from the top of the
frame to the top of the structurally sound existing manhole . The Contract unit
price shall be full payment for furnishing all labor and materials necessary,
including excavation and removal of the existing structure, replacement of the
frame and cover, installation of new adjustment rings, flattop , corbel or wall
sections, sealing , backfilling, and unpaved surface restoration . Payment shall not
include pavement replacement, which if required, shall be paid separately .
15 . Interior Corrosion Protection : Payment shall be made as indicated in
Measurement and Payment, Section DA-9 in these specifications.
16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole
wall joint shall be based upon the Contract unit price and the actual number of
joints grouted . The Contract unit price shall be full payment for all material , labor
and cleanup required to complete each joint grouting .
17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement
and Payment , Section DA-18 in these specifications .
18 . PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in
Measurement and Payment, Section DA-19 in these specifications .
19. Point Repair to Replace Sewer Line , 6" -15" Diameter: Payment for each point
repair shall be based upon the Contract unit price for each manhole connection
actually repaired . The Contract unit price shall be full payment for all material ,
labor, and cleanup required to complete each manhole connection repair.
20. Flattop Replacement: Payment for each flattop replacement shall be based on the
Contract unit price for each flattop actually replaced. The Contract unit price shall
be payment in full for all labor, material, and cleanup required to complete each
flattop replacement. Payment for frame and cover replacement , grade rings ,
sealing, and concrete manhole collar as required to complete the manhole
rehabilitation will be paid for separately at the applicable Contract Unit Prices .
11102104 ASC -31
PART DA -ADDITIONAL SPECIAL CONDITIONS
21 . Bypass Pumping : All bypass pumping shall be a subsidiary obligation of the
Contractor. All costs for bypass pumping shall be included in the Contract unit
price for the items requiring bypass pumping.
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION
A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation .
B. CLEANING :
1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous
material from entering the sewer system .
2 . All concrete that is not sound or has been damaged by chemical exposure shall be
removed from the manhole. Loose and protruding brick, mortar and concrete shall
be removed using a masonry hammer and chisel and/or scrapers . Existing roots
and manhole steps shall be removed by cutting them flush with the wall of the
manhole.
3 . All contaminates including but not limited to: oils, grease, waxes, form release ,
curing compounds, efflorescence , sealers , salts, incompatible existing coatings, and
all other contaminants shall be removed .
4 . Surfaces to receive protective coating shall be cleaned and abraded to produce a
sound concrete/brick surface with adequate profile and porosity to provide a strong
bond between the protective coating and the substrate . All foreign materials shall be
removed from the manhole interior using high pressure water spray (3500 psi to
4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water
pressure being used .
5. Detergent water cleaning, muriatic acid , and hot water blasting shall be used , if
necessary, to remove dirt , oils , grease, and other matter which may prevent a good
bond of sealing material to the manhole surface . A mild chlorine solution
(household bleach) may be used to neutralize the surface to diminish microbiological
bacteria growth prior to final rinse and coating .
C . PRELIMINARY REPAIRS
1.
2 .
3 .
11/02104
All unsealed lifting holes , unsealed step holes , voids larger than approximately one-
half (1/2) inch in thickness shall be filled with patching compound at least one hour
( 1) prior to application of the first spray coat.
Active leaks shall be stopped using City approved products specifically for that
purpose and according to manufacturer's recommendation . Some leaks may
require grouting to stop the inflow. Grouting shall be performed in accordance with
City specifications and Section DA-20 -PRESSURE GROUTING .
Bench area shall be built up if required to provide a uniform slope from the
circumferences to the manhole trough . City approved cementitious patching
compounds or epoxy grout as recommended by manufacture shall be used .
ASC -32
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. After all repairs have been completed , all loose material shall be removed from the
manhole . Contractor shall insure no material is allowed to enter the sewer system .
5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that
all active infiltration has been stopped prior to application of protective manhole
coatings for rehabilitation .
D. INSPECTION
E.
Applicator shall carefully inspect all surfaces prior to application of protective coating and
shall notify Owner of any noticeable disparity in the surface which may interfere with the
proper performance of the repair mortar and protective coating.
MEASUREMENT AND PAYMENT
Payment for Surface Preparation shall be considered subsidiary to the cost for Interior
Manhole Coating or Protective Manhole Coating for Corrosion Protection .
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMITTED)
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED)
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM
A. GENERAL
11/02104
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed on the
Manhole Rehabilitation Schedule. Interior manhole coating shall meet the
requirements of this Section or of Section DA-12 , DA-13 , DA-15, DA-16 or DA-17 .
2. Description
The Contractor shall be responsible for the furnishing of all labor, supervision,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents .
3. Manufacturer's Recommendations
4 .
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations.
Manholes
Manholes to be coated are of brick, block, or concrete construction . All manholes
shall have a minimum of one-half (1/2) inch specialty cement-based coating material
ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
1. Scope
This section governs the materials required for completion of interior coating of
manholes .
2. Interior Coating
The interior coating shall be a proprietary two component, 100 percent solids, rigid
polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc .
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1 s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials.
4. Material Identification
The interior manhole coating material sprayed onto the surface of the manhole shall
be a urethane resin system formulated for the application to a sanitary sewer
environment. The spray system shall exhibit the physical properties as follows :
Property
Tensile Strength
Flexural Stress
Flexural Modulus
5. Mixing and Handling
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10,000 psi
550 ,000 psi
Mixing and handling of specialty cement material and interior 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
1. General
11/02104 ASC -34
r
D.
11102104
PART DA -ADDITIONAL SPECIAL CONDITIONS
Manhole coating shall not be installed until sealing of manhole frame and grade
adjustments , or partial manhole replacement when required for the manhole per the
Manhole Rehabilitation Schedule , is complete.
2. Temperature
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
1.
a . The interior coating shall be applied to the manhole from the bottom of the
frame to the bench, down to the top of the trough .
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pressure water
spray (minimum 3500 psi at spray tip), cleaning with muriatic acid,
degreaser, or other solvents as needed in order to remove any film or
residue on the surface.
2) Place covers over the invert to prevent extraneous material from
entering the sewers .
3) Apply a minimum of one-half (1/2) inch specialty cement product
(Quadex QM-1s or Reliner MSP) smooth surface for the urethane
coating material.
4) Spray the urethane onto the manhole wall and bench/trough with a
minimum thickness of 125 mils (0 .125 inches). Thickness to be
verifiable through the use of methods acceptable to the Engineer.
5) Coat trough area with specialty cement product (Quadex QM-1s or
Reliner MSP).
Testing of Rehabilitated Manholes
a . Testing of rehabil itated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 .
MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot , measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials, equipment
and material testing required to complete the work. Grouting, if necessary, shall be
included in the above unit price . Grouting of the pipe seals , bench and trough, and lower
ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
portion of a particular manhole , if required by Manhole Rehabilitation Work Schedule or
required to be done by the Engineer, shall be paid for separately at the Contract Unit Price .
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM
A. GENERAL
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating . Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall
meet the requirements of this Section, or of Section DA-12 , DA-13 , DA-14 , DA-16 or
DA-17.
2. Description
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations .
4. Manholes
Manholes to be coated are of brick , block, or concrete construction . All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
11/02104
1. Scope
Th is section governs the materials required for completion of interior coating of manholes.
2. Interior Coating
Raven Ultra High-Build epoxy Coating, a two -part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers , is manufactured by Raven
Lining systems and designated as Raven 405.
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials .
ASC -36
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting materials based on chemical and physical properties , ease of
application , and expected performance . These grouting materials shall be
compatible with Raven 405 interior coating . The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials .
5. Mixing and Handling
Mixing and handling of interior coating , which may be toxic under 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. Coating shall be
performed only by certified applicators approved by the manufacturers .
C . EXECUTION
11/02104
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments, partial manhole replacement, manhole grouting or sewer
replacement/repairs are complete .
2. Temperatures
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours .
3. Interior Manhole Coating
a. Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule . The interior coating shall be applied to the manhole
from the bottom of the manhole frame to the bench/trough, including the
bench/trough .
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure .
1) The surface preparation shall comply with the requirements of
Section DA-11 ,. SURFACE PREPARATION FOR MANHOLE
RESTORATION.
2) Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1s or Reliner MSP) smooth surface for the
urethane coating material.
ASC-37
PART DA -ADDITIONAL SPECIAL CONDITIONS
3) The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0.125 inch).
4) After the walls are coated , the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls .
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch , before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur in side the manhole within 24 hours after
application.
4. Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all visible pinholes shall be
repaired . Repairs shall be made by lightly abrading the surface and brushing
the lining material over the area . All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations. Spot
check of coating thickness may be made by Owner's Representative, and the
contractor shall repair these areas as required, at no additional cost to the
Owner.
b . Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 -VACUUM TESTING OF REHABILITATED MANHOLES .
D . MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision , materials, equipment all
testing necessary to complete the work. Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted .
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMITTED)
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED)
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED)
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED)
11/02104 ASC -38
r
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-20 PRESSURE GROUTING
A GENERAL
1. Scope . This Section governs all work, materials and testing required for the
pressure grouting of manhole defects . Manholes or sections of manholes with active
leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule.
2. Description.:. The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
pressure grouting of manhole defects in accordance with the Contract Documents.
3 . Manufacturer's Recommendations. Materials, additives, mixture ratios, and
procedures utilized for the grouting process shall be in accordance with
manufacturer's recommendations .
4 . Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction .
A MA TE RIALS
11/02104
1. Grouting Materials:
a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or
equal shall be a hydrophilic polymer. The chemical shall be mixed within the
range of from 8 to 10 parts of water and shall contain a reinforcing agent
supplied by the same manufacturer. The material shall gel and cure to a
tough flexible elastomeric condition. When wet, the gel shall exhibit strength
properties of at least 25 psi tensile at 150 percent elongation. · The material
shall not change in linear dimension more than eight percent when subjected
to wet and dry cycles .
b. The chemical grout shall be applied so as to have the grout material flow
freely into the defects. To avoid any wastage of the material flowing through
the defects, a gel control agent may be added. The following properties shall
be exhibited by the grout:
· 1) Documented service of satisfactory performance in similar usage.
2)
3)
4)
5)
Controllable reaction times and shrinkage through the use of
chemicals supplied by the same manufacturer. The minimum gel set
time shall be established so that adequate grout travel is achieved.
Resistance to chemicals; resistant to most organic solvents , mild
acids and alkali.
Compressive recovery return to original shape after repeated
deformation.
The chemical shall be essentially non-toxic in a cured form.
ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
6) Sealing material shall not be rigid or brittle when subjected to dry
atmosphere. The material shall be able to withstand freeze/thaw and
moving load conditions.
7) Sealing material shall be noncorrosive .
a. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or
equivalent shall be utilized in accordance with manufacturer's
recommendations. Any 5612 reinforcing agent which contains lumps must
be discarded. Care must be taken to be sure that the pH of the water in the
tank is from 5 to 9. As a precaution against the possibility of the pH being
outside this range, take a small amount of water from the tank to which Gel
Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test
sample . Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse
readily . If precipitation occurs, drain the tank and retest. Repeat as
necessary until dispersion occurs . If dispersion does not occur, do not use
the water source.
b. A filler material such as Celite 292 (diatomaceous earth) from Johns
Mansville or equivalent shall be utilized . The addition of the filler material
shall not exceed the quantity specified by the manufacturer, and continuous
agitation of the water side of the mixture is required. The filler material may
also be utilized as a reinforcing agent in accordance with the urethane gel
grout manufacturer's recommendations.
1. Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting
the gel reaction, buffering the solution, lowering the freezing temperature of the
solution, acting as a filler, providing strength or for inhibition of root growth.
2. Root Control : A root inhibiting chemical such as dichlobenil shall be added to the
chemical grout mixture at a safe level of concentration and shall have the ability to
remain active within the grout for a minimum of 12 months .
3. Material Identification : Contractor shall completely identify the types of grout , mortar,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties, ease of application, and expected performance, to the satisfaction of the
Engineer.
4. Mixing and Handling: Mixing and handling of chemical grout and forming
constituents, 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 chemicals or gels produced by the chemicals 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 grout material and additives shall perform
the grouting operations.
C. EXECUTION
11102104 ASC -40
11102/04
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. General. Manhole grouting shall not be performed until sealing of manhole frame
and grade adjustments, partial manhole replacement, or manhole repairs are
complete.
2. Preliminary Repairs:
a. Seal all unsealed lifting holes, unsealed step holes, voids larger than
approximately one-half (1/2) inch in thickness . All cracked or deteriorated
material shall be removed from the area to be patched and replaced with
Octocrete, as manufactured by IPS Systems, Inc . or equal, in accordance
with manufacturer's specifications .
b. Cut and trim all roots within the manhole.
3. Temperature.:. Normal grouting operations including application of interior coating
shall be performed in accordance with manufacturer's recommendations .
4 . Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe
seals, manhole joints, wall to flattop joint , and/or bench/trough . Areas of the
manhole designated to be grouted will be directed by the Engineer. If entire
manhole is scheduled for grouting , grouting shall include the entire manhole
including corbel, wall, pipe seals and bench/trough . Pipe seal grouting shall include
all pipe seals in the specified manhole and grouting of the specified manhole
including the bench/trough to the maximum he ight of 18 inches from the crown .
5. Drilling and Injection :
6 .
a. Injection holes shall be drilled through the manhole wall at locations indicated
in the appropriate detail(s).
b. Grout shall be injected through the holes under pressure with a suitable
probe . Injection pressure shall not cause damage to the manhole structure
or surrounding surface features. Grout shall be injected through the lowest
holes first. The procedure shall be repeated until the manhole is externally
sealed with grout.
c. Grouting from the ground surface shall not be allowed .
d. Grout travel shall be verified by observation of grout to defects or adjacent
injection holes . Provide additional injection holes, if necessary, to ensure
grout travel.
e. Injection holes shall be cleaned with a drill and patched with a waterproof
quick setting mortar for brick and concrete manholes .
Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water
tightness shall be performed by the Contractor in the presence of the Engineer in
accordance with the requirement of Section DA-21, VACUUM TESTING OF
REHABILITATED MANHOLES of these specifications .
ASC -41
PART DA -ADDITIONAL SPECIAL CONDITIONS
D. MEASUREMENT AND PAYMENT
If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as
indicated on the Manhole Rehabilitation Schedule included in these specifications or as
required by the Engineer.
Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and
grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole
rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price
shall be payment in full for performing the work and for furnishing all labor, supervision,
materials, equipment, preliminary repairs and testing necessary to complete the work
including grouting with urethane grout.
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES
A. GENERAL
11/02104
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 required 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 .
ASC -42
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 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"H 9 ) (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-eight) 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 compensat ion . 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
11102104 ASC -43
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
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
109 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 of 2,400 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
11/02104
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
ASC -44
PART DA -ADDITIONAL SPECIAL CONDITIONS
and materials necessary to complete each test. No payment will be made for 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 (OMITTED)
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED)
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No .
104 "Removing Old Concrete", Item No . 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2
through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No . S-S5 of the
Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to
removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation,
as per specification Item No. 106 "Unclassified Street Excavation ", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day
haul-off of the removed material to a suitable dump site. The street void shall be filled with
H.M .A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304
"Prime Coat" and Item No . 312 "Hot Mix Asphaltic Concrete" and compacted to standard City
densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and
leveled to grade behind the curb . Existing improvements within the parkway such as water
meters, sprinkler system , etc. damaged during construction shall be replaced with same or better
at no cost to the City .
