HomeMy WebLinkAboutContract 40098Cl1Y SECRETARY V
" f -.
FORT WORTH
SPECIFICATIONS
AND
CITY SECRETARY 4cpq ~J
CONTRACTNO . d ~
D.O.E. FILE CONTRACT DOCUMENTS
CONTRACTOR'S BONDING CO. FOR
CONSTRUCTION'S COPY THE CONSTRUCTION OF
CLIENT ~:fi1AND SANITARY SEWER RELOCATIONS
FOR SH 121T CROSSING WEST OF THE HULEN
STREET BRIDGE WITHIN THE UNION PACIFIC
RAILROAD DAVIDSON YARD, PART 1 -48-INCH
WATER TRANSMISSION MAIN RELOCATION IN
ROGERS ROAD AND MOP AC ROAD
City Project No. 01332
DOE No. 6266
Water Project No. P265-603170133283
Michael J. Moncrief
Mayor
Dale A. Fisseler, P.E.
City Manager
S. Frank Crumb, P.E.
Director, Water Department
William A. Verkest, P .E.
Director, Transportation and Public Works Department
Prepared for the City of Fort Worth Water Department I) (J
2009 v~
~!;. .... ,,,,
OFFIC' '-RECORD
CITY S ;CRETARY
FT. WORTH, TX
;i1 .. ~-~-.,!.fJ',,,
-~ Kimley-Hom F.4;····· ~ ··.:tf.••,.
-
• ,... 7}X ·.•\. . and Associates, Inc. t· AARoN·K: .. AAoER .I
Texass Registration No . 928 ~ .... ¥ ..................................... :·""l
,~.. 103716 :'fjfJ
1'7)'• 0 /~ii ~.~f~!tif,1i KHA No. 061018062
M&CReview Page 1 of 2
-~
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORT WORTH
~
DATE:
CODE:
4/6/2010
C
COUNCIL ACTION: Approved on 4/6/2010
REFERENCE
NO.:
TYPE:
**C-24157
CONSENT
LOG NAME:
PUBLIC
HEARING:
60W121TUPRRP1-
CONATSER
NO
SUBJECT: Authorize a Contract in the Amount of $879, 173.00 with Conatser Construction TX, LP ,
for Water and Sanitary Sewer Main Relocations for the SH121T Crossing of the Hulen
Street Bridge within the Un ion Pacific Railroad Davidson Rail Yard , Part 1, 48 Inch Water
Transmission Main Relocation Near Rogers Road and Mopac Road (COUNC I L
DISTRICTS 3 and 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the
amount of $879 ,173.00 with Conatser Construction TX, LP, for Water and Sanitary Sewer Main
Relocations for the SH121T Crossing West of the Hulen Street Bridge within the Union Pacific
Railroad Davidson Rail Yard , Part 1, 48 Inch Water Transmission Main Relocation near Rogers Road
and Mopac Road .
DISCUSSION:
On May 12 , 2009, (M&C C-23516) the City Council authorized an engineering agreement with
Kimley-Horn and Associates , Inc., for Water and Sanitary Sewer Ma in Relocations for the SH121T
Crossi ng west of the Hulen Street Bridge within the Union Pacific Railroad Davidson Rail Yard .
This project, Part 1, provides for the relocation of the segment of a 48-inch water main that currently
exists in an i naccessible location on Colonial Park Apartments property into an accessible location
partially within Union Pacific Railroad right-of-way near Rogers Road and Mopac Road .
The project was advertised for bid in the Fort Worth Star-Telegram December 17 and December 24,
2009 . On January 7, 2010, the following bids were received:
I Bidders II Bid Amount II Time of Completion I
I Conatser Construction TX, LP II $879,173.00 II 100 Calendar Days I
I Lewis Contractors , Inc. II $922,451 .00 I
S.J . Louis Construction of TX , Ltd. $931,069 .96
Jackson Construction , Ltd . .00
AU i Contractor, Inc.
I Atkins Bros . Equipment Co., Inc.
In addition to the contract amount , $36 ,000 .00 is required for material testing and inspection and
$27 ,000 .00 is provided for change order contingencies.
M/WBE -Conatser Construction TX , LP, is in compliance with the City's M/WBE Ordinance by
committing to 10 percent M/WBE participation . The City's goal on this project is 1 O percent.
This project is located in COUNCIL DISTRICTS 3 and 9.
http://apps .cfwnet.org/council _packet/mc_review.asp?ID=l3050&councildate=4/6/2010 4/7/2 010
ADDENDUM NO. 1
CITY OF FORT WORTH
WATER DEPARTMENT
Water and Sanitary Sewer Relocations for SH 121 T crossing west of the Hulen
Street Bridge Within The Union Pacific Railroad Davidson Yard, Part 1 -48-
inch Water Transmission Main Relocation in Rogers Road and Mopac Road
City Project No. 01332, DOE No. 6266, Water Project No. P265-603170133283
Addendum No. 1. Issue Date: January 5, 2010
Bid Receipt Date: January 7, 2010
This addendum forms part of the contract documents referenced above and modifies the original Contract
Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents
(inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid.