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion . If the contractor fails to complete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day .
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site. For
specifications governing this item see Item No. 104 "Removing Old Concrete", Item No . 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No .
S-S5 of the Standard Specifications .
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the work .
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
11102104 ASC -45
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Eng ineer 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 t o obtain stable
sub-base. The total depth of excavat ion 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.
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-27 GRADED CRUSHED STONES
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 crushed stones .
For specifications governing this item see Item No. 208 "Flexible Base".
The unit 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 (OMITIED}
DA-29 BUTT JOINTS -MILLED (OMITTED}
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 "Prime Coat", and 313 "Central Plant Recycl ing-Asphalt
Concrete" shall apply to the construction methods for this portion of the project.
11102/04 ASC -46
PART DA -ADDITIONAL SPECIAL CONDITIONS
Standard Specificat ion 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 rising , 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 prov ide laboratory control as
necessary.
The unit price 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
This item shall include the removal and reconstruction of existing concrete valley gutters at
locations to be determined in field :
Removal of existing concrete valley , asphalt pavement , concrete base , curb and gutter, and
necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item .
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as d irected by
the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details ,
shall be subsidiary to this Pay Item .
See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No . 104 , "Removing Old Concrete", Item No . 106, "Unclassified Street
Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included .
Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
Asphalt base material may be required at times as directed by the Engineer to expedite the work
at locations identified in the field .
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall
be open to traffic . Work shall be completed on each half within seven (7) calendar days .
If the contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials , labor, equipment, tools and incidentals necessary to complete the
work.
DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED)
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP
11/02104 ASC-47
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed
details, or as directed by the Engineer.
The removal of existing substandard wheelchair ramps and sidewalk as required for the
installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and
replacement of existing curb and gutter as required for the installation of new wheelchair ramps
shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for
laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will
extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will
start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk .
All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item
504 "Concrete Sidewalk Driveways" shall apply except as herein modified.
All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured
by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake
type, and shall be used in accordance with manufactures instructions. Concrete stain may be
applied after concrete is poured (Product sold by BAER).
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches
dimension, or other dimension approved by the Engineer, meeting the aforementioned
specification . The sample, upon approval by the Engineer, shall be the acceptable standard to be
applied for all construction covered in the scope of this pay item .
The method of application shall be by screen, sifter, sieve or other means in order to provide for a
uniform color distribution ."
The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will
be full compensation for materials, labor, equipment, tools and incidentals necessary to compete
the work . ·
DA-34 8" PAVEMENT PULVERIZATION (OMITTED)
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)
The following specifications are for the furnishing and placing of reinforced concrete pavement or
base as shown on detail and as directed by the Engineer.
A. GENERAL:
Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except
for finishing and curing.
B. FINISHING :
The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The
surface shall be flush with the adjacent pavement and shall have a finish similar to the
surrounding pavement. The surface shall be even and shall provide a smooth ride .
C. CURING :
11/02104 ASC -48
PART DA -ADDITIONAL SPECIAL CONDITIONS
The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing
compound conforming to the requirements of ASTM C-309 , Type 2 , white-pigmented
compound, which shall not produce permanent discoloration of the concrete . Concrete shall be
allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades .
D. EXECUTION:
Included in this item will be the removal of the existing reinforced concrete pavement. The
existing pavement shall be sawed so as to maintain an even , straight pavement cut. The
existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the
new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before
lapping.
The following work method will be performed on each utility cut:
1. Place safety signs , barricades and/or other warning devices where necessary and as
required .
2 . Replace pavement to nearest joint.
3 . Mark out the damaged area with keel , chalk line or pa int being sure to include all areas
requiring repair.
4. Saw cut along marked lines a minimum of two (2) inches deep .
5. Remove existing concrete .
6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard
specifications .
7 . Place and finish concrete .
8. Clean up job site , removing all debris.
9. Maintain traffic control devices to protect the area until the concrete has cured seven days or
concrete reaches 3000 psi compressive strength.
E. PAYMENT:
Payment shall be made at the unit price per linear foot as shown on the proposal and shall be
full compensation for furnishing all labor, materials, equipment tools and incidentals necessary
to complete the work.
DA-36 RAISED PAVEMENT MARKERS
All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply .
The Contractor shall install standard roadway markers according to city specifications as shown
on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications ".
11/02/04 ASC -49
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
11/02104
Where known by the design engineer, the locations of potentially petroleum contaminated
material (soil) that may be encountered during excavation and/or construction activities will
be shown on the plans . For all locations where material is excavated and suspected of
being contaminated with petroleum products, whether known or not, these special
conditions are to be followed . The contractor is also to follow all applicable Federal. State
and Local regulations when handling known or suspect contaminated materials (soils).
1. WORK INCLUDED
a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material.
b. Removal, testing , and disposal of petroleum contaminated groundwater.
c. Obtaining and paying for required permits .
d . Hiring of qualified environmental professional consultant(s). Contractor will be
required to submit the environmental consultant's experience and qualifications to
the City prior to beginning work in areas of Potentially Petroleum Contaminated
Material.
e . Hiring of qualified environmental sampling professionals that will coilect and submit
samples to the applicable City of Fort Worth testing laboratory . The City of Fort
Worth 's Department of Environmental Management for coordination of laboratory
testing .
2. REFERENCES
a. All applicable OSHA regulatory requirements .
b. All applicable Environmental Protection Agency (EPA) regulatory requirements .
c. All applicable State of Texas regulatory requirements.
d . All applicable City of Fort Worth (City) regulatory requirements .
e . All applicable NIOSH standards .
f . All applicable TNRCC requirements .
3 . SU BM ITT ALS
a. The contractor shall prepare and submit to the City's Department of Environmental
Management, Senior Specialist in Compliance , plans for handling Potentially
Petroleum Contaminated Material (PPCM) not less than 30 days prior to
commencing excavation .
b. The Contractor shall take necessary precautions while performing this project.
Contractor shall not commence PPCM work (1) Contractor's submittal for dealing
with PPCM is reviewed by the City and (2) the plans (i.e ., drawing and description)
ASC -50
PART DA -ADDITIONAL SPECIAL CONDITIONS
for discharging any treated liquid into the storm sewer or sanitary sewer are
reviewed by the City (3) and acceptable stockpile area is identified by the Contractor.
c. Contractor shall submit the name of his proposed qualified environmental
professional consultant(s) and proposed PPCM Handling Plan to the City . The
PPCM Handling Plan shall include the detailed sequence of construction including
proposed excavation and handling methods, proposed carriers for ·contaminated
materials, waste disposal site, and a list of any permits that may be required for
PPCM handling or contaminated materials disposal. The above data must be
compiled and arranged in a format that is acceptable to the Texas Natural Resource
Conservation Commission (TNRCC).
d . Contractor shall submit actual limits· of PPCM excavation , as prepared by his
qualified environmental consultant(s) and testing lab.
e . Contractor shall submit for review the proposed carrier pipe material to be used with
the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating
or liner.
B. PRODUCTS:
1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation ,
including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration .
C. EXECUTION:
11/02104
1. POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Areas suspected of having petroleum contaminated material (soils) are shown in on
the engineering drawings.
b. In areas other than those noted on the plans and where potentially petroleum
contaminated materials are either detected or suspected, the City of Fort Worth and
the Engineer should be notified immediately and the work should proceed in
accordance with this section .
2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Care should be taken during all excavation and dewatering activities to identify areas
potentially contaminated by petroleum .
b. When a petroleum odor is encountered during excavation or when there is visual
evidence of potentially petroleum contaminated soil , the Contractor shall notify the
Engineer without delay .
c. The Contractor shall have retained the services of an environmental consultant who
shall be present at the site to screen suspect soil with a photo-ionization detector
(PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient
conditions or greater on PID or FID tested soil sample will be considered potentially
ASC -51
PART DA -ADDITIONAL SPECIAL CONDITIONS
petroleum contaminated . The soul sample should be a recent sample from the
excavation face . The sample should be stored in a laboratory supplied glass jar with
a teflon gasket lined lid . The City of Fort Worth Department of Env ironmental
Management will be notified prior to all sample collection and submittal to the current
testing laboratory identified by the City . The PIO or FID tests should be performed in
a confined location . Soils producing a reading of less than 20 ppm above ambient
will not be considered potentially petroleum contaminated . The PIO or FID shall be
calibrated according to manufactures instructions .
d. Water encountered during excavation or dewatering shall be considered to be
potentially contaminated if there is a visible sheen , a hydrocarbon odor, adjacent soil
that appears visually to be contaminated by hydrocarbons or at any time the
Contractor has reason to believe that hydrocarbon contamination may have
occurred . The Contractor shall immediately notify the City and the TNRCC
whenever contaminated water is encountered .
a. The Contractor shall contact the City whenever contamination from any source is
suspected .
3., HANDLING POTENTIALLY PETROLEUM CONTA~INATED SOIL (PPCS)
a. Contractor shall coordinate with the City to determine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site :
1. Provide a diked enclosure large enough to hold all material and prevent runoff.
2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the
existing soil.
3. At the end of each work day , Contractor shall completely cover stockpile with 20
mil plastic. During the day , the Contractor shall keep the stockpile covered, as
necessary , to prevent release of contaminated materials due to rain or wind .
4. Sampling and evaluation of materials will be performed at the Contractor's
expense. (The City of Fort Worth will provide laboratory services)
b. PPCS shall be handled , tested, observing all standard chain-of-custody procedures
and sampling preservation and analyses shall conform to published and recognized
standards.
c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total
Petroleum Hydrocarbons (TPH) (TX1005) and Benzene , Toulene , Ethylbenzene and
Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort
Worth Department of Environmental Management.
d. Contaminated soil ident ified by test results will be disposed of according to DA-36,
Loading , Transportation , and Disposal of Contaminated Soil.
e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as
backfill material , if the soils also meet the Type C or B backfill classifications .
· 4 . HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW)
11/02104 ASC-52
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Water pumped from the excavation or from dewatering act ivities that has an oily
sheen, a hydrocarbon odor, or is otherwise suspect , shall be considered potentially
petroleum contaminated .
b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's
appropriate state regulation . PPCW shall be tested no later thar, 15 days prior to
extraction . PPCW shall , if necessary, be treated in an appropriately sized oil/water
separator, air stripper or GAC canisters . Contractor shall have his testing laboratory
determine that the oil/water separator treated discharge is within the limits
established by the TNRCC 's regulations before being allowed to discharge
(discharge to sanitary sewer). Contractor shall be responsible for furnishing the
effluent test reports to the City .
c . Alternatively, the Contractor may dispose of contaminated water, after appropriate
pretreatment, into the sanitary sewer collection system. It shall be the responsibility
of the Contractor to obtain the necessary permit(s) and to perform all testing
required by the City of Fort Worth Pretreatment Services Division .
d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled ,
and analyzed before discharge into the sewer system .
e . The product that is recovered shall be disposed of in accordance with all applicable
regulations . A ny phase separate product recovered from the oil/water separator and
air stripper sh all be transported in accordance with Department of Transportation
rules and regulations for flammable products . When transporting product for
disposal, transportation shall ~lso be performed by a licensed carrier. The
Contractor is responsible for proper manifesting of the material from the site to the
waste disposa l facility. Completed Manifests shall be returned to the City
Department of Environmental Management within 90 days of shipment.
5. HANDLING VAPOH CONCENTRATIONS
a. In order to maintain safe working conditions, the vapor concentrations should not
exceed 20 percent of the Lower Explosive Limit (LEL). During construction,
measures should be taken to maintain LEL levels below 20 percent in all working
areas.
b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a
LEU02 meter should continuously operate in the working area . The CGI should be
properly calibrated and should have an alarm that sounds if 20 percent LEL is
reached. Monitoring data from the GCI should be recorded periodically to determine
if ventilation or other methods are effective . In the event local health and safety
agencies require more stringent monitoring, the local regulations must be
implemented.
D. MEASUREMENT AND PAYMENT:
11/02104
Payment for handling PPCS, PPCW and Vapor Concentrations , obtaining and paying for
any permits required , hiring the services of a qualified professional environmental
ASC -53
PART DA -ADDITIONAL SPECIAL CONDITIONS
consultant(s), environmental issues , stockpiling and all issues included and incidental to this
section will be full compensation for all labor, equipment, materials , and supervision.
Measurement and Payment for this section will be per cubic . yard of trench excavated where
the excavated material is handled as a contaminated material. No separate payment will be
made for handling of contaminated water, vapor concentrations , sampling, stockpiling, etc.
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
A. GENERAL:
This item has been established for the loading , transportation and disposal of contaminated
soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum
contaminated soils). A bid item has been established in the proposal for the proper loading ,
transportation and disposal of the material to a designated site and the quantity established
is the engineers best estimate of the quantity that may be removed . This quantity may vary
depending upon actual conditions and testing results . The unit price bid will not be
increased regardless of the actual amount of material disposed and may be decreased if a
larger volume of material , than that listed in the bid proposal , results in a unit cost reduction
for disposal.
B. WASTE MANIFESTS:
Any and all non-hazardous liquid and petroleum substance waste removed from the site of
generation and transported for treatment and/or disposal must be accompanied by a waste
shipment record/manifest detailing required generator, transported , destination and waste
description information . These results may not be uniform throughout the entire site. For all
petroleum substance waste , the waste shipment record utilized shall be the TNRCC
PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall
be responsible for obtaining , originating and maintaining manifests in accordance with
federal and state laws. The Contractor shall sign the manifests forms as Independent
Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT
AND TREATMENT/ DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE
ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in
agreement with regard to the type and amount of waste removed from the site and received
by the treatment/disposal facility. The Contractor shall immediately resolve any manifest
discrepancies. Completed Manifests shall be returned to the City Department of
Environmental Management within 90 days of shipment.
C . MEASUREMENT AND PAYMENT:
11/02104
Payment for this item shall be made per in place cubic yard of contaminated soils that are
loaded , transported and disposed of in an approved special disposal site . No separate
payment will be made for loading, transportation and disposal of contaminated ground
waters collected ; these costs considered subs idiary to DA-37, POTENTIALLY PETROLEUM
CONTAMINATED MATERIAL HANDLING . The proposed landfill shall be included in the
Contractor's bid submittal and approved by the City of Fort Worth Department of
Environmental Management prior to contract award . Contractor shall be responsible for all
landfill costs , including, but not limited to landfill fees, transportation costs and landfill
operator requested analytical testing and waste characterization .
ASC-54
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (OMITTED)
DA-40 CONCRETE RIPRAP (OMITTED)
DA-41 CONCRETE CYLINDER PIPE AND FIITINGS (OMITTED)
DA-42 CONCRETE PIPE FIITINGS AND SPECIALS (OMITTED)
DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED)
DA-44 6" PERFORATED PIPE SUBDRAIN (OMIITED)
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 (OMITTED)
DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED)
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 requ iring 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 (OMITTED)
DA-50 CONCRETE ENCASEMENT
11/02104 ASC -55
PART DA -ADDITIONAL SPECIAL CONDITIONS
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall
conform to Fig . 113 ; for water line encasements it shall conform to Fig . 20 of the General
Con t ract Documents . Requirements for such enc_asement are specified in Sections E1-20 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
All connections between proposed and existing facilities shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E 1-20 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 (OMITTED)
DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED)
DA-54 WATER SAMPLE STATION (OMITTED)
DA-55 CURB ON CONCRETE PAVEMENT
Standard Specification Item 502 shall apply except as herein modified .
INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an
integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be
deposited not more than thirty (30) minutes after the concrete in the slab.
SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three
thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water
shall not exceed seven (7) U.S . gallons per sack (94 lbs .) of Portland Cement. The slump of the
concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of
cement per cubic yard of concrete is required.
PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this
Project under the appropriate bid item and shall be in compliance with Public Works Department
standard requirement Item 502 .
DA-56 SHOP DRAWINGS
1. Submit seven (7) copies of shop drawings , layouts , manufacturer's data and material
schedules as may be required by the Engineer for his review . Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require . Such
review by the Engineer shall include checking for general conformance with the design concept of
11102104 ASC -56
PART DA -ADDITIONAL SPECIAL CONDITIONS
the project and general compliance with information given in the General Contract Documents.
Indicated actions by the Engineer, which may result from his review, shall not constitute
concurrence w ith any deviation from the plans and specifications unless such deviations are
specifically identified by the method described below, and further shall not relieve the Contractor
of responsibility for errors or omissions in the submitted data . Processed shop drawing
submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate
that the Contractor understands the design concept, and that he demonstrates his understanding
by indicating which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts
between submittals and the design drawings and/or specifications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern . The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
job site, fabrication processes and techniques of constriction , coordination of his work with that of
other trades and satisfactory performance his work. The Contractor shall check and verify all
measurements and review submittals prior to being submitted, and sign or initial a statement
included with the submittal, which signifies compliance with plans and specifications and
dimensions suitable for the application . Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form .
2 . Shop drawings shall be submitted for the following items prior to installation :
a. Water pipe
b. Valves
c. Fire Hydrants
d . Fittings
e. Water service line
f . Sewer pipe
g . Sewer service line
h. Manhole inserts
i. Manhole covers
j. Pipe bursting equipment
Additional shop drawing requirements are described in some of the material specifications .
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
(Project Manager)
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN
In order to establish a basis upon which partial payments to the Contractor may be authorized,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
11/02104 ASC -57
PART DA -ADDITIONAL SPECIAL CONDITIONS
All work involving paving and/or drainage shall conform to the two following published
specifications , except as modified herein :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
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 encountered, such driveways shall be completely
replaced for the full extent of utility cut with H.M .A.C . equal to or better than the existing driveway.
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort
Worth Transportation and Public Works Department's Standard Specifications for Street and
Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals
shall be included in the square yard bid price for the top soil.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT
This item shall include raising or lowering an existing meter box to the parkway grade specified
No payment will be made for adjusting existing boxes which are within 0 .001 feet of specified
parkway grade . The unit price bid shall be full and sufficient payment for all labor, equipment and
materials used in the adjustment of the meter box .
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls . No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities .
In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I
be used on an "emergency" basis only.
Total quantities given in the bid proposal may not reflect actua l quantities ; however, they are
given for the purpose of bidding and awarding the contract. A contract in the amount of $200 ,000
(see Options to Renew) shall be awarded with final payment based on actual measured
11102104 ASC -58
PART DA -ADDITIONAL SPECIAL CONDITIONS
-quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation
between the estimated quantities shown and actual quantities performed .
-It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all
change orders .
DA-64 WORK IN HIGHWAY RIGHT OF WAY
When the Engineer directs the Contractor to perform work in the right-of-way which is under the
jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain
approval from the Texas Department of Transportation prior to commencing any work therein. All
work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to
approval from the Texas Department of Transportation and Item E2-29 .1 "Construction Within
Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1,
1978, as amended .
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of
Fort Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW (OMITTED)
DA-67 NON-EXCLUSIVE CONTRACT (OMITIED)
DA-68 CONCRETE VALLEY GUTTER (OMITTED)
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor, equipment and incidentals necessary to complete the work.
DA-69 TRAFFIC BUTTONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations designated by the Eng ineer. The buttons to be
supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a
Type Ill Epoxy.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-70 PAVEMENT STRIPING
Pavement striping , whenever and wherever encountered, shall be replaced to match the existing
striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade
tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal.
11/02104 ASC -59
PART DA -ADDITIONAL SPECIAL CONDITIONS
This item shall be considered subsidiary to the various other bid items and shall include all
materials, labor , equipment and incidentals necessary to complete the work. No additional
compensation will be made for this item .
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design for both Type "B" and "D " asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference . This
design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal
(Proctor) will be calculated , if one has not been previously calculated , for the use during density
testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type
"D"
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the
contractor is approved for placement of the asphalt. The contractor shall contact the City
Laboratory , through the inspector, at least 24 hours in advance of the asphalt placement to
schedule a technician to assist in the monitoring of the number of passes by a roller to establish a
rolling pattern that will provide the required densities . The required Density for Type "B " and for
Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will
be used for all asphalt testing.
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. Densit ies on type
"B" must be done before Type "D " asphalt is applied .
Cores to determine thickness of Type "B " asphalt must be taken before Type "D " asphalt is
applied . Upon completion of the application of Type "D" asphalt additional cores must be taken to
determine the applied thickness .
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification, prior to the date
of these general specifications or revisions thereof, shall apply .
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX
The relocation and reconnection of sprinkler system control valve and box will be required as
shown on the plans , and/or as described in these Special Contract Documents in addition to
those located in the field and identified by the Engineer.
A minimum of twenty-four (24) hours advance notice shall be given when service interruption will
be required . When the relocation is required , separate payment will be allowed for the relocation
of sprinkler back-flow preventer or control valve and box. Payment for all work and material such
as back-fill , fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used
by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler
back-flow preventer or control valve and box . All other costs will be included in other appropriate
bid item(s).
11/02104 ASC-60
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-74 RESILIENT-SEATED GATE VALVES
Any resilient-seated gate valves supplied for this contract shall conform to Material Standard
E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES , with the
exception of size requirements in 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 (OMITIED)
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 approved equal. Approved equal products shall submit shop drawings and
manufacturer's catalog information for approval.
Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically
designed for this purpose in order to provide a clean , square cut. The use of hacksaws or any
other type of cutter will not be allowed .
Prior to installing the compression fittings, the copper tubing will be made round by the use of a
"rounding tube " specifically made for that purpose .
Payment for all work and materials associated with 1 Yi " and 2" copper services shall be included
in the price of the appropriate bid item .
DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED)
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMITIED)
DA-79 CONTRACT TIME (UTIL. CUT) (OMITIED)
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITIED)
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITIED)
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITIED)
DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED)
DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITIED)
DA-85 CLEAN-UP (UTIL. CUT) (OMITTED)
DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITIED)
DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITIED)
11102104 ASC -61
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED)
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) (OMITTED)
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED)
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED)
DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED)
DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED)
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED)
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED)
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED)
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMITIED)
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED)
DA-101 CONCRETE CURB AND GUTIER (UTIL. CUT) (OMITTED)
DA-102 PAYMENT (UTIL. CUT) (OMITIED)
DA-103 DEHOLES (MISC. EXT.)
The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order
together with a sketch . The location and dimensions shown on the plans relative to other existing
utilities are based on the best information available . Omission from , or the inclusion of utility
locations on the Plans is not to be considered as the nonexistence of, or a definite location of,
existing underground utilities . It shall be the Contractor's responsibility to verify locations of
adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may
negotiate such local adjustments as necessary in the dehole process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all services
encountered . Any damage to utilities resulting from the Contractor's operations, shall be restored
at his expense .
Payment for work such as backfill and all other associated appurtenants required, shall be
included in the price of the appropriate bid item .
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED)
11102104 ASC -62
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-105 PRESSURE CLEANING AND TESTING {MISC. EXT.}
Care shall be taken to keep all water extensions clean and free from foreign objects . Chlorinated
lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe
laying , water shall be introduced slowly for sterilization , after which the extension shall be
thoroughly flushed with clean water. Risers shall be installed , as directed by the Engineer, for
flushing and for providing sample points for bacteria tests .
The water main extensions of the project shall be tested under normal line pressure and any
leaks observed shall be immediately repaired .
DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED)
DA-107 LIFE OF CONTRACT {MISC. EXT.) (OMITTED)
DA-108 FLOWABLE FILL {MISC. EXT.)
1. Description :
The flowable fill material shall be delivered to the site , free flowing and self-leveling and shall
have a consistency enabling it to fill all voids without tamping, vibrating or compacting .
The flowable fill material shall have an in place density of not less than 95 and not more than 115
lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels . The height of free fall of the flowable fill shall not exceed four (4) feet.
2 . Material Specifications :
Flowable fill shall consist of:
a . An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as
necessary).
b. Aggregates meeting ASTM C-33
c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406
d . Flyash , Class C or F, meeting ASTM C-618
e . Admixtures
1. Mineral admixtures will be pozzolanic
2. Chemical adm ixtures 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.
11102104 ASC -63
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Non-chloride, non-corrosive accelerators used where metals
are present in concrete or embedded members.
2 . Calcium chloride
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) {OMITTED)
DA-110 DETERMINATION AND INITIATION OF WORK {MISC. REPL.) {OMITTED}
DA-111 WORK ORDER COMPLETION TIME {MISC. REPL.) {OMITTED)
DA-112 MOVE IN CHARGES {MISC. REPL.) {OMITTED)
DA-113 PROJECT SIGNS {MISC. REPL.)
Project Signs are required at all locations which will be under construction for more than thirty
(30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with
Figure 30 (dated 9-18-96) of the General Contract Documents . The signs may be mounted on
skids or on posts. The exact locations and methods of mounting shall be approved by the
engineer. Any and all costs 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 .
DA-114 LIQUIDATED DAMAGES {MISC. REPL.) (OMITTED)
DA-115 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.) {OMITTED)
DA-116 FIELD OFFICE (OMITIED)
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans. The unit price bid for "Traffic control" as shown in the Proposal, will
be full payment for all materials, labor, equipment, tools, and incidentals necessary to complete
the work. All other requirements of D-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
(OMITTED)
DA-119 DUCTILE IRON PIPE
A. GENERAL
11/02104
1. SCOPE OF WORK
2 .
Furnish all labor, material, tools, equipment and incidentals required and install
buried ductile iron pipe and fittings complete as shown on the Drawings and as
specified herein.
QUALITY ASSURANCE
ASC -64
-
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Manufacturer: Finished pipe shall be the product of one (1) manufacturer.
Pipe manufacturing operations (pipe, fittings, lining , coating) shall be
performed at one (1) location .
b. Reference Standards:
1) ANSI/AWWA C104/A21.4 -American National Standard for cement
-Mortar Lining for Ductile-Iron Pipe and Fittings for water.
2) ANSI/AWWA C105/A21.5 -American National Standard for
Polyethylene Encasement.
3) ANSI/AWWA C110/A21 .10 -American National Standard for
Ductile Iron and Grey Iron Fittings, 3-inch through 48 inches for
water and other liquids . •
4) ANSI/AWWA C111/A21.11 -American National Standard for
Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings .
5) ANSI/AWWA C115/A21 .15 ,7 American National Standard for
Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded
Flanges .
6) ANSI/AWWA C150/A21 .50,8 American National Standard for the
Thickness Design of Ductile-Iron Pipe.
7) ANSI/AWWA C151/A21.51,9 American National Standard for the
Ductile-Iron Pipe, Centrifugally Cast, for Water or Other Liquids .
8) ANSI/AWWA C153/A21.53 , "Ductile-Iron Compact Fittings For
Water Service"
9) ANSI/AWWA C600, 11 Installation of Ductile-Iron Water Mains and
Their Appurtenances .
10) AWWA M-41 Ductile-Iron Pipe and Fittings.
3. SUBMITTALS
Submittals shall be in accordance with the Special Specifications and shall include
the following :
a. Prior to the fabrication of the pipe, submit Record Data of fabrication and
laying drawings to the Owner for review of general conformance to contract
documents . Record Data shall include a complete description of the pipe
offered , including cuts, tabulated layout, design calculations , thrust
calculations , and pertinent design data. Record Data shall incorporate any
changes necessary to avoid conflicts with existing utilities and structures .
The laying schedule shall show pipe class, class coding, station limits and
ASC -65
PART DA -ADDITIONAL SPECIAL CONDITIONS
transition stations for various pipe classes . Details for the design and
fabrication of all fittings and specials and provisions for thrust shall be
included . Submittal shall be sealed by a Licensed Professional Engineer in
the State of Texas .
b. Submittal for painting exterior pipe to include recommendation for
preparation , application and storage .
c . Prior to delivery of the pipe to the project site, the manufacturer shall
furnish an affidavit certifying that all pipe , fittings, and spec ials, and other
products and materials furnished , comply with this specification . If
requested by the OWNER , the manufacturer shall submit certified reports
of all testing .
4 . DELIVERY AND STORAGE
a. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and
AWWAM41 .
8. PRODUCTS
11/02104
1. DUCTILE IRON PIPE :
a . Pipe shall be in accordance with NCTCOG 2 .12.8, AWWA C110, AWWA
C111 , AWWA C115, AWWA C150, and AWWA C151 . All pipe shall meet
the requirements of NSF 61 .
b. Flexible Restrained Push on Joints (FRPJ) shall be U.S. Pipe -TR-Flex ,
American -Flex-Ring , or approved equal.
c . All pipe shall be cement mortar coated in accordance with ANSI/AWWA
C104 .
d . All buried pipe shall be polyethylene encased in accordance with AWWA
C105.
e . As a minimum standard , the following pressure classes shall apply:
f.
Diameter Pipe (inch)
3" through 12 "
14 " -20"
24 "
30 " -64 "
Min . Pressure Class (PSI)
350 psi
250 psi
250 psi
250 psi
Engineer shall verify that pressure class specified meets the minimum
design requirements contained within these provisions . When requested ,
pipe design calculations shall be submitted to the City . Ductile iron pipe
shall be designed in accordance with the latest revision of ANSI/AWWA
C150/A21 .50 for a minimum 150 psi (or project requirements, whichever is
ASC -66
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
greater) rated working pressure plus a 100 psi surge allowance ; a 2 to 1
factor of safety on the sum of the working pressure plus surge pressure;
Type 4 laying condition, and a minimum depth of cover of 12 feet, or if
located on UPRR property the minimum depth of cover shall be as
indicated on the plans plus 10 .0 feet. Type 4 laying conditions are as
defined in ANSI/AWWA C150/A21 .50 .
g . Mechanical thrust restraint may be done only for make-up pieces where
push on joints are not applicable. Retainer glands shall be Series 1100
Megalugs by EBAA Iron for ductile iron pipe mechanical joints, Series
2000PV Mechanical Joint Restraint Glands by EBAA Iron for PVC pipe
mechanical joints, and Series 1500 Ductile Iron Retainers for PVC pipe
push-on joints .
h. Ductile iron pipe ~hall have nominal lay lengths of 18 or 20 feet.
Dimensions and tolerances of each nominal pipe size shall be in
accordance with ANSI/AWWA C151/A21 .
i. Pipe markings shall meet the minimum requirements of ANSI/AWWA
C151/A21 , latest revision . Minimum pipe markings shall be as follows :
1) "DI" or "DUCTILE" shall be cast or metal stamped on each pipe
2) Weight, pressure class, and nominal thickness of each pipe
3) Year and country pipe was cast
4) Manufacturer's mark
j . Iron used in the manufacture of pipe for these specifications shall have :
1) Minimum tensile strength -60 ,000 psi
2) Minimum yield strength -42 ,000 psi
3) Minimum elongation -10%
2. DUCTILE IRON PIPE JOINTS :
a. General -Comply with ANSI/AWWA C111/A21.11 , latest revision.
b .
C .
1) Push-On Joints
2) Mechanical Joints
3) Restrained Joints
4) Flanged Joints -AWWA C115/A21 .15 , ANSI 816.1, Class 125
All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance
with ANSI/AWWA C111/A21 .11, latest revision .
Bolts and Nuts : Bolts and nuts for mechanical joints or flanged ends shall
be of a high strength corrosion resistant low-carbon steel in accordance
with ANSI/AWWA C111/A21 .11, ANSI/AWWA C115/A21 .15, and ASTM
ASC -67
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
A307, "Standard Specification for Carbon Steel Bolts and Nuts ." For
mechanical joints , bolts and nuts shall be coated with a ceramic-filled ,
baked on fluorocarbon resin. Coated bolts and nuts shall be prepared
"near white" or "white" when coated to manufacturer's recommended
thickness by a certified applicator. Coating shall be of Xylan® as
manufactured by Whitford Corporation , or approved equal. Coating shall
conform to the performance requirements of ASTM 8117, "Salt Spray Test"
and shall include, if required, a certificate of conformance .
3. DUCTILE IRON PIPE COATINGS:
a. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick ,
on the pipe exterior, unless otherwise specified .
b. Pipes shall have an interior cement mortar lining applied in accordance with
ANSI/AWWA C104/A21 .04, or latest revision .
c. Pipe and fittings exposed to view in the finished work shall not receive the
standard asphaltic coat on the outside surfaces, but shall be shop-coated
with rust inhibitive primer. Primer shall have a minimum dry film thickness
of 4 mils and be certified in accordance with ANSI/NSF 61 .
d . All buried ductile iron pipe shall be polyethylene encased, unless otherwise
specified . Encasement for buried pipe shall be 8 mil linear low density
(LLD) polyethylene or 4 mil high density cross-laminated (HDCL)
polyethylene encasement conforming to AWWA C105/A21 .5. Polyethylene
film must be marked as follows :
1) Manufacturer's name or trademark
2) Year of manufacturer
3) ANSI/AWWA C105/A21 .5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter size(s).
6) Warning-Corrosion Protection-Repair Any Damage
e. For gravity sewer applications, all ductile iron pipe shall have an approved
corrosion resistant coating applied to the interior. Interior coating shall be
pre-approved by Fort Worth Water Department Standard Product
Committee for application in wastewater environment. Coating shall be
Protecto 401 or approved equal.
4 . DUCTILE IRON PIPE FITIINGS:
a . Joints : Fittings shall ha.ve flanged , mechanical, restra ined, push-on joints
or any combination of these . Joints must be manufactured in accordance
ASC -68
-
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
with the above referenced standards. Unless specified otherw ise on the
plans or in the project specifications, fittings will be provided for
installation as follows :
b. Pressure Rating : Unless specified otherwise , the rated working pressures
for fittings are as follows :
Ductile Iron Compact Fittings (AWWA C153/A21.53)
Nominal Size (in)
3" -24"
30" -48"
54" -64"
Pressure Rating (PSI)
350 PSI
250 PSI
250 PSI
Ductile-Iron Full Body Fittings (AWWA C110/A21 .10)
Nominal Size (in)
3"-24"
30 " -48"
Pressure Rating (PSI)
350 PSI
250 PSI
c. Dimensions and Thickness : Fittings and joints shall conform to the
thickness and dimensions shown in the various standards referenced
under Section 1.02.B.
d . Flange : Unless specified otherwise, the bolt circle and the bolt-holes shall
match those of ANSI 816.1 Class 125 . All screwed-on flanges shall be
ductile iron . Field fabrication of flanges shall be proh ibited , unless
approved otherwise .
e . Gland : Glands shall be manufactured of ductile iron conforming to ASTM
A536. Restraining devices shall be of ductile iron. Dimensions of the
gland shall be such that it can be used with the standardized joint bell and
tee-head bolts conforming to ANSI/AWWA C153/A21.53.
f .
g.
Bolts and Nuts : Bolts and nuts for mechanical joints or flanged ends shall
be of a high strength corrosion resistant low-alloy steel in accordance with
ANSI/AWWA C111/A21 .11 and ASTM A307, "Standard Specification for
Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts
shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated
bolts and nuts shall be prepared "near white" or "white" when coated to
manufacturer's recommended thickness by a certified applicator. Coat ing
shall be Xylan®, as manufactured by Whitford Corporation , or approved
equal. Coating shall conform to the performance requirements. of ASTM
8117 , "Salt Spray Test " and shall include, if required, a certificate of
conformance.
Accessories : Unless otherwise specified , gaskets , glands, bolts, and nuts
shall be furnished with mechanical joints, and gaskets and lubricant shall
be furnished with push-on joints; all in sufficient quantity for assembly of
each joint.
ASC-69
PART DA -ADDITIONAL SPECIAL CONDITIONS
h. Outside Coating: All ductile fittings shall have an asphaltic or fusion
bonded epoxy coating. Asphaltic coatings shall be a minimum of 1 mil
thickness, on the pipe exterior, unless otherwise specified. Fusion bonded
exterior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a
minimum dry film thickness of 4 mils, and be . certified in accordance with
ANSI/NSF 61.
i. Interior Lining : All ductile iron fittings are to be furnished with a cement-
mortar lining of standard thickness as defined in referenced ANSI/AWWA
C 104/A21.4 and given a seal coat of asphaltic material, unless otherwise
specified. Fusion bonded interior coatings shall comply with ANSI/AWWA
C116/A21.16, shall have a minimum dry film thickness of 4 mils, and be
certified in accordance with ANSI/NSF 61 .
j . Polyethylene Encasement: All ductile iron fittings shall be polyethylene
encased, unless otherwise specified. Encasement for buried fittings shall
be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross-
laminated (HDCL) polyethylene encasement conforming to AWWA
C105/A21.5. Polyethylene film must be marked as follows :
1) Manufacturer's name or trademark
2) Year of manufacturer
3) ANSI/AWWA C105/A21 .5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter size(s).
6) Warning -Corrosion Protection -Repair Any Damage
k. Marking: Fitting marking shall meet the requirements of ANSI/AWWA
C110/A21.10 or ANSI/AWWA C153/A21.53 shall have distinctively cast on
them the following information :
1) C-153 or C-110, depending on which type of fitting provided .
2) Pressure Rating
3) Nominal diameter of openings
4) Manufacturer's identification
5) Country where cast
6) Number of degrees or fraction of the circle on all bends
7) Letters "DI" or "DUCTILE" cast on them .
C. EXECUTION
1. GENERAL:
11/02104 ASC -70
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Install, pipe, fittings , and appurtenances as special in accordance with
AWWA M41 and AWWA C600 .
b. All pipe shall be mechanically restrained at fittings and within the calculated
restraint areas , or as shown on the drawings .
c . Polyethylene encasement shall be installed in accordance with AWWA
C105 and AWWA M41 , Method A or B. Method C will not be allowed.
d. Where indicated, paint shall be applied per manufacturer's
recommendations .
e. Ductile iron pipe shall be manufactured in accordance with the latest
revision of ANSI/AWWA C151/A21 .51 . Each pipe shall be subjected to a
hydrostatic test of not less than 500 psi for a duration of at least 1 O
seconds .
f . The manufacturer shall take adequate measures during pipe production to
assure compliance with ANSI/AWWA C151/A21 .51 by performing quality-
control tests and maintaining results to those tests as outlined in section 5,
"Verification" of that standard .
g . The City of Fort Worth may, at its own cost, subject random lengths of pipe
for testing by an independent laboratory for compliance with this
specification. Any visible defects or failure to meet the quality standards
herein will be grounds for rejecting the entire order.
h. The Contractor shall , upon request by City, furnish manufacturer's certified
test reports that indicate that each run of pipe furnished has met
specifications , that all inspections have been made , and that all tests have
been performed in accordance with ANSI/AWWA C151/A21 .51 .
i. The Contractor shall, upon request by City, furnish manufacturer's certified
test reports stating that all fittings furnished meet the requirements of
applicable Standards and Specifications . Test reports must be provided to
the Engineer before construction commences.
DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED)
DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED)
DA-122 CATHODIC PROTECTION
This item consists of Cathodic Protection for the selected bid pipe material. Plans and
specifications for the various cathodic protection requirements are included in the contract
documents . Technical specifications for Cathodic Protection are included in the Appendix as part
of the "Corrosivity Study and Corros ion Protection Design City of Fort Worth Hulen to Como
Water Line Project " as prepared by Corrpro Companies, Inc . Payment for Cathodic Protection of
the pipeline shall be a lump sum price that includes installation of test stations , testing, start-up ,
11/02104 ASC -71
PART DA -ADDITIONAL SPECIAL CONDITIONS
and all incidental work and materials necessary to complete the installation in accordance with
the drawings and specifications .
DA-123 GRAVEL DRIVEWAY REPAIR
At locations where gravel driveways are encountered, such driveways shall be completely
replaced for the full extent of ut ility cut with gravel equal to or better than the exist ing driveway.
Measurement and payment for gravel driveway repair shall be per square yard of gravel complete
and in place, shall be full compensation for all labor, materials , equipment , tools , and incidentals
necessary to complete the work.
DA-124 REPLACEMENT OF TREES (OMITTED)
DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT
A. GENERAL
11102104
1. WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install pipe
casings or tunnel liners by boring, tunneling or open cut as specified. This section
sets forth the requirements for utility lines crossing roadways or railroads using
bore, tunneling, or open cut.
2 . QUALITY ASSURANCE
a. DESIGN CRITERIA
b .
1) TUNNEL LINER PLATE
The tunnel liner plate shall be designed by the Manufacturer in
accordance with the methods and criteria as specified in AASHTO
Standard Specificat ions for Highway Bridges, Section 16 . Soil
parameters shall be determined by the Tunnel Liner Plate
Manufacturer. The tunnel liner plate shall be designed to allow a
maximum deflection of 3%. The thickness of the tunnel liner plate
specified herein is the minimum acceptable and shall be increased
as necessary to obtain adequate joint strength, stiffness, buckling
strength , and resistance to deflection .
2) CASING INSULATORS
Casing insulators shall be designed by the Manufacturer to
adequately support and electrically isolate the carrier pipe within the
casing pipe under all conditions . Number and location of spacing
insulators shall be determined by the Manufacturer to protect carrier
pipe from damages. One insulator shall be placed within 2' of ends
of casing.
INSTALLER'S QUALIFICATIONS
ASC -72
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
Installation shall be by a competent , experienced contractor or sub-
contractor. The installation contractor shall have a satisfactory experience
record of at least five (5) years engaged in similar work of equal scope .
c. PERFORMANCE REQUIREMENTS
Lateral or vertical variation in the final position of the pipe casing or tunnel
liner from the line and grade established by the engineer shall be permitted
only to the extent of 1" in 1 O', provided that such variation shall be regular
and only in the direction that will not detrimentally affect the function of the
carrier pipe , or clearances from other underground utilities or structures.
Any additional cost caused by this variation shall be the responsibility of the
Contractor.
3. SUBMITTALS
4 .
Submittals shall include :
a Installer's Qualifications
b Shop drawings of the tunnel liner plate and fasteners from the tunnel liner
plate manufacturer. Shop drawings shall include calculations for the
design of the tunnel liner plate sealed by a Licensed Engineer in the State
of Texas . Shop drawings are for record purposes only and will not be
reviewed or approved by the Engineer.
STANDARDS
AWWA C-206
AWWA C-210
AASHTO M-190
AASHTO
ASTM A-36
ASTM A-123
ASTM A-135
ASTM A-139
ASTM A-153
ASTM A-307
ASTM A-449
ASTM A-569
"Field Welding of Steel Water Pipe"
"Liquid Epoxy Coating Systems for the Interior and Exterior
of Steel Water Pipelines"
"Bituminous Coated Corrugated Metal Culvert Pipe and Pipe
Arches"
Standard Specifications for Highway Bridges , 1989 .
"Structural Steel"
"Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel
Products"
"Electric -Resistance -Welded Steel Pipe"
"Electric -Fusion (Arc) -Welded Steel Pipe"
"Zinc Coating (Hot Dip) on Iron and Steel Hardware "
"Carbon Steel Bolts and Studs , 60 ,000 PSI Tensile"
"Quenched and Tempered Steel Bolts and Studs "
"Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial
ASC-73
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
Quality"
ASTM A-570 "Hot Rolled Carbon Steel Sheet and Strip, Structural
Quality"
ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer
Pipe"
ASTM D-4254 "Test Methods for Minimum Index Density of Soils and
Calculation of Relative Density"
5. DELIVERY AND STORAGE
a. The Contractor shall store tunnel liner plate in accordance with
manufacturer's recommendations. Any liner plate that appears to have
been damaged in the opinion of the Owner's representative shall be
removed from the project and replaced with a new piece.
6 . JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS
a .
b.
C.
d.
e.
Where the work is in the public right-of-way or railroad company right-of-
way, the Owner will secure the appropriate permits or easements. The
Contractor shall observe regulations and instructions of the right-of-way
Owner as to the methods of performing the work and take precautions for
the safety of the property and the public. Negotiations and coordination
with the right-of-way Owner shall be carried on by the Contractor, not less
than five (5) days prior to the time of his intentions to begin work on the
rig ht-of-way .
Comply with the requirements of the permit and/or easement, a copy of
which is included in the Appendix . The work within the Texas Department
of Transportation (TxDot) Right-of-Way shall comply with TxDot
specifications. If required by the Right-of-Way Owner, obtain Protective
Liability Insurance in the amount required by the particular company or
other insurance as is specified in the permit at no cost to the Owner.
Acquire a permit, agreement, or work order from the right-of-way Owner as
is required.
Construction along roads and railroads shall be performed in such manner
that the excavated material be kept off the roads and railroads at all times,
as well as, all operating equipment. Construction shall not interfere with
the operations of the roads and railroads .
Barricades, warning signs, and flagmen, when necessary and specified,
shall be provided by the Contractor.
No blasting shall be allowed . Existing pipelines are to be protected . The
Contractor shall verify location and elevation of any pipe lines and
telephone cable before proceeding with the construction and plan his
construction so as to avoid damage to the existing pipe lines or telephone
ASC -74
PART DA -ADDITIONAL SPECIAL CONDITIONS
cables . Verification of locat ion of existing utilit ies shall be the complete
responsibility of the Contractor.
7 . OPTIONS
a. CASING MATERIAL : Unless specified otherwise , the Contractor may use
steel pipe or tunnel liner plate where bore and/or tunnel as specified .
Unless specified otherwise , the Contractor shall use steel pipe where open
cut casing is specified. The material specification for casing pipe and
tunnel liner are the minimum acceptable . The Contractor shall be fully
responsible to insure the materials used are of sufficient strength for the
installation method chosen and the soil conditions encountered .
b. BORE AND TUNNEL METHODS: Unless specified otherwise , the
Contractor may use jacking or tunneling for the installation method of
cas ing material. Tunnel liner plate shall not be used where bore or jack
methods are used . The Contractor shall be fully responsible to insure the
methods used are adequate for the protection of workers , pipe , property ,
and the public. Provide a finished product as required .
8. GUARANTEES [Not Used]
B. PRODUCTS
11102104
1. MATERIALS
a. STEEL PIPE : Steel casing pipe shall have a minimum yield strength of
35 ,000 psi. Casing shall meet ASTM A36, ASTM A570 , ASTM A 135 ,
ASTM A 139, or approved equal. Pipe shall be coated and lined in
accordance with AWWA C210 or approved equal. Pipe joints shall be
welded in accordance with AWWA C206 . After pipe is welded, coating and
lining shall be repaired . Unless specified otherwise , the m inimum wall
thickness of steel casing pipe shall be as follows:
b .