SPECIFICATIONS
Part B -PROPOSAL
• Replace the existing Proposal Section (pages B-1 to B-9) with the attached revised proposal:
"PROPOSAL -ADDENDUM No. l" (pages B-1 R to B-9R).
o Note: Bid Item 31 was added.
Part DA -ADDITIONAL SPECIAL CONDITIONS
• Replace the first paragraph ofDA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION with
the following language.
PLANS
The intent of this project is to have the 48-inch water line relocated by April 30, 2010 and the final
completion no later than May 31, 20 I 0 . To facilitate this timeline, the Contractor shall be prepared
to submit shop drawings at the time of the bid submission. All cost associated with these
requirements shall be considered subsidiary to the project contract price and no additional payment
will be allowed. Failure to have the project substantially completed by April 30, 2010 will result in
Liquidated Damages charged at a rate of $2,000.00 per day until the project is complete.
• Remove sheets 17 through 22 and replace them with sheets 17 A through 22A.
All other provisions of the contract documents , plans and specifications shall remain unchanged .
Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid
non-responsive . A signed copy of this addendum shall be placed into the Proposal at the time of bid
submittal.
By:~,,,c.-~~-----==-----l..-L-----
ompan y:C.ooo ±se C (bVlc,.ffilW~l)(1 Lt°
S. Frank Crumb, P.E.
Director Water Department
By T:"K > UJ
Tony S olola, P.E .
Engineering Manager
Water Department
ADDENDUM NO. 1
TABLE OF CONTENTS
Notice to Bidders
Comprehensive Notice to Bidders
Special Instructions to Bidders
Minority and Women Business Enterprises Specifications
Proposal
General Conditions
Supplementary Conditions to Part C
Special Conditions
Additional Special Conditions
Special Specifications
Technical Specifications
Division 2 -Site Work
02221 Trenching, Backfilling, and Compaction
02349 Installation of Carrier Pipe in Casing
02612 Concrete Pressure Pipe Bar-Wrapped Steel Cylinder Ty pe
02615 Ductile Iron Pipe and Fittings
02641 Resilient Seated Gate Valve
02643 Air ReleaseNacuum Valve
Certificate of Insurance
Contractor Compliance with Worker's Compensation Law
Maintenance, Payment and Performance Bonds
Contract
Permit Documents
UPRR Pipeline Crossing Agreement
A
A
A
B
B
C
Cl
D
DA
E
E
F
F
F
G
Appendix A
PART A -NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Water and Sanitary Sewer Relocations for SH 121 T crossing west of the
Hulen Street Bridge Within The Union Pacific Railroad Davidson Yard,
Part 1-48-inch Water Transmission Main Relocation in Rogers Road
and Mopac Road
DOE No. 6266, City Project No. 01332
Water Project No. P265-603170133283
Addressed to City of Fort Worth , Purchasing Division , 1000 Throckmorton Street, Fort Worth, Texas ,
76102-6311 , will be received at the Purchasing Office until 1 :30 p.m., Thursday, January 7 1 2010,
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 in the office of
the Kimley-Horn and Associates , Inc ., 80 I Cherry Street, Suite 950, Fort Worth , Texas . 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 will consist of the following water line improvements :
628 LF 48 " Water Line by Open Cut, 287 LF 72" Casing and 48 " Water Line by Other than
Open Cut, and 51 LF 12 " Water Line
The improvements included in this project must be performed by a contractor who is pre-qualified by
the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in
the "Special Instructions to Bidders (Water Department)".
For additional information, please contact Mr. Liam Conlon, Project Manager, City of Fort Worth-
Water Department at (817) 392-6824, Mr. Carl T. DeZee, P.E., Project Manager, Kimley-Horn and
Associates, Inc., at (817) 335-6511 or Mr. Aaron K. Rader, P.E ., Engineer, Kimley-Horn and
Associates, Inc., at (817) 335-6511 .
Advertising Dates:
December 17, 2009
December 24, 2009
Fort Worth , Texas
PART A-COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Water and Sanitary Sewer Relocations for SH 121T crossing west of the
Hulen Street Bridge Within The Union Pacific Railroad Davidson Yard,
Part 1 -48-inch Water Transmission Main Relocation in Rogers Road
and Mopac Road
DOE No. 6266, City Project No. 01332
Water Project No. P265-603170133283
Addressed to City of Fort Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth , Texas,
76102-6311, will be received atthe Purchasing Office until 1 :30 p.m., Thursday, January 7, 2010,
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 in the office of
the Kimley-Hom and Associates, Inc., 801 Cherry Street, Suite 950, Fort Worth, Texas. 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"Vemon 's Annotated Civil Statutes " of
the State of Texas with respect to the payment of prevailing wage rates and City Ordinance no. 7400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the
employment practices.
Bid security is required in accordance with paragraph 2 of the Special Instructions to Bidders.
The major work will consist of the following water line improvements:
628 LF 48" Water Line by Open Cut, 287 LF 72" Casing and 48" Water Line by Other than Open Cut,
and 51 LF 12 " Water Line
Included in the above will be all other miscellaneous items of construction as outlined in the
Plans, General Contract Documents and Specifications. The improvements included in this
project must be performed by a contractor who is pre-qualified by the Water Department at the
time of bid opening. The procedure for pre-qualification is outlined in the "Special Instructions
to Bidders (Water Department)".
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 ofninety (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 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 Associates, Inc. at (817) 335-
6511.
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
document at any time . Bidders must complete the proposal section(s) and submit the complete
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.
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, Mr. Carl T. DeZee, P.E., Project Manager, Kimley-Hom and
Associates, Inc ., at (817) 335-6511 or Mr. Aaron K. Rader, P.E., Engineer, Kimley-Hom and
Associates, Inc., at (817) 335-6511.
DALE A. FISSELER, P.E.
CITY MANAGER
By ~ TonyShoio1a
Advertising Dates:
December 1 7, 2009
December 24, 2009
Fort Worth, Texas
Water Department
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation : a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids .
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received .
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received. Failure to notify shall not be a waiver of any necessary prequalification.
2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas.
In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have
obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required herein .
3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required , Reference C 3-3.7.
09/10/04 1
4 . WAGE RATES:
Section C3-3.13 of the General Conditions is deleted and replaced with the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code.
Such prevailing wage rates are included in these contract documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to
each worker. These records shall be open at all reasonable hours for inspection by the City. The
provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C
-General Conditions, pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258 , Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times.
5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas .
7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located .
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications . The failure of a nonresident contractor to do so will automatically
disqualify that bidder .
8 . PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-
five (45) calendar days after completion and acceptance by the City.
9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms, conditions
09 /10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with , or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will
defend , indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts . A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR 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.
09 /10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d . The warranty period shall begin as of the date that the final punch list has been completed.
e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days .
09/10/04 4
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 oal is not applicable .
POLICY STATEMENT
It is the poli cy of the City of Fort Worth to ensure the full and equitable part ic ipat ion by Mino rity 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 Ente rprise O rdinance apply to this bid.
M/WBE PROJECT GOALS
The City's M/WBE go a l on th is proje ct is 10 % of t he tota l b id (Base bid appl ies to Parks and Commun ity 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
met or exceeded :
2. Good Faith Effort and Subcontractor
Utilization Form , if part icipation is less than
stated oal :
3 . Good Faith Effort and Subcontractor
Utilization Form , if no M/WBE participation:
4. Prime Contractor Waiver Form , if you will
perform all subcontractin /supplier work :
5. Joint Venture Form , if ut ili ze a joint venture
to met or exceed oal.
received by 5:00 p .m., five (5) City bus iness days after the bid
o enin date , exclusive of the bid openin date.
received by 5:00 p.m ., five (5) City bus iness days after the bid
opening date , exclusive of the bid opening date .
received by 5:00 p .m ., five (5) City bus iness days after the bid
openin date , exclusive of the bid openin date .
rece ived by 5 :00 p .m., five (5) City bus iness days after the bid
openin date , exclusive of the bid openin date .
received by 5 :00 p .m ., fi ve (5 ) City bus i ness days after the b id
openin date , exclus ive of the bid open i n 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 --.....,..---City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
PRIME COMPANY NAME: Check applicable block to describe prime
Q-+~e I" CDYl~Yi ,· Y1 1X L...-P M/W/DBE NON-M/W/DBE
BID DATE
0 1 c).oJO
City's M/WBE Project Goal : Prime 's M/WBE Project Util ization :
I b % /0.J__ %
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 counties .
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a d irect
payment from the prime contractor to a subcontractor is considered 1 st 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 with in the Marketplace , that have
been determ ined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway div ision . Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease aQreement.
Rev . 5/30/03
FORT WORTH
~
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of statu s; i.e ., Minority , Women and non-M/WBEs.