Casing Diameter Wa Thickness
70 " 1.00"
TUNNEL LINER PLATES : Corrugated metal tunnel liner plates shall be
galvanized made from steel sheets conforming to the requirements of
ASTM A-569 . Material to be galvanized shall be zinc coated in accordance
with ASTM A-123, except that the zinc shall be applied at a rate of 2 .0 oz.
per square foot on each side. Tunnel liner plates and fasteners shall
comply with the requirements of AASHTO Standard Specifications for
Highway Bridges, 1989. Liner plates shall be punched for bolting on both
longitudinal and circumferential seams, fabricated to permit complete
erection from the inside of the tunnel. Bolts and nuts shall be galvanized to
conform to ASTM. Where groundwater is encountered, gasketed liner
plates shall be used.
ASC -75
11 /02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
2 . MIXES
A-153 : Plates shall be of uniform fabrication and those intended for one
size tunnel shall be interchangeable . Welding of tunnel liner plate shall not
be allowed . The material used for the construction of these plates shall be
new , unused , and suitable for the purpose intended . Workmanship shall
be first class in every respect. Minimum thickness of tunnel liner plate shall
be as follows :
Tunnel Diameter Minimum 'Thickness
70 " - 2 Flanged 10 gage
70 " - 4 Flanged 7 gage
a . CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts
clean sand with sufficient water to make a thick workable mix .
b. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5
cubic feet of clean fine sand with sufficient water added to provide a free
flowing thick slurry . If desired to maintain solids in the mixture in
suspension , one cubic foot of commercial grade bentonite may be added to
each 12 to 15 cubic feet of the slurry.
c. CELLULAR GROUT MIX: The cellular grout shall be a low-density, non-
shrink grout composed of Type II Portland cement , water, and a pre-
formed foam . The cellular grout shall have the following characteristics:
1) Minimum 28-day Compressive Strength = 1000 psi
2) Slurry (Wet) Density = 95 to 105 pct
3) Cement= Type II , per ASTM C150
4) Water= Potable
5) Foam = Per ASTM C869
6) Water/Cement Ratio = 0.50 to 0 .55
3. FABRICATIONS [Not Used]
4 . MANUFACTURED PRODUCTS
a . TUNNEL LINER: Manufactured by Contech Construction Products , Inc .. ,
American Commercial Inc ., or approved equal.
ASC -76
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. CASING INSULATORS: Thickened Mortar Bands shall be used for th is
project. Casing insulators may be used in lieu of mortar bands and rollers.
In lieu of casing insulators or mortar bands , steel rails and rollers may be
considered as an acceptable substitute . However, the Contractor must
submit a design for the rail and roller installation as well as documentation
to justify the substitution as an acceptable installation , in lieu of casing
insulators . Use casing insulators for any type of carrier pipe . Insulators
shall consist of pre-manufactured stainless steel bands with plastic lining
and plastic runners . Insulators shall fit snug over the carrier pipe and
position the carrier pipe approximately in the center of the casing pipe, to
provide adequate clearance between the carrier pipe bell and the casing
pipe . Fasteners for insulators shall be stainless steel or cadmium-plated .
Insulators shall be as manufactured by Cascade Waterworks
Manufacturing Company or Pipeline Seal and Insulators, Incorporated or
Perry Equipment Corporation .
c . MORTAR BANDS : Concrete cylinder pipe and polyurethane coated steel
pipe may have thickened outside mortar bands in lieu of casing insulators.
Mortar bands shall properly position the pipe within the casing or tunnel
liner.
C . EXECUTION
11/02104
1. PREPARATION [Not Used]
2. GENERAL CONSTRUCTION PROCEDURES
a. EXCAVATION AND BACKFILL OF ACCESS PITS
1) Do not allow excavation over the limits of the bore or tunnel as
specified . Trench walls of access pits adjacent to the bore or tunnel
face shall be truly vertical. Shore the trench walls as necessary to
protect workmen, the public , structures , roadways, and other
improvements.
2) Excavations within the right-of-way and not under surfacing shall be
backfilled , with type B backfill , and consolidated by tamping in 6"
horizontal layers to 95% of maximum density as measured by ASTM
D-698 . Surplus material shall be removed from the right-of-way and
the excavation finished to original grades. Backfill pits immediately
after the installation of the carrier pipe is completed. If carrier pipe is
not installed immediately after casing pipe installation , the Right-of-
Way Owner may require the access pits be temporarily backfilled
until installation of carrier pipe .
b. INSTALLING CARRIER PIPE IN CASINGS
1) Pipe to be installed within the casing or tunnel liner shall meet the
requirements for this type of pipe as specified . Where indicated,
place, align, and anchor guide rails and/or casing insulators inside
ASC-77
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
the casing . If guide rails are used , place cement mortar on both
sides of the rails.
2) Pull or skid pipe into place inside the casing. Lubricants such as flax
soap or drilling mud may be used to ease pipe installation . Do not
use petroleum products, oil or grease for this purpose . If guide rails
are used, install pipe and hold down jacks after installation of carrier
pipe.
3) After installation of the carrier pipe, mortar inside and outside of the
joints as applicable . Verify electrical discontinuity between the
carrier pipe and tunnel liner. If continuity exists, remedy the short
prior to applying cellular grout.
4) After carrier pipe installation is complete, if hold down jacks or
casing spacers are used, seal or plug the ends of the casing.
5) After carrier pipe installation is complete, the annular space between
the carrier pipe and tunnel liner or casing shall be completely filled
with cellular grout. The Contractor shall take precautions to prevent
flotation of the carrier pipe. Exterior joint coating (heat shrink
sleeves) is required for polyurethane coated pipe . Provide
necessary bulkheads as recommended by the cellular grout supplier.
If pressure is used to apply grout, verify the maximum allowable
pressure with the carrier pipe manufacturer, and do not exceed this
pressure .
c. FREE-AIR SYSTEM
If required by OSHA standards, free-air systems shall be installed and
maintained .
d. INSTALLATION OF PRESSURE GROUT MIX
1)
2)
3)
Install pressure grout mix in the void space between the outside of
the casing pipe or tunnel liner and the excavation . For bore or jacks
with casing pipe, install pressure grout mix immediately upon
completion of setting casing pipe. For tunnel liner plate, install
pressure grout mix at the end of each work day or more often as
conditions warrant.
Unless specified otherwise, install pressure grouting through grout
fittings for the casing pipe or tunnel liner plate 48" in diameter or
larger. Grout fittings shall be fabricated into casing pipe and tunnel
liner plate at a maximum spacing of 6'. Remove and plug grout
fittings after pressure grouting .
Install pressure grout from the low end for all crossings where grout
fittings are not used . Seal the low end and pressure grout until grout
is extruded from the opposite end .
ASC -78
11102104
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. CROSSINGS INSTALLED BY BORING
a. Perform the boring from the low or downstream end unless specified
otherwise . Bore the holes mechanically and use a pilot hole. By this
method, an approximate 2" pilot hole shall be bored the entire length of the
crossing and shall be checked for line and grade. This pilot hole shall
serve as the centerline of the larger diameter hole to be bored . Place
excavated material near the top of the working pit and dispose of material
as required . The use of water or other fluids in connection with the boring
operation will be permitted only to the extent to lubricate cuttings . Jetting
shall not be permitted .
b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid
consisting of at least 10% of high grade carefully processed bentonite may
be used to consolidate cuttings of the bit, seal the walls of the hole, and
furnish lubrication for subsequent removal of cuttings and installation of the
pipe immediately thereafter.
c . In locations where the soil formation is other than consolidated rock, insert
the casing pipe simultaneously with the boring operation. This requirement
applies to all bored holes of 18" or greater in diameter. For smaller
diameter bored holes, it is desirable that the casing be installed as the
boring progresses, but because of differences in soil formations, the time
for inserting the casing shall be the Contractor's responsibility. In the event
that caving sand or water bearing materials are encountered, insert the
casing pipe simultaneously with the boring operation regardless of the
diameter of the bored hole. In all cases, the security and integrity of the
roadway is the primary concern. The Contractor shall be held fully
responsible for the continued integrity of the structure of the roadway being
crossed, whether or not a casing pipe is inserted simultaneously with the
boring operation.
4 . CROSSINGS INSTALLED BY TUNNELING AND JACKING
a.
b.
Jack the pipe from the low or downstream end , unless specified otherwise .
Provide heavy duty jacks suitable for forcing the pipe through the
embankment. In operating jacks, apply even pressure to the jacks used.
Provide a suitable jacking head and bracing between jacks so that
pressure will be applied to the pipe uniformly around the ring of the pipe.
Provide a suitable jacking frame or back stop. Set the pipe to be jacked on
guides , properly braced together, to support the section of the pipe and to
direct it in the proper line and grade . Place the whole jacking assembly so
as to line up with the direction and grade of the pipe . In general, excavate
embankment material just ahead of the pipe and material removed through
the pipe. Force the pipe through the embankment with jacks into the space
provided.
The excavation for the underside of the pipe , for at least 1/3 of the
circumference of the pipe , shall conform to the contour and grade of the
pipe. Provide a clearance of not more than 2" for the upper half of the
ASC -79
PART DA -ADDITIONAL SPECIAL CONDITIONS
pipe . This clearance shall be tapered off to zero at the point where the
excavation conforms to the contour of the pipe . Extend the distance of the
excavation beyond the end of the pipe depending on the character of the
material , but do not exceed 2' in any case . Decrease the distance if the
character of the material being excavated makes it desirable to keep the
advance excavation closer to the end of the pipe .
c . If desired , use a cutting edge of steel plate around the head end of the pipe
extending a short distance beyond the end of the pipe with inside angles or
lugs to keep the cutting edge from slipping back onto pipe .
d. When jacking of pipe has begun , carry on the operation without interruption
to prevent the pipe from becoming firmly set in the embankment. Remove
and replace any pipe damaged in the jacking operations . The Contractor
shall absorb the entire expense.
5. CROSSINGS INSTALLED WITH TUNNEL LINER PLATE
a. Install the tunnel liner plates to the limits indicated and as specified in
AASHTO Standards Specifications for Highway Bridges, Section 11-26 ,
Construction Tunnels Using Steel Tunnel Liner Plates . Assemble steel
liner plates into circumferential rings . Liner plates shall be of the type to
permit segments to be installed completely from inside the tunnel or bore.
b . Accurately maintain the face of the excavation inside the tunnel so as to
allow the absolute minimum of vo id space outside the liner plate . Maintain
a maximum of 1/2" tolerance between the outside of the liner plate and the
excavation wherever possible . The tunnel diameter shall not be greater
than 2" larger than the liner O.D .
c . Liner plate installation shall proceed as closely as possible behind the
excavation . Excavation shall at no time be more than 6" ahead of the
required space to install an individual tunnel liner plate . Use breast plates,
poling boards or other suitable devices to maintain accurate excavation
with the minimum of unsupported excavation at any time . Tunnel liner
plate shall not be allowed to deflect vertically during installation .
6. CROSSINGS WITH CASING INSTALLED BY OPEN CUT
a. This article covers the requirements for the construction of crossings where
pipe casing is required for installation by the open cut method. Excavation ,
backfill, and embedment of casing pipe shall be as specified in the
construction plans. All other requirements shall be as specified herein.
DA-126 BUTTERFLY VALVES (OMITTED)
DA-127 GATE VALVES
A. GENERAL
11102104 ASC -80
11/02/04
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. SCOPE OF WORK
a. Furnish all labor, materials , equipment and incidentals required to
completely install and put into operation resilient seated gate valves and
actuator as specified herein and shown on the drawings .
2. QUALITY ASSURANCE
a. References:
1) American Water Works Association (AWWA)
AWWA C509 Resilient seated gate valve for water supply service .
2) American Society for Testing and Materials (ASTM)
ASTM A48 Gray Iron Castings
ASTM A 126 Gray Iron Castings for Valves , Flanges, and Pipe
Fittings
ASTM A436 Austenitic Gray Iron Castings
ASTM A536 Duct ile Iron Castings .
b. Unit Responsibility and Coordination :
The Contractor shall cause all equipment specified under this section to be
furnished by the valve manufacturer who shall be responsible for the
adequacy and compatibility of all valve components including the actuator.
Any component of each complete unit not provided by the valve
manufacturer shall be designed , fabricated, testing, and installed by
factory-authorized representatives experienced in the design and
manufacture of the valve equipment. This requirement, however, shall not
be construed as relieving the Contractor of the overall responsibility for this
portion of the work .
3. ENVIRONMENTAL CONDITIONS
The equipment to be provided under this section shall be suitable for installation
and operation either inside vault structure or directly buried for a gate valve.
4 . SUBMITTALS
a. Submittals required after award of contract and prior to installation :
1) Technical bullet ins and brochures on resilient seated gate valves .
b. Submittals required prior to final walk through :
1) Operation and Maintenance Manual.
5. SPARE PARTS AND TOOLS
ASC-81
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Furnish one set of special tools required for the proper serv1c1ng of all
equipment supplied under these Specifications , packed in a suitable steel
tool chest with a lock.
6 . SHIPPING INSTRUCTIONS
a. All parts shall be properly protected so that no damage or deterioration will
occur during a prolonged delay from the time of shipment until installation
is completed and the units and equ ipment are ready for operation .
b. All equipment and parts must be properly protected against any damage
during a prolonged period at the site.
c . The finished surfaces of all exposed flanges shall be protected by wooden
blank flanges, strongly built and securely bolted thereto .
d . Finished iron or steel surfaces not painted shall be properly protected to
prevent rust and corrosion.
e . Storage and Protection: Take special care to prevent plastic and similar
brittle items from being directly exposed to the sun , or exposed to extremes
in temperature, preventing any deformation .
7 . WARRANTY
a . The equipment shall be warranted to be free from defects in workmanship,
design and materials . If any part of the equipment should fail during the
warranty period , it shall be replaced and the unit(s) restored to service at
no expense to the Owner. Warranty shall be for a period of two years and
begin on the Date of Acceptance.
B . PRODUCTS
11/02104
1. RESILIENT SEATED GATE VALVES
a .
b .
C.
Resilient seated gate valves 4 " through 48" shall meet or exceed the latest
revisions of AWWA C509 and shall meet or exceed the requirements of this
specification . All valve components in contact with potable water shall
conform to the requirements of ANSI/NSF Standard 61. All valve materials
for components in contact with potable water shall be resistant to
chloramines .
Valve body shall be ductile iron per ASTM A536 . Flanged ends shall be
furnished in accordance with ANSI/AWWA C115/A21 .15. Standard Flanged
Drilling . Mechanical Joints shall be furnished with outlets which conform to
ANSI/AWWA C 111 /A21 .11 mechanical joint requirements .
The disc shall be constructed of ductile iron fully encapsulated in rubber.
No iron shall be exposed on the disc.
ASC -82
PART DA -ADDITIONAL SPECIAL CONDITIONS
d . Hex head bolt , and hex nut shall be Steel ASTM A307 Gr. 8 , Zinc Plate per
ASTM 8633, SC3 for non-buried service (4" through 12" valves). Hex head
bolt and hex nut shall be 304 or 316 Stainless Steel for buried service (all
s izes) and for valves 16 -inch through 30-inch (non-buried service).
e . T-8olts shall be high strength low alloy Cor-Ten or approved equal.
f . Resilient seated gate valves shall be Clow, American Flow Control , Mueller,
or equal for size 4 " through 48" in accordance with the City of Fort Worth's
Standard Products List. Valves 16" and larger shall be contained within a
vault as shown on the plans .
g . Gate valves in buried service shall be provided with polyethylene
encasement in accordance with AWWA C105.
h. Resilient seated gate valves for buried service shall be furnished with a
square 2" operating nut. The valve box shall be Mueller H-10360 or
Engineer approved equal.
i. In all non-buried service, handwheel operators shall be furnished, unless
otherwise specified.
j . Resilient seated gate valves shall be non-rising stem type unless otherwise
specified .
k. All res ilient seated gate valves shall be provided to open in clockwise
direction .