Please list M/WBE firms first , use additional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T
n
Company Name i N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
-r fl,t.c.,,/L j rii ...... 6 '5%1 4Do,00
ROB ERT GRANADOS TR UC KI NG v ,. ti~ 1,v I Q_f; 5412 Kingslink Circ le I Fort Worth, Texas 76135 Su <pl LAS
(817) 237-3520
Co ne,,r .e-4 ,e_ '(/, d-"51 300-0D
C O WTO WN R E DI-M I X Red i
PO Box 162327 ,All j .)( Fort Wort h, Texas 76161 I v /
V (8) 7) 759-) 919 f (8) 7)759-) 7) 6
JY"Qt+>G ~ ;).., 000· 6 O Roadrunner Traffic Supply, Inc . Cor1-t vol
3200 Marquita Dr ive Sl1ppJres Fort Wo rth, Texas 76 11 6 I V /
phone : 8 17-244-0305
fax: 817-244-4819
,
Eb Lf >000·
()0 r:-u ,e_,;J
SUN C O AST R ES O U RCES I NC.
Teri Bateman
PO Box 97232 1 I vv
Da ll as, Texas 75397
V (800)677 -3835 x655
-p; rpe, -:Pipe.
$ JgJ, 4DD· oo
HD SU PPLY W AT E RWORKS, Ltd .
~i t+i ~S-.r
v \)O\\Jt~ PO Box 84 0700 I V
D a ll as, Texas 75284
(8 17) 595-0580
Aspm 1 +. 4> J, (oOD· ou
JLB Contracting, LLC
V PO Box 24 13 1 I V
F o rt W o rth, T exas 76124
(8 17) 26 1-299 1
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
SUBCONTRACTOR/SUPPLIER T n
N T Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D V',
Telephone/Fax r B B R 0 B E E C T E
A
'+>~pf 1BP€... $cJ. J DO· o o RINKER MATERIALS / {i .W, ~c; ~ ' PO Box 730197 V
Dallas, Texas 753 73 --0197 I 'Joi Iv-er;.
(817) 491-4321
Rev . 5/30/03
FORT WORTH
-~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
ATTACHMENT 1A
Page 4 of 4
'39 t--Joo.00
IS& J OD · oO
I
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ ~ 'l 5 ?::DO. o o
l
The Contractor w ill not make additions, deletions, or substitutions to this cert ified 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 . 1"he contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanat ion is not submitted, it will affect the final compliance determination.
By affix ing a signature to th is form , the Offerer further agrees to provide, directly to the City upon request ,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners , principals, officers , employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determ ination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Printed Signature
Title ~ontact Name/Title (if different) nron e_ v o.,e
Company Name Telephone and/or Fax
'
Address
Li,e (( Ye Cg CO(pci-SQ (. U) yY)
dd ess
~<-t Wo,ili. ,x
Date I 0 1 / O 'l / d0 I 0
City/State/Zip
Rev . 5/30/03
FORT WORTH -........, .•. ~
City of Fort Worth
Prime Contractor Waiver Form
PRIM E COMPANY NAME:
PROJECT NAME :
City 's M/WBE Project Goal : PROJECT NUMBER
%
ATIACHMENT 18
Page 1 of 1
Check applicable block to describe
prime
I M/W/DBE I I NON-M/W/DBE
BID DATE
If both answers to th is form are YES , do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided , if applicable . If the answer to either question is
NO , then you must complete ATTACHMENT 1C . This form is only applicable if .both answers are yes .
Failure to· complete this form in its entirety and be· received by the Managing ·oepartment on or before ·s:oo·"
p.m., five (5) City business days after bid .opening; exc.lusive of the bid opening date, will result in the bid
_being considered non-responsive to bid specifications. ·; .. /; ." ; < · ··-· · '· · ·::.f-
Will you perform this entire contract without subcontractors? YES
If yes , please provide a detailed explanation that proves based on the size and scope of this project , NO this is your normal business pract ice and provide an operational profile of your business .
Will you perform this entire contract without suppliers? YES
If yes, please prov ide a detailed explanation that proves based on the size and scope of this project ,
this is your normal business practice and provide an inventory profi le of your business . NO
The bidde r further agrees to provide , directly to the City upon request , complete and accurate information
regard ing actual work performed by all subcontractors , including M/WBE(s) on this contract, the payment therefore
and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also
agrees to allow an audit and/or examination of any books , records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for in itiat ing action under Federal , State
or Local laws concerning fa lse statements . Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offerer and barred from participating in City work for a
period of time not less than one ( 1) year .
Au t horized Signatu re Printed Signature
T itle Contact Name (if different}
Company Name Phone Number Fax Numbe r
A dd ress Email Address
C ity /St ate/Zip Date
Rev . 5/30/03
FORT WORTH ._, •. City of Fort Worth
Good Faith Effort Form
ATTACHMENT 1C
Page 1 of 3
PRIME COMPANY NAME : Check applicable block to describe
CoY\a--\s-e < <lA.. t., i ,' On IJ( L M/W/DBE NON-M/W/DBE
PROJECT NAME: Wid-er ~ Q...eloc..a+i'OY1s 5+11J-1 T.fbtt /1--------..w.------1
48'' L.A)ct,4-e r ivonsvnfssf DVJ ma,·V\ '2..-e.locat-1d s100ArE 01
City's M/WBE Project Goal: PROJECT NUMBER
JD % J)o E JJO. {pc)-
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or
knowing misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid
opening date, will result i n the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"a tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
1r
Rev . 05/30/03
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
-6es Date of Listing /;)., I 623 /OC/
__ No
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
_Lv es (If yes, attach M/WBE mail listi ng to include name of firm and address and a dated copy of letter mailed.)
__ No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
___Lves
__ No
(If yes, attach list to include~ of M/WBE firm , person contacted, phone number and date and time of contact.)
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but n_ot less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the M/WBEs?
_LYes
__ No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide .
dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection
of any relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
~Oo ' I Pr') ~ 0 1 I'\ , n1/1a r" Y/1 -
Rev . 05/30/03
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further expla i n your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will be contacted and the reasons for not using them will be verified by
the City's BE Offic
Printed Sig ature
~ y(l-Q__
Title Contact Name and Title (if different)
~{)rx:\-S-O c Uiro\:nuj IM':1::X 1 ~ '611 ,5:y_/, 11743 ?:)l -6~4 "'-155 t,
Company Name Phone Number Fax Number
fb~i 164W ~
~ress ~ ~ Wci±Y1 -(x I l, 11 q
City/State/Zip t
. i;;.e (( 'i ~r. {_J)m__
ail Ad ess
0' / C)'J / ciO l D
Date I I
Rev. 05/30/03
FORTW"ORTH
. ._,, • a ---CITY OF FORT WORTH
Joint Venture Eligibility Form
All qu estions must be answered; use "NA" if applicable.
Joint Venture
Page 1 of 3
Name of City project:------.,-,-----::----------------------------
A joint ve nture fo rm mu st be comp le ted on each project
1. Joint venture information :
Joint Venture Name :
Joint Venture Addres s:
(If app licab le)
Telephone :
Ce llular :
RFP/Bid/Purchasing Number: ---------------
Facsim ile : E-mail addre ss:
Identify the firms that comprise the joint v enture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
M/WBE firm Non-M/WBE
name : firm name:
B usin ess A ddress : B us in ess Address :
C ity, State, Z ip : C ity , State, Zi p :
Tele ph one Facs imi le E-m ai l Te le ph o ne Facsimil e
Cellul ar Cellular
Certification Statu s : E-m ai l addre ss
Nam e of Certifying Agency:
Describe the sco e of work of the non-M/WBE:
Rev . 5/30/03
Joint Venture
Page 2 of 3
3 . W hat is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meetin g the project goal?
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not comp lete if th is informat ion is descr ibed in joint venture agree ment)
Profit and Jo ss sharing:
Capital contributions , including
equipment:
Oth er applicable ownership interests :
6. Identify by name, race, sex and firm those individuals (w ith title s) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payabl e and Rece ivabl e):
Management decisions :
a. Estim ating
----------------------------------------------b. Mark etin g and Sa les
----------------------------------------------
C. Hiring and Firing of management
personnel
----------------------------------------------d. Purchasing of major equipment
an d/or suppl ie s
Supervi s ion of fi eld operations
The City 's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form .
NOTE:
From and after the date of project award , if any of the participants, the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information , then the participants must inform the City's
M/WBE Office immediately for approval. 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 City's M/WBE Ordinance .
Rev . 5/30/03
Joint Venture
Paae 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work , decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Fai lure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth . Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibi lity and may initiate action under Federal, State and/or Local laws/ordinances concerning fa lse
__ statements or willful misre.P!esentation of facts. ___________ -------------------------------------------------------------------
Name ofM/WBE firm Name of non-MJWBE finn
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
No tariza tio n
State of ___________________ County of ______________ _
On this _____________ day of _______ ~ 20 __ , before me appeared
______________________ and ____________________ _
to me personally known and who, being duly sworn , did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as thei r free act and deed .