I. All resilient seated gate valves 20 " and larger shall be provided with gear
reduction .
C . EXECUTION
1. INSTALLATION
a. All resilient seated gate valves shall be installed in accordance with the
instructions of the manufacturer and as shown on the drawings .
DA-128 AIR RELEASE VALVES (OMITTED)
DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD
PERMIT AREA (OMITTED)
DA-130 FIBERGLASS SEWER PIPE-GRAVITY SERVICE (OMITTED)
DA-131 JUNCTION SANITARY SEWER MANHOLE (OMITTED)
DA-132 SUBSURFACE EXPLORATION
11102104 ASC -83
PART DA -ADDITIONAL SPECIAL CONDITIONS
Any data, which has or may be provided on subsurface conditions , is not intended as a
representation or warranty of accuracy or continuity between soil strata. It is expressly
understood that neither the Owner nor the Engineer will be responsible for interpretations or
conclusions drawn therefrom by the Contractor. Data is made available for convenience of the
Contractor.
Subsurface exploration , to ascertain the nature of the soils at the project site, including the
amount of rock , if any, is to be the responsibility of any and all prospective bidders.
Whether prospective bidders perform this subsurface exploration jointly or independently, it shall
be left to the discretion of such prospective bidders . Subsurface exploration shall not be
attempted without the approval of the Owner.
The Geotechnical Boring Logs have been included in these specifications.
DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES
Structures to be abandoned in place shall have all pipes entering or exiting the structure plugged
with lean concrete. Entire structure shall be removed . The structure shall then be backfilled , per
item DA-24 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army
Corps of Engineers, Fort Worth District (CESWF). Surface restoration shall be compatible with
surrounding service surface . Payment for work involved in backfilling, plugging of pipe(s) and all
other appurtenances required, shall be included in the bid item .
DA-134 ABANDON EXISTING PIPE LINE
This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with
flowable fill as designated in the construction plans . Flowable fill material shall be in accordance
with DA-108 .
Payment for this item shall be per linear foot of pipe filled with flowable fill. This cost shall include
all labor, material , and equipment associated with filling existing water or sanitary sewer pipe with
flowable fill.
DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED)
DA-136 SANITARY SEWER AND WATER LINE MARKERS
A. GENERAL
These work described in this specification includes supplying and placing markers for
sanitary sewer lines and water lines.
B. MATERIALS
1. Buried Markers -Buried markers shall be Omni Marker balls as manufactured by
Tempo or approved equal (www.tempo-textron .com). Markers for water lines shall
be blue. Markers for sanitary sewer lines shall be green .
11102104 ASC -84
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Surface Markers -Surface markers shall be COTTMark Cable and Pipe Warning
System as manufactured by COTT Manufacturing Co . or approved equal
(www.cottmfg .com). Markers for water lines shall have a blue warning sign .
Markers for sanitary sewer lines shall have a green warning sign . Marker posts shall
be 4-inch diameter PVC.
C . EXECUTION
11 /02104
1. GENERAL
a. Buried markers shall be placed at a depth of three-feet below natural
ground surface and directly above the feature they are marking .
b. Surface markers shall be a minimum of six-feet in length and shall be
buried a minimum of two-feet, with a minimum of four-feet above ground .
The warning sign for all surface markers shall be 21-inches (not including
post cap). Surface markers shall be placed as follows :
i. Buried Features : Surface markers shall be placed directly above a
buried feature.
ii. Above-Ground Features : Surface markers shall be placed a
maximum of two (2) feet away from an above-ground feature.
2. PLACEMENT
a. Water Lines 16-inches and Above
Buried markers shall be placed at all horizontal and vertical bends , all
horizontal points of curvature, tangency, and reverse curvature, horizontal
tees (excluding fire hydrant taps), cleanout wyes, blowoff valves , end-of-
line plugs, and at other locations as shown on the plans or as deemed
appropriate by the ENGINEER.
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings , railroad crossings , crossings with major
utilities such as high pressure gas lines and fiber-optic lines , and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
b. Water Lines 12-inches and Below
Buried markers shall be placed at the end-of-line cap on all dead-end
stubouts .
Surface markers shall not be utilized for water lines 12-inches and under.
c. Sanitary Sewer Lines, All Sizes
Buried markers shall be placed at all horizontal points of curvature ,
tangency and reverse curvature if no manhole is present , and at all
stubouts.
ASC -85
PART DA -ADDITIONAL SPECIAL CONDITIONS
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings , railroad crossings, crossings with major
utilities such as high pressure gas lines and fiber-optic lines, and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
D. MEASURMENT AND PAYMENT
The cost of buried and surface sanitary sewer and water markers is subsidiary work and
the cost of same shall be included in the unit price bid for pipe complete in place as bid in
the proposal, and no other compensation will be allowed.
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS (OMITTED)
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY
(OMITTED)
DA-139 GROUTING PROCEDURE
A. Grouting Procedure For Other Than Open Cut Installations
11/02104
1. General -This section relates to grout void spaces for the following:
a. Between tunnel wall and encasement pipe
b. Between encasement pipe and carrier pipe.
2. Material
a. Approved grout mixtures are described in the special condition : Grout for Other
Than Open Cut Installations
b. Pump and accessories
c. 3" PVC pipe
3. Procedure
a. Grout between tunnel wall and encasement pipe, if distance between the tunnel
and the encasement pipe exceeds 3" as per SWFP 1150-2-1 .
i. The contractor shall use 3" PVC pipe to convey grout through the bore
pit and proposed tunnel to predetermined discharge points into the void
space. A grout delivery point is required near each end of the tunnel.
The insertion points shall be near the crown of the encasement pipe
/liner walls . The insertion points shall be placed at a maximum
increment of 25 feet.
ii. The Contractor shall bulkhead the ends of the tunnel as necessary to
grout void spaces . A permanent bulkhead is required at the end of
construction. The tunnel shall be isolated from the bore pit at the end
of the day.
iii. The Contractor shall start grouting the voids space from the middle
outward.
iv. Sound encasement pipe to determine location of void spaces. Perform
sounding as a baseline for future testing. Sounding shall be done prior
to grout installation. Record results at least at intervals of 25'.
v . Grout fill the annular space until grout comes out the next insertion
point. Cap the hole when grout continuously flows out. The cap must
ASC -86
DA-140
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
be screwed or fastened into the encasement pipe . The cap shall be
able to make a watertight seal and handle external loads . Continue
capping the holes until grout does not continue to flow to the next hole .
If the flow does not flow through the hole , sound pipe and insert the
grout in the next hole or create a new insertion point as necessary.
During the process , record the insertion points and keep a log of the
volume of grout inserted into the void space . Tests shall be performed
at a minimum 10 foot interval around the circumference .
b . Between encasement pipe and carrier pipe
i. The contractor shall use 3" PVC pipe to convey grout through the bore
pit and proposed tunnel to predetermined discharge points . One
deliver point site will be required near each end of the tunnel. The
Contractor shall connect PVC pipe to selected insert point. The
insertion points shall be placed at a maximum increment of 75 feet.
ii. The Contractor shall bulkhead the ends of the tunnel as necessary to
grout void spaces . A permanent bulkhead is required at the end of
construction . The tunnel shall be isolated from the bore pit at the end
of the day.
iii. The Contractor shall start grouting the voids space from the middle
outward .
iv . Test pipe shall also be placed in the void space . They should be offset
from the insert point at maximum increment of 75 '. The pipe shall be
left open in the void space . The test is determined to be successful , if
grout flows from void space to the bore pit. Pipe inlets are to be
located at the 50% diameter and 90% diameter vertical distance from
the flow line . Fill PVC pipe with grout and cap when tests are
successful.
v . Sound encasement pipe to determine location of void spaces . Record
results at least every 25'.
vi. Fill the annular space until grout comes out the next hole insertion point
in the crown . Cap the hole in the crown when grout continuously goes
out hole . Continue capping the holes until grout does not continue to
flow to the next hole . Create new insertion point and check holes for
grout. During the process, record the location grout discharges and
keep a time log of the volume of grout inserted into the void space .
vii. Inspect the progress of the grouting operation by sounding the carrier
pipe . Record results for tests conducted at least every 25 '. Check the
circumference of the pipe for the location of the grout.
viii. Cap the ends of tunnel. This includes the space between the water
pipe the outer limits of the tunnel.
TUNNELING (OMITTED)
ASC-87
PARTE
-
SECTION E SPECIFICATIONS
(January 1, 1978)
All materials , construction methods and procedures used in this project shall conform to
Sections E1, E2, and E2A of the Fort Worth Water Department General Contract
Documents and General Specifications, together with any additional material
specification(s), construction(s) or later revision(s). (See revisions listed on this sheet.)
Sections E 1, E2 and E2A of the Fort Worth Water Department General Contract
Documents and General Specifications are hereby made a part of this contract
document by reference for all purposes, the same as if copies verbatim herein, and such
Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as
an official record of the City of Fort Worth.
INDEX
E1 MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20, 1981, follow:
E1-2.4
E2-2 .11
Backfill: (Correct minimum compaction requirement to 95% Proctor
density and correct P.I. values as follows:
c. Additional backfill requirements when approved for use in streets :
1. Type 'B' Backfill
(c) Maximum plastic index (Pl) shall be§..
2 . Type 'C' Backfill
(a) Material meeting requirements and having a Pl of§.
or less shall be considered as suitable for
compaction by jetting .
(b) Material meeting requirements and having a Pl of Q
or more shall be considered for use only with
mechanical compaction .
Trench Backfill: (Correct Minimum compaction requirement wherever it
appears in this section to 95% Proctor density except for paragraph a.1
where the "95% modified Proctor density" shall remain unchanged .)
E-1
SECTION E100-MATERIAL SPECIFICATIONS
MATERIAL SPECIFICATIONS
January 1, 1978 (Added 5/13/90)
E100-4 WATERTIGHT MANHOLE INSERTS
E100-4 .1 GENERAL : This standard covers the furnishing and installation of watertight
gasketed manhole inserts in the Fort Worth sanitary sewer collection system .
E100-4.2 MATERIALS AND DESIGN:
a. The manhole insert shall be of corrosion-proof high density polyethylene that
meets or exceed the requirements of ASTM D1248, Category 5, Type Ill.
b. The minimum thickness of the manhole insert shall be 1/8".
c. The manhole insert shall have a gasket that provides positive seal in wet or dry
conditions . The gasket shall be made of closed cell neoprene rubber and meet
the requirement of ASTM D1056 , or equal.
d. The manhole insert shall have a strap for removing the insert . The strap shall be
made of minimum 1" wide woven polypropylene or nylon webbing , with the ends
treated to prevent unraveling . 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.
E100-4.3 INSTALLATION :
a. The manhole frame shall be cleaned of all dirt and debris before placing the
manhole insert of 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.
E-2
GENERAL CONSTRUCTION NOTES
1. Applicable design and details shall conform to "General Contract Documents and
Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the
latest revisions.
2. All horizontal blocking, cradle blocking, and vertical tie-down blocking to be in
accordance with Fig .(s) 9, 10, and 11 of the GCD.
3. Fire hydrants shall be located a minimum of 3'-0" behind the face of curb per Fig .
5GCD .
4. All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16"
and larger Fig . 4 GCD .
5. The proposed water and/or sewer mains at times will be laid close to other existing
utilities and structures both above and below the ground . The contractor shall make
necessary provisions for the support and protection of all utility poles, fences, trees,
shrubs, gas mains , telephone cables, TU cables, drainage pipes , utility services,
and all other utilities and structures both above and below the ground during
construction. It is the contractor's responsibility to notify all utility owners prior to
any construction in the area and verify the actual location of all buried utilities that
may or may not be shown on the plans . The contractor shall preserve and protect
all underground and overhead facilities and be responsible for any damage he may
cause to them . The Contractor shall contact the following at least 48 hours prior to
excavating at each location :
Fort Worth Water Department Field
Operations
Kristian Sugrim 817-212-2649 or 817-925-2271
Rick Davis 817-871-8275
Fort Worth Transportation & Public Works
Light and Signal Division
Dwayne Cox 817 -871-8100
Roger Martin 817-871-8100
Fort Worth Transportation & Public Works
(Storm Drain locates)
Gordon Couch 817-871-8100
Lone Star Gas Company (Atmos)
Texas Utility Service Company (Oncor)
Southwestern Bell Telephone Company
Texas One Call-Fiber Optics Location
(MCI, AT&T, Sprint , etc.)
Marcus Cable T.V.
Metro (214) 263-3444
817-336-2328
Enterprise 9800
1-800-245-4545
817-737-4731
6. Contractor shall verify the elevation, configuration, and angulation of existing line
prior to construction of tie-in materials. Such verification shall be considered as
subsidiary cost of project and no additional compensation will be allowed . Elevation
E-3
adjustments at connections may be made with bends, offsets, or joint deflections .
All nonstandard bends shall be made using the closest standard M.J . fittings with
the required joint deflections. (Deflections not to exceed manufacturer's deflection
per joint)
7 . Contractor shall keep at least one lane of traffic open at all times during construction
and access to all places of business and residence at all times .(Reference C6-6.5
GCD)
8 . No excavated materials, backfill materials, equipment, or supplies shall be stored
within floodways or drainage easements. (Reference C6-6 .6 GCD)
9 . Trenches which lay outside existing or future pavements shall be backfilled above
the top of the embedment with Type "C" backfill material. When Type "C" backfill
material is not suitable, at the direction of the Engineer, Type "B" material shall be
used. All backfill material shall be compacted to a minimum of 90% proctor density
by means of tamping only. Trenches which cross under existing or future pavement
shall be backfilled with 95% proctor density by jetting, tamping, or a combination of
such methods per Fig. "A".
10 . Rim elevations of the proposed sanitary sewer manholes in repaved streets are
shown as final finished grades in these plans. They shall be constructed to 15"
below final finished grade by utility contractor and adjusted by paving contractor in
accordance with Fig . M of the special contract documents. Concrete collars shall
be installed where indicated on the plans per Fig. 121 of the special contract
documents . Manhole inserts shall be installed in all standard four foot and standard
four foot drop access manholes per E-100-4 of the special contract documents .
Standard four foot diameter manholes shall be in accordance with section E2A, Fig.
103 and Fig. 104 GCD, standard four foot drop access manholes per Fig. 107 GCD,
and shallow manholes per Fig . 106 GCD.
11. The top of the water lines shall be a minimum of 3'-6" below the top of the curb for
12" and smaller mains except where otherwise shown on these plans .
12 . All water meters shall be placed or relocated 3'-0" behind the face of the proposed
curb or as directed by the Engineer.
13. All existing water services shall be replaced with 1" minimum copper tubing unless a
larger size is indicated on the plans. Corporation stops shall be fully opened prior to
trench backfill. Curb stops with lock wings shall be tested for full flow when the
system is pressure tested .
Extend 1" water services to those lots where no water services have been extended
to . Locate these services at normal locations or as directed by the Engineer.
a. The normal location of water service lines shall be 5' east or north of the
center of the property frontage.
b . For 40' or less lot frontage, all water services shall be placed 18" from the
east or south property line.
14 . All sanitary sewer services encountered shall be replaced to the property line as
directed by the Engineer.
E-4
SECTION E1-18A-REINFORCED PLASTIC WATER METER BOXES
E1 .18A.1 SCOPE: This specification covers three types of water meter boxes , Type A
and B, and Type C.
E 1.18A 1.1.1 Class A Standard Meter Box: Intended for use with services
ut ilizing 5/8 " X %", %" and 1" meters .
E 1.18A.1 .2 Class B Standard Meter Box: Intended for use with services
utilizing 1-1 /2 " and 2" meters .
E 1.18A.1 .3 Class C Standard Meter Box : Intended for use with serv ices
utilizing two 5/8 " X %" or%" meters.
E1 .18A.2 CONSTRUCTION : Reinforced plastic water meter boxes and iron cover lids
under this specification will include three specific sizes of a rectangular shape . Those
three sizes will be referred to us:
CLASS 'A ', 11 " x 18 " Box , 12 " high
CLASS 'B', 15 .25 " x 27" Box , 12 " high
CLASS 'C', 18 " x 16 ' Box , 12 " high
E1 .18A.3 REINFORCED PLASTIC METER BOX SPECIFICATION
The meter box sha ll be constructed of Linear Medium Density Polyethylene (LMDPE) as
defined in ASTM D-883-95A and have a min imum wall thickness of .500 ". The exterior
shall be black to provide UV protection . Boxes shall be able to withstand a m inimum
15 ,000 ponds vert ical load and shall withstand a minimum 400 pounds sidewall load.
The meter box exterior shall be free from seams or part ing lines and all edges and
corners are to be smooth and free from sharp edges so the unit can be handled safely
without gloves .
E1 .18A.4 IRON METER BOX LID SPECIFICATION
The meter box lids are to be made of cast iron according to ASTM A48-84 , Class 308 or
ductile iron according to ASTM A-536 . The lids shall withstand a minimum vertical load
of 15 ,000 pounds. Castings are coated with a bituminous emulsified asphalt unless
otherwise specified , ground smooth, and cleaned with shot blasting , to get a uniform
quality free from strength defects and distortions . Dimensions shall be within industry
standards of plus or minus (+/-) one-sixteenth of an inch per foot. All castings will bear
the Manufacturer's IS (name or logo) and Country of Origin . Casting weights may vary
plus or minus (+/-) five percent from drawing weight per industry standards .
E-5
PARTF
Attachment to AC ORD Certificate for Burn sco Co ns truction, In c.
The term s, conditions and provi s ion s noted bel ow are hereby attac hed to th e captioned certificate as addition a l de scription of the coverage
afforded by the in surer(s). Thi s att ac hment doe s not contain a ll term s, cond iti ons, coverages or exclu s ion s co ntain ed in the policy.
INSURED
Burn sco Construction, In c.
6331 s outhwest Blvd.
Benbrook TX 76132 USA
A DDITIO NAL POLICIES
ADD'L
INSU RER
INSURER
INSU RER
INSURER
INSU RER
If a policy be low doe s not in c lud e limit inform ation , refe r to th e correspondin g policy on th e ACORD
ce1iifi cate form fo r policy limits.
POLICY NUM BER POLIC Y POLICY
I NSR I NS RD TYPE OF I NSURANCE POLICY DESCRIPTI ON EFFECTIVE EXPIRAT ION LI M ITS LTR DATE DATE
DESCRIP T IO N OF OPERA TIO NS /LOCAT IONS/VEHI CLES/EXCL USIONS ADDED BY ENDO RSEMENT/SPEC IAL PRO VIS IO NS
pri mary and non contributory basis, for all coverages except workers' compensation / waiver of
subrogation in favor of the additional i n sured with regard to all certified coverages.
Certifi cate No : 570036815835
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V .T .C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Engineering No.6258 and City of Fort Worth Project No . P253-
609170043987/P258-709170043987/City Project No. 00439.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
Inc.
Name: __ J_c~b~IY:-],~M-~-"'~rs __
Title : __ .... ]?_R."""'Ef"'--"~ .... t~Q---C:: ........ &J ........ 1 __ _
Date : __ l~d:-·~( ._D_':) ___ _
\ Before me , the undersigned authority, on this day personally appeared
Jc;,btJ BtAt:;N c,. , known to me to be the person whose name is subscribed to the
foregoing instrument, and acknowledged to me that he executed the same as the act and deed
of Burnsco Construction, Inc. for the purposes and consideration therein expressed and in the
capacity therein stated .
Given Under My Hand and Seal of Office this _l_ day of ~c... , 20 09
MARV F PANNELL
Mv Commission Expires
September 28, 2010
Bond No . 6676140
PERFORMANCE BOND
THE STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
Safe co Insurance Company
That we (I) Burnsco Construction, Inc. as Principal herein, and (2) of Amerjca • a
corporation organized under the laws of the State of (3) Washington , and who is authorized to issue surety
bonds in the State of Texas, Surety herein , are held and firmly bound unto the City of Fort Worth, a municipal
corporation located in Tarrant and Denton Counties, Texas , Obligee herein, in the sum of:
One Million Seven Hundred Fifty-eight Thousand One Hundred Forty-four and 40/100 .............................. ..
{$1,758,144.40) 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 ... y -_._---'-"--009
2009 a copy of which is attached hereto and made a part hereof, for the construction of:
Sanitary Sewer Rehabilitation Contract LXX {70), Part 4 on Monticello Drive, Potomac Avenue,
Williamsburg Lane, W. Jarvis Street and Two Alleyways
NOW THEREFORE, the condition of th is obligation is such , if the said Principle shall faithfully perform
the work in accordance with the plans , specifications, and contract documents and shall fully indemn ify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then
this obligation shall be void ; otherwise, to remain in full force and effect.
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 _N_ °li ...u.;-.i-~2:.::0~09~.
ATTEST:
~~ipal
6331 Southwest Blvd ., Benbrook , TX 76132
Address
A~T :
~J -:;?Yl .p--e~
(Surety) Secretary
(SEAL)
Witness as to Surety '
2711 N. Haskell Avenue #800 , Dallas , TX 75204
(Address)
6331 Southwest BLvd.
Benbrook, TX 76132
(Address)
Safeco Insurance Company of America
(Address)
NOTE : Date o f Bond must not be
prior to date of Contract
... -_ V
(I) Correct Name of Contractor
(2) Correct name of Surety
(3) State of incorporation of Surety
Telephone number of surety must be stated .
In addition , an original copy of Power of
Attorney shall be attached to Bond by
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
PAYMENT BOND
Bond No. 6676140
KNOW ALL BY THESE PRESENTS:
Safeco Insurance Company
That we, (1) Burnsco Construction, Inc., as Principal herein, and (2) nf America
___ , a corporation organized and existing under the laws of the State of(3) Washington , as surety, are
held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,
Texas, Obligee herein, in the amount of One Million Seven Hundred Fifty-eight Thousand One Hundred Forty-
four and 40/100 ................................ Dollars ($1,758,144.40) for the payment whereof, the said Principal and Surety
bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents:
WHEREAS, the Principal has entered into a certain written contract with the Obligee dated th .QY_ Z 09
___ _, 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:
Sanitary Sewer Rehabilitation Contract LXX (70), Part 4 on Monticello Drive, Potomac Avenue,
Williamsburg Lane, W. Jarvis Street and Two Alleyways
NOW, THEREFORE, THE CONDITION OF THIS 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 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said
statute, 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. NOV 3 SIGNED and SEALED this __ day of, __ 0_......::.=
Inc.
Name: John Burns
Title : President ------------Address: 6331 Southwest Blvd.
Benbrook, TX 76132
Safeco Insurance Company of America
SUREfY _
ATTEST:
Qmt'rrc -c'.1 =--~~ Name:----------
Attorney in Fact Secretary
(SE AL) Address : Safeco Plaza
Qhl 1 d:i::u. 01L /JQ
itness as to Surety
Seattle , WA 98185
Telephone Number: 800/472-5357
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
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.
Bond No . 6676140
MAINTENANCE BOND
THE ST A TE OF TEXAS §
COUNTY OFT ARRANT §
Safeco Insurance Company
That Burnsco Construction, Inc. ("Contractor"), as principal, and __ o_f_A_m_e_r_ic_a _____ _
__ _. a corporation organized under the laws of the State of Washington , ("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 Fifty-eight Thousand One Hundred Forty-
four and 40/100 .......................................................................................................... Dollars
($1,758,144.40), lawful money of the United States, for payment of which sum well and truly be made
unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs,
executors, administrators, assigns and successors, jointly and severally .
This obligation is conditioned, however, that:
WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the ~ , 2009, a copy of which is hereto attached and made a part hereof,
for the performance of the following described public improvements :
Sanitary Sewer Rehabilitation Contract LXX (70), Part 4 on Monticello Drive, Potomac Avenue,
Williamsburg Lane, W. Jarvis Street and Two Alleyways
the same being referred to herein and in said contract as the Work and being designated as project
number(s) P253-609170043987/P258-709170043987/City Project No. 00439 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 cond ition 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 (2) years ; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work 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 terms and conditions of said
Contract, these presents shall be null and vo id , and have no force or effect. Otherwise , this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract .
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this ins ent3 cuted in~ counterparts, each of which
shall be deemed an original , this __ day of ____ , A.D .2009.
ATTEST:
(SE AL)
ATTEST:
(SE AL)
effMorton
Secretary
Qk?r / ~ 2rl-c-z4-4,_ ,/
Secretary
Inc.
By :_...::::,,,.,"'-ffl'---...-.........._------.......... --
Name:---';..:;..:..;.:..:...;;;;.;;;;.a..:.=----------
Title: __ P_r_e_si_de"""'n"'""'t _________ _
Safe co Insurance Company of Ameri ca
Surety
By ~/)(A~-
Name: Lisa M.~
Title : __ A_t_to_r_ne ..... y_-i_n_-f_ac_t _______ _
Safeco Plaza
Seattle , WA 98185
Address
Libertx
Mutual.
POWER
Safeco Insurance Company of America
General Insurance Company of America
1001 4th Avenue
OF ATTORNEY Suite 1700
Seattle, WA 98154
No. 3698
KNOW ALL BY THESE PRESENTS: ----------------
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
*******************LISA M. BONNOT; DONE. CORNELL; CHRISTINE DAVIS; ROBBI MORALES; LUKE J. NOLAN, JR;
RICARDO J. REYNA; JERRY P. ROSE; Dallas, Texas**************************************************************
its true and lawful attomey(s)-ln-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar· character issued In the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this 21st
-------------dayof
March 2009
Dexter R. Legg, Secretary Timothy A. Mlkolalewskl1 Vice President
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. -FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced ;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
•en any certificate exearted by the Secretary or an assistant seaetal'y of the Company setting out,
(i) The provisions of Artlcte V, Section 13 of the By-laws, and
(ii) A copy of the power-of-attorney appointment. executed pursuant thereto, and
(ill) Certifying that said power4-attomey appointment Is in full force and effect,
the signature o( the certlfytng officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY
OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these
COfl)Orations , and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-UJWS, the Resolution and the
Power of Attorney are still In full force a!l(I effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facslmlle seal of sal otl 009
this day of
Dexter R. Legg, Secretary -
S-0974/0S 3J09
Figure : 28 TAC §1.601(a)(3)
1 IMPORTANT NOTICE
To obtain information or make a complaint:
2 You may contact Home Office Surety at
(206) 473-3799 .
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja :
Usted puede contactar a seNicio de la oficina
principal de Safeco Surety al: 206-473-3799.
3 You may call (company)'s toll-free telephone Usted puede llamar al numero de telefono
number for information or to make a complaint gratis de (company)'s para informacion o para
at: someter una queja al :
(800) 472-5357 Surety Option #7
4 You may also write to Safeco
Insurance Company at:
Safeco Plaza
Seattle , WA 98185-0001
5 You may contact the Texas Department of
Insurance to obtain information on companies,
coverages , rights or complaints at:
(800) 252-3439
6 You may write the Texas Department of
Insurance :
P .O . Box 149104
Austin , TX 78714-9104
Fax : (512) 475-1771
Web: http://www.tdi.state.tx .us
E-mail : ConsumerProtection@tdi .state .tx.us
(800) 472-5357 Surety Opci6n De #7
Usted tambien puede escribir a Safeco
Insurance Company :
Safeco Plaza
Seattle, WA 98185-0001
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companias, coberturas, derechos o
quejas al :
(800) 252-3439
Puede escribir al Departamento de Seguros de
Texas :
P .O . Box 149104
Austin , TX 78714-9104
Fa~ (512)475-1771
Web: http://www.tdi.state .tx us
E-mail : ConsumerProtection@tdi.state .tx .us
7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS:
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.
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).
8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso
This notice is for information only and does not es solo para proposito de informacion y no se
become a part or condition of the attached convierte en parte o condicion del documento
document. adjunto.
PARTG
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This Contract made and entered into this the N "'20 09 A.O ., 2009, by and between
the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton,
Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"),
and Burnsco Construction, Inc., ("Contractor"). Owner and Contractor may be referred to herein
individually as a "Party" or collectively as the "Parties ."
WITNESS ETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
Sanitary Sewer Rehabilitation Contract LXX (70), Part 4 on Monticello Drive, Potomac Avenue,
Williamsburg Lane, W. Jarvis Street and Two Alleyways
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools , appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein .
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (I 0) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 240 calendar days .
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as pr ·a ifl-tfte-Ge nerncl
OFFICIAL RECOR D
CITY SECRETARY
FT. WORTH , TX
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 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 pay ment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate , refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees , upon the execution of this Contract, and before beginning work, to make,
execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a
sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of
Chapter 2253 of the Texas Government Code, as amended .
A. If the total contract price is $25 ,000 or less, payment to the contractor shall be made in
one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has
been completed and accepted by the Owner.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed, in the
amount of the Contract, solely for the protection of all claimants supplying labor and material in the
prosecution of the work.
C. If the Contract amount is in excess of $100,000, a Performance Bond shall be executed,
in the amount of the Contract conditioned on the faithful performance of the work in accordance with the
Plans , Specifications, and Contract Documents . Said bond shall solely be for the protection of the Owner.
D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to
insure the prompt, full and faithful performance of the general guarantee contained in the Contract
Documents .
8 .
Said City agrees and binds itself to pay , and the said Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a ,
shall be One Million Seven Hundred Fifty-eight Thousand One Hundred Forty-four and
40/100 ................................................................................................................. Dollars, ($1,758,144.40).
9 .
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its
duly authorized officers in~ counterparts with its corporate seal attached.
NOVO 32009
Done in Fort Worth, Texas, this the __ day of A .O., 2009. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPROVAL RECOMMENDED :
DIRECTOR, WATER DEPARTMENT
6331 Southwest BLvd.
Benbrook, TX 76132
CONTRACTOR
&c$1oeNT
TITLE
6331 Southwest Blvd.
Benbrook, TX 76132
ADDRESS
November 1960
Revised May 1986
Revised September 1992
CITY OF FORT WORTH
FERNANDO COST A , ASST CITY MANAG E R
c ontract Authorizatio~
" } 3} os
APPROVED AS TO FORM AND
LEGALITY:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
APPENDIX A
CITY OF FORT WORTH
CONSTRUCTION SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDEX
Project: San. Sewer Rehabilitaion Contract# 70
DOE No: 6258
Fund Code:
HOLE# 1 LAB NO:
LOCATION: 4105 Monticello Dr. El4
7.00" HMAC
7.00 " Dark Brown Clay, wlgravel
7.00" Brown Clay
ATTERBURG LIMITS: LL: PL : PI: SHRKG: .0%
MUNSELL COLOR CHART: IO Yr.