Notary Public-------------------------
Print Name
Notary Public-------------------------
Signature
Commission Expires ________________________ _ (sea l)
Re v . 5/3 0/03
January 7, 2010
City of Fort Worth
CONATSER CONSTRUCTION TX, LP
P .O . Box 15448
Fort Worth, Texas 76119
(817) 534-1743 fax (817) 534-4556
Disadvantaged Business Enterprise
1000 Throckmorton Street
Fort Worth, Texas 76102
RE: WATER AND SANITARY SEWER RELOCATIONS FOR SH121T
Crossing West of the Hulen Street Bridge within the Union Pacific
Railroad Davidson Yard, Part 1 -48 Inch Water Transmission
Main Relocation in Rogers Road and Mopac Road
Water Project No. P265-603170133283
DOE No. 6266
City Project No. 01332
In the City of Fort Worth, Texas
Below is a list of responsible Subcontractor/Supplier quotes received on the referenced project.
These quotes reflect having a complete bid, insurance, and quoting on or before 5:00 p.m. at least
day prior to bid opening.
Pipe, Fittings & Valves
1) HD SUPPLY WATERWORKS, Ltd. $182,400.00 817-595-0580
No M/WBE bids received.
2) Rinker Materials
No M /WBE bids received. $2,100.00 817-491-4321
Asphalt
1) JLB Contracting $1,600.00 817-261-2991
No M /WBE bids received.
The above information is strictly confidential and must not be bound to the Contract Documents.
Re spectfully Submitted,
CONATSER CONSTRUCTION TX, LP
December 23 , 2009
Conatser Construction TX, LP
P. 0. Box 15448
Fort Worth, Texas 76119
(817) 534-17 43
FAX : (817) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00321201
We are soliciting bids from Certified and Approved M.B.E. and W .B .E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
WATER AND SANITARY SEWER RELOCATIONS FOR SH121T
Crossing West of the Hulen Street Bridge within the Union Pacific
Railroad Davidson Yard, Part 1 -48-Inch Water Transmission
Main Relocation in Rogers Road and Mopac Road
Water Project No. P265-603170133283
DOE#: 6266
City Project#: 01332
PROJECT BID DATE: January 7, 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas.
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon 's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids
will be considered non-responsive .
We appreciate your interest in this project and look forward to working with you in the future. If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556.
Mark Pappas
Vice-President
December 23, 2009
Conatser Construction TX, LP
P. 0. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
FAX: (817) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00179102
We are soliciting bids from Certified and Approved M.B.E. and W.B.E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
WATER AND SANITARY SEWER RELOCATIONS FOR SH121T
Crossing West of the Hulen Street Bridge within the Union Pacific
Railroad Davidson Yard, Part 1 -48-Inch Water Transmission
Main Relocation in Rogers Road and Mopac Road
Water Project No. P265-603170133283
DOE#: 6266
City Project#: 01332
PROJECT BID DATE: January 7, 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas.
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids
will be considered non-responsive .
We appreciate your interest in this project and look forward to working with you in the future. If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556.
Mark Pappas
Vice-President
I
December 23 , 2009
Conatser Construction TX, LP
P. 0. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
FAX: (817) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00162306
We are soliciting bids from Certified and Approved M.B.E. and W .B .E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
WATER AND SANITARY SEWER RELOCATIONS FOR SH121T
Crossing West of the Hulen Street Bridge within the Union Pacific
Railroad Davidson Yard, Part 1-48-Inch Water Transmission
Main Relocation in Rogers Road and Mopac Road
Water Project No. P265-603170133283
DOE#: 6266
City Project#: 01332
PROJECT BID DATE: January 7, 2010
Specifications and Contract Docwnents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas.
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278 , as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices .
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids
will be considered non-responsive.
We appreciate your interest in this project and look forward to working with you in the future . If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556.