UNIT WEIGHT: NIA #ICFT
HOLE#2 LAB NO:
LOCATION: 4000 Monticello Dr. Wl4
5.50 " HMAC
9.00" Dark Brown Clay, wlgravel & rocks
6 .00 " Brown Clay
A TTERBURG LIMITS: LL: PL: PI : SHRKG : .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE# 3 LAB NO:
LOCATION: 3909 Monticello Dr. El4
5.00 " HMAC
9.00 " Brown Clay, w/rock & gravel
7.00 " Dark Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: IO Yr.
UNIT WEIGHT: NI A #ICFT
104428
104429
104430
HOLE#4 LAB NO : 104431
LOCATION: 3812 Monticello Dr. Wl4
6 .00 " HMAC
10.00 " Dark Brown Clay wlgravel
5.00" Brown clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: 11.0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
2
HOLE# 5 LAB NO : 104432
LOCATION : 3705 Monticello Dr. El4
7.00" HMAC
8.00" Dark Brown Clay , w/rocks
6.00 " Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N I A #ICFT
HOLE#6 LAB NO: 104433
LOCATION : 3612 Monticello Dr. Wl4
7.00 " HMAC
8.00 " Dark Brown Clay, wlgravel
6 .00 " Brown Clay
ATTERBURG LIMITS : LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr. 613 PALE BROWN CLAY
UNIT WEIGHT: NIA #ICFT
HOLE#7 LAB NO: 104434
LOCATION: 504 Monticello D r. El4
6.50" HMAC
9 .00" Dark Brown Clay , w/rock & gravel
6 .00" Brown Clay wlgravel
ATTERBURG LIMITS: LL : PL: PI : SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE # 1 LAB NO: 104435
LOCATION: 10 0 Williams burg Lane Wl4
9 .25 " HMAC
6.00 " Bro wnish Tan Sandy Clay, wlgravel
6 .00 " Brown Clay
ATTERBURG LIMITS : LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE#2 LAB NO: 104436
LOCATION : 12 1 Wi lli amsbu rg Lane Cl4
5.00" HMAC
10.00" Brownish Tan Sandy Clay, w/rocks
6 .00" Brown Clay wlgravel
ATTERBURG LIMITS : LL: PL: PI: SHRKG : .0%
MUNSELL COLOR CHART : 10 Yr.
UNIT WEIGHT: NIA #ICFT
3
HOLE # 3 LAB NO : 104437
LOCATION: 201 Williamsburg Lane El4
5.50 " HMAC
9.00" Brownish Tan Sandy Clay, w/rock & gravel
7 .00 " Lt. Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE #4 LAB NO: 104438
LOCATION: 216 Williamsburg Lane Wl4
6 .50" HMAC
9.00" Brownish Tan Sandy Clay, wl gravel
6.00" Lt. Brown Clay
ATTERBURG LIMITS : LL: PL : PI: SHRKG: .0 %
MUNS E LL COLOR CHART : 10 Yr .
UNIT WEIGHT: NIA #I CFT
HOLE# 1 LAB NO: 104439
LOCATION: 3600 Potomac Ave El4
4.00" HMAC
6.00" Grayish Stabilizer
6.00 " Brown Sandy Clay wlrocks & gravel
6 .00" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG : .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE#2 LAB NO : 104440
LOCATION: 3616 Potomac Ave Cl4
4.50" HMAC
6 .75 " Grayish Stabilizer
5.50" Brown Sandy Clay wl rocks & gravel
6 .75 " Lt. Brown Clay
ATTERBURG LIMITS : LL : PL: PI : SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NIA #ICFT
HOLE#3 LAB NO : 104441
LOCATION : 3636 Potomac Ave. Wl4
3.25 " HMAC
6.50" Grayish Stabilizer
6 .75 " Brown Sandy Clay w/rocks
6 .50" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
4
HOLE#4 LAB NO: 104442
LOCATION: 3716 Potomac Ave. El4
3.50" HMAC
6.25" Grayish Stabilizer
6.75" Brown Sandy Clay w/rocks
7.00" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL: PI : SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NIA #ICFT
HOLE# 5 LAB NO: 104443
LOCATION: 3700 Potomac Ave. Cl4
4.00" HMAC
6.25" Grayish Stabilizer
7.00 " Brown Sandy Clay wlrocks & gravel
6.00" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NIA #ICFT
HOLE# 6 LAB NO: 104444
LOCATION: 3811 Potomac Ave. Wl4
2.25" HMAC
6.00" Grayish Stabilizer
7.00" Brown Sandy Clay w/rocks & gravel
7.50" Lt. Brown Clay
A TTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NIA #ICFT
HOLE# 7 LAB NO: 104445
LOCATION: 3917 Potomac Ave. El4
3.25" HMAC
6.50" Grayish Stabilizer
6.25" Brown Sandy Clay wlrocks & gravel
6.50" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: IO Yr.
UNIT WEIGHT: NI A #ICFT
Approval:
Ryan Jeri
Date Tested: 7/14/09-7/17/09
Requested by: Liam Conlon
Tested by: Soil Lab
Routing:
Superintendent
Inspector
File
5
CITY OF FORT WORTH
CONSTRUCTION SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDE X
Project: Sanitary Sewer Rehabiliati o n Contract #70
DOE No: 6258
Fund Code: 01/02
HOLE # 1 LAB NO: 10 4 472
LOCATION : 4637 Hought o n Ave S /4
1 .75" HMAC
5 .2 5" Gray ish Stabilizer
8.00" Lt . Brown Sandy Clay, w/ro ck & gravel
6 .00" Light Brown Sandy Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 2 LAB NO: 104473
LOCATION: 4600 Houghton Av e N/4
1 .75" HMAC
5.50" Gray ish Stabilizer
7. 75" Lt . Brown Sandy Clay , w/ro ck & grav el
7.00" Light Brown Sandy Clay
ATTERBURG LIMITS : LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr .
UNIT WEIGHT: N/A #/CFT
HOLE # 3 LAB NO: 104474
LOCATIO N : 4 1 1 Mon ti ce llo Dr C/4
6 .25 " HMAC
6.50" Gray ish Stabilizer
6 .75" Br own Clay , w/rock & gravel
5 .2 5" Light Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG : o~ • 0
MUNSELL COLOR CHART: 10 Yr .
UNIT WEIGHT : N/A #/CFT
HOLE# 4 LAB NO: 104475
LOCATION: 3 3 3 7 Boland S t. C/4
4 . 2 5" HMAC
5. 50" Gray ish Stabilizer
6. 75" Lt . Brown Sandy Clay , w/rock & grav el
6 .00 " Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: 11.0 %
MUNSELL COLOR CHART: 10 Yr.
UNIT WE I GHT: N/A #/CFT
2
HOLE# 5 LAB N0:104476
LOCATION: 50' N of 4th St. @ Arch Adams C/4
8. 00" HMAC
7. 50" Orange Brown Clay w/rocks & gravel
7.25" Orange Brown Clay
ATTERBURG LIMITS: LL: PL : PI: SHRKG: os-• 0
MUNSELL COLOR CHART: 10 Yr .
UNIT WEIGHT: N/A #/CFT
HOLE # 6 LAB NO : 104477
LOCATION: 400 Bailey Ave W/4
4 .75" HMAC
5 .50" Gray ish Stabilizer
7.25" Lt. Brown Sandy Clay , w/rock & gravel
6.50" Lt. Brown Sandy Clay
ATTERBURG LIMITS: LL : PL: PI: SHRKG: os-• 0
MUNSELL COLOR CHART : 10 Yr . 6/3 PALE BROWN CLAY
UNIT WEIGHT : N/A #/CFT
HOLE# 7 LAB NO: 104478
LOCATION: 500 Bailey Ave E/4
4. 50" HMAC
5 .25" Gray ish Stabilizer
7 . 00" Lt. Brown Sandy Clay , w/rock & grav el
6 . 50" Lt. Brown Sandy Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: os-• 0
MUNSELL COLOR CHART : 10 Yr .
UNIT WEIGHT : N/A #/CFT
HOLE # 8 LAB NO: 104479 ~
LOCATION: 450 Barden St. C/4
2.25" HMAC
6.50" Gray ish Stabilizer
7.25" Brown Sandy Clay, w/rock & grav el
6.50" Brown Sandy Clay
ATTERBURG LIMITS: LL : PL: PI: SHRKG: os-• 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 9 LAB NO: 104480
LOCATION: 451 University Dr E/4
7 . 75" Concrete
8 .50" Lt. Bro wn Sandy Cl a y w/rocks & grav el
8 . 00" Dark Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHR KG : 0 9-• 0
MUNSELL COLOR CHART : 10 Yr.
UNIT WEIGHT: N/A #/CFT
3
HOLE # 10 LAB NO: 104481
LOCATION: 300 University Dr. W/4
10 .00" Concrete
7.00" Lt. Brown sandy clay w /rocks & gravel
7.00" Dark Brown clay w rock
ATTERBURG LIMITS : LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
LOCATION MAY HAVE BEEN A WATER LINE BREAK BEFORE
HOLE # 11 LAB NO: 10448 2
LOCATION: 104 College St. C/4
2.50" HMAC
4. 75" Grayish Stabilizer
8.25" Lt. Brown Sandy Clay, w/rock & gravel
7.00" Lt. Brown Sandy Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr .
UNIT WEIGHT: N/A #/CFT
HOLE # 12 LAB NO: 104483
LOCATION: 112 Lipscomb St. C/4
2 .25" HMAC
5.75" Grayish Stabilizer
8.25" Lt. Brown Sandy Clay, w/rock & g r avel
7 .00" Lt. Brown Sandy Clay
ATTERBURG LIMITS : LL: PL: PI: SHRKG: Oll-• 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 13 LAB NO : 104484
LOCATION : 900 w. JARVIS S/4
4.00" Sand & gravel
5 .25" Grayish Stabilizer
7 .00" Lt. Brown Sandy Clay , w/rock & grav el
7.00" Dark Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 14 LAB NO: 104485
LOCATION: 800 w. Jarvis C/4
4. 00" Sand & GRAVEL
5.50" Grayish Stabilizer
7 .50" Lt. Brown Sandy Clay , w/rock & grav el
7.25" Dark Brown Clay
ATTERBURG LIMITS: LL: PL : PI: SHR KG: o~ • 0
MUNSELL COLOR CHART : 10 Yr .
UNIT WEIGHT : N/A #/CFT
4
HOLE # 15 LAB N0:104486
LOCATION: 8 1 7 w. Jar vi s S t . N/4
4 . 00" Sand & GRAVEL
4. 75" Grayish Stabilizer
7 .25" Lt. Brown Sandy Clay, w/ro ck & gravel
7.50" Dark Brown Sandy Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG : og.. • 0
MUNSELL COLOR CHART : 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 1 LAB NO: 104487
LOCATION: 2 1 12 Montgome ry S t . C/1
3 . 50" HMAC
6 .50" Concrete
7. 00" Dark Brown Clay, w/gravel
4 . 00" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL: P I: SHRKG: og.. • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 2 LAB NO: 104488
LOCATION: 3707 Tulsa Way E/4
4.50" HMAC
5 . 00" Concrete
7 . 00" Yellowish Brown sandy Clay, w/rocks
5. 00" Brown Clay w/gravel
ATTERBURG LIMITS: LL: PL: P I: S HRKG: og.. • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 3 LAB NO : 104489
LOCATION: 3616 Tulsa Way C/1
6. 00" HMAC
5.50" Concrete
7. 00" Lt. Brown sandy Clay, w/grave l
4 . 00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRK G : og.. • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 4 LAB NO: 104490
LOCATION: 3600 Tulsa Way W/4
7 . 00" HMAC
4 . 75" Concrete
6.00" Lt. Brown sandy Clay, w/rocks
5.00" Brown Clay w/gravel
ATTERBURG LIMITS: LL : PL: PI: SHRKG: og.. • 0
MUNSELL CO LOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
5
HOLE# 5 LAB NO : 104491
LOCATION: 1529 Owasso St . E/4
3. 00" HMAC
4. 0 0" Concrete
8 . 00" Yellowish Brown Clay , w/gravel
6. 0 0 " Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT : N/A #/CFT
HOLE # 6 LAB NO: 104492
LOCATION:1500 Owasso St. W/4
4. 00" HMAC
4. 00" Concrete
9. 00" Yellowish Brown Clay, w/gravel
5.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: S HRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 7 LAB NO: 104493
LOCATION : 4200 El Campo Av e S/4
3. 50" HMAC
5.00" Concrete
8 .00" Orange Sandy Clay, w/gravel
5.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE# 8 LAB NO : 104494
LOCATION: 4100 El Campo Ave N/4
4. 00" HMAC
5. 00" Concrete
8.00" Orange Sandy Clay, w/rocks
4. 00" Brown Clay
AT TERBURG LIMITS: LL: PL: PI: SHRKG: o~ • 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT : N/A #/CFT
HOLE# 9 LAB NO: 104495
LOCATION: 2300 Penticost St . E/4
2. 75" HMAC
5 .50" Concrete
8. 00" Brown Clay, w/gravel
5 .00" Lt . Brown Clay
ATT ERBURG LIMITS: LL: PL: PI: SHRKG : 0 9-• 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
6
HOLE# 10 LAB NO: 104496
LOCATION: 2200 Penticost St. W/4
2. 00" HMAC
6. 00" Concrete
8. 00" Brown Clay, w/rocks & gravel
6. 00" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: 02-• 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 11 LAB NO: 104497
LOCATION: 4 90 0 Collinwood Ave. N/4
3. 75" HMAC
6. 00" Grayish Stabilization
8. 00" Dark Brown Clay, w/gravel
4. 00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: 02-• 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE# 12 LAB NO: 104498
LOCATION:5 020 Collinwo od Ave C/4
3. 00" HMAC
4.00" Grayish Stabilization
9.00" Dark Brown Clay, w/rocks
5. 00" Brown Clay w/gravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: 02-• 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 13 LAB NO: 104499
LOCATION: 5 1 00 Co llinwo od Ave S/4
4.00" HMAC
5. 00" Grayish Stabilization
7. 00" Dark Brown Clay, w/gravel
5.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: 02-• 0
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 14 LAB NO: 104500
LOCATION: 9 00 w. 13TH ST N/4
5. 50" HMAC
7. 50" Concrete
5. 00" Brown Sandy Clay, w/rock & gravel
4. 00" Lt. Brown Clay
ATTERBURG LIMITS : LL: PL: PI: SHRKG: 02-• 0
MUNSELL COLOR CHART : 10 Yr.
UNIT WEIGHT: N/A #/CFT
HOLE # 15
LOCATION: 1100 w. 13TH St. S/4
3 . 00" HMAC
8. 00" Concrete
6. 00" Brown Sandy Clay, w/gravel
4. 00" Lt. Brown Clay
ATTERBURG LIMITS: LL: PL:
MUNSELL COLOR CHART: 10 Yr .
UNIT WEIGHT : N/A #/CFT
Approval:
Ry an Jeri
Routing:
Date Tested: 7/21/09 -7/23/09
Requested b y : Liam Conlon
Tested by: Soil Lab
PI:
LAB NO : 1 0 4 501
SHRKG: og.. • 0
Superintendent
Inspector
File
7