Mark Pappas
Vice-President
DBE
DBE ID# FIRM ADDRESS CITY STATE ZIP PHONE FAX LETTER
December 23, 2009
00162306 A E l 1107 Arwine Court , Suite #100 Eul ess TX 76040 (8 17) 268-138 1 (817) 268-1921 y
00162306 B20 En v ironment a l, In c . 3 10 3 C lea r Lake Court Arlington TX 760 17 (8 17) 467-7006 (817) 465-6 14 9 y
00162306 DFW ln trastruct ure, Inc . 4913 Briar Patch La ne Burleson TX 76028 18887399070 (817) 332-7244 y
00162306 Ma gnum Manhole & Underground Co. 3828 Cavali er Dri ve Garland TX 75042 (2 14) 687-2293 (972) 276-5318 y
00162306 NTP Plumbing & Utilities Contra ctor PO BOX21 IO Fort Worth TX 76 104 (8 17) 483-6200 (8 17) 483-6203 y
00179102 Ram Tool & Suppl y Comp any, lnc. 1432 Mac Arthur Dr. Carroll ton TX 75007 (8 17) 759-19 93 (8 17) 759-2799 y
00321201 All-Tex Pipe & Supply, In c. 5205 Elliott Reeder Road Haltom C ity TX 76 11 7 (8 17) 83 1-3 82 1 (817) 83 1-2 173 y
00321201 Ceco Sales Corporation 708 N. Main Street Fort Worth TX 76154-0 (8 17) 429-1866 (817) 332 -5 103 y ,.,,..,
00321201 LKT & Associates PO BOX 668 Melis sa TX 75454 (2 14) 544-0440 (214) 544-3684 y
00321201 Romar Suppl y, In c . 24 68 Fa b ens Road Dallas TX 75229 (2 14) 357-2020 (2 14) 357-1 398 y
00321201 Thompson Bearings & Power Tran smi ss ion LLC P O BOX 22226 1 Dallas TX 75062 (972) 8 12-0878 (972) 8 12-0877 y
00321201 THT Electri c Compan y, In c . OBA T HT 2999 N. Slemmons Frwy Lewisvi ll e TX 75077 (972) 979-3204 (469) 322-2668 y
00321201 Tower Well Resou rc es, LLC PO BOX 1641 Colleyville TX 76034 (8 17) 849-1577 (8 1 7) 485-1677 y
00321201 Winston Water Cooler, LTD. 50 14 Ma rk IV Parkway Fort Worth TX 76 10 6 (8 17) 624-9090 (8 17) 624-1 747 y
23 -Dec-09
Send Log
Status AtType PrName Date Pa ... Company Su ...
ample Fax Se1 AE I Wed 12/23/2009 2 :10 PM 2
ample Fax Se1 B20 Environmental , Inc. Wed 12/23/2009 2 :13 PM 2
ample Fax Se1 Ceco Sales Corporation Wed 12/23/2009 2:15 PM 2
ample Fax Se1 Conatser Construction , Inc. te Wed 12/23/2009 2 :17 PM 2
ample Fax Se1 DFW lntrastructure. Inc. Wed 12/23/2009 2 :18 PM 2
ample Fax Se1 LKT & Associates Wed 12/23/2009 2 :20 PM 2
ample Fax Se1 Magnum Manhole & Undergrou ... Wed 12/23/2009 2 :22 PM 2
ample Fax Se1 NTP Plumbing & Utilities Contr Wed 12/23/2009 2 :23 PM 2
ample Fax Se1 Ram Tool & Supply Company, Inc Wed 12/23/2009 2 :25 PM 2
ample Fa x Se1 Romar Supply, Inc. Wed 12/23/2009 2 :28 PM 2
ample Fax Se1 Thompson Bearings & Power Tr ... Wed 12/23/2009 2 :30 PM 2
Comple Fax Se1 Winston Water Cooler, LTD . Wed 12/23/2009 2 :34 PM 2
ample Fax Se1 All-Tex Pipe & Supply, Inc. Wed 12/23/2009 2 :36 PM 2
Comple Fax Se1 THT Electric Company, Inc. D Wed 12/23/2009 2 :38 PM 2
Failed Fax Se1 Tower Well Resources , LLC Wed 12/23/2009 2 :43 PM 2 TEL€ -u .... FRf-'r' 1''2.-_h 3,/0?
Page 1
Phone Number/Callerld
8172681921
8174656149
8173325103
8175344556
8173327244
2145443684
9722765318
8174836203
8177592799
2143571398
9728120877
817624 1747
8178312173
14 693222668
8174851677
Send Log
Page 2
From : Bertha Gi anu /is To : Inc . te Conat ser Construction
Co natser Construction , TX.,LP
T el: 817-534-1743
Fax : 817-534-4556
To : Inc. te Co nats er Constructi on
Com pany :
Fax Numbe r : 817 5344556
~Subject :
Pages including cover page : 2
MESSAGE
Date : 12/23/2009 Time : 2 :17 :08 PM Page 1 of 2
FAX COVER
From : Bertha Gianul is
Company : Conatser Construction
Fax Number : (817) 534 -4556
Time : 2 :1 0:06 PM Date : 12/23/2009
We are soliciting bids from Certified and Approve d MBE and WBE
enterprise companies for projects within the City of Fort Worth , Texas .
The following letter outlines the details .
Thank You for your interest.
Wi nF ax PRO Cover Page
Fro111 : Bertha Gianulis To : Inc . le Conatser Construction Date : 12/23/2009 Time : 2 :17 :08 PM
CONATSER C ONSTRUCTION TX ., L.P.
December 23 , 2009
P. 0 . Box 15448
Foti W orth, Texas 76119
(817) 534 -1743
(817) 534-4556
Attention : Certifie d and Ap p rove d MBE and WBE Enterprise Com panies
We are soliciting bids from Certified and Approved M.B.E . and W.B.E. Enterpri se companies who wish to
quote us sub-prices on the following project [ s ]:
WA TER AND SANITARY SE WER RELO CA TIO NS FOR SH121T
Crossing West of tl,e H,den . Street Bridge witl,in tl,e Union Pacifi c
Railroad Davidson Yard, Parl 1 -48-lncl, Water Transmissum
Main Relocation in Rogers Road and Mopac Road
W ater Project No. P265-603170133283
DOE#: 6266
City Proj ect #: 01332
PROJECT BID D AT E : January 7, 2010
Specifications and Contract Documents for this project [ s] may be obtained at the Office of Transportation
and Pub li c Works Department , Municipal Office Build ing, 1000 Throckmorton Street , Fort Worth , Texas
or can be viewed at Conatser Construction TX., L.P . 532 7 Wichita Street, Fort Worth, Texas .
All Subcontractors must have a Ce rtific ate of In surance on fil e wi th us prio r to bid submittal and must
be capable of having a Performance , Payment and Maintenance Bond.
All Subcontractors will be required to compl y with Provision 5 159 -A of "Vemon 's Annotated Civi l
Statutes " of the State of Texas with respect to the payment of prevailing wage rates and City Ordi nance No .
7278 , as amended by City Ordinance No . 7400 (Fort Worth City Co de Section s l 3-A-21 through l 3-A-29),
prohibiting discrimination in emplo yment practices .
All bids must be quoted "One W ork D ay Prior to Bid Opening ", no later than 5:00 P .M.; otherwise bids
will be considered non -responsive .
We appreciate yo ur interest in this project and look forward to working with you in the futur e. If yo u have
any quest io ns or comments regarding the above , please call me at (8 17) 534-1743. Our Fax Numbe r is
(8 17) 534-4556 .
Mark Pappas
Vice-Presi dent
Pag e 2 of 2
~··
TO : Purchasing Ma nag e r
1000 Throckm orto n Street
Fort Worth , Texas 76 10 2-6 3 11
FOR: Water and Sanitary Sewer Relocations for SH 121T crossing west of the Hulen Street
Bridge Within The Union Pacific Railroad Davidson Yard , Part 1 -48 -in c h Wa te r
Transmission Main Relocation in Rogers Road and Mopac Road
DOE No. 6266, City Project No. 01332
Water Project No. P265-603170133283
Pursuant to the foregoing "Notice to Bidders ," the undersigned has thoroughl y exami ned the p lans ,
specifications and the site , understands the amount of work to be done , and hereby propos es t o do all the
work a nd furnish all labor , equipment and materials neces sary to full y c omplete all th e wo rk as prov id e d in
the plans and specifications a nd subject to the inspection and approv al o f the Direct or, Wate r D ep a rtm e nt 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:
Pay
Item
1 a.
1 b.
CPMS
No.
BID-
00121
BID-
001 2 1
Estimated Unit
Quanti
290 L.F.
290 L.F .
Name of Pay Item with
Unit Price in Words
*Pipe -Casing-72-Inch (Steel Casing Pipe
with 48-Inch Pressure Class 150 DI Water
Pipe by Other Than Open Cut (All Depths)
(Restrained)) -Bore and Jack with Pressure
Grout -Install @
Dollars
And Cents
Per Unit
*Pipe -Casing -72-Inch (Steel Casing Pipe
with 48-lnch Bar-Wrapped Concrete Steel
Cylinder Water Pipe AWWA C303 by
Other Than Open Cut (All Depths)
(Restrained ))-Bore and Jack with Pressure
Gro ut -Install @
C:l€J€0 )..\u ~d.~ Doll ars
And NO Cents
Per Unit
Unit Bid
Price
~~i
~
$ 1100.0° I
Amount
Bid
flt)
$
~ 319 (X()Ol~ ,
*Note: Bids should be submitted for o nly one of the pip e material alterna te s a or b. Shop Draw ings for 48-inch
wate r pipe shall be submitted to the Citv with the Contractor's proposal per DA-56.
B -I R
Pay
Item
2a.
2b.
CPMS Estimated Unit
No. Quan ti
BID-646 L.F.
00609
BID-646 L.F.
00611
Name of Pay Item w ith
Un it Price in Words
*Pipe -Pressure -48-Inch (Pressure Class
150 DI Water Pipe by Open Cut (All Depths)
(Restrained) with Flowable Fill Backfill
Type 2E, DA-108 , per WTR-029M)-Install
@
Dollars
And Cents
Per Unit
*Pipe -Pressure -48-Inch (Bar-Wrapped
Concrete Stee l Cy lind er Water Pipe A WWA
C303 by Open Cut (All Depths) (Restrained)
w ith Flowable Fill Backfill Type 2E, DA-
108, per WTR-029M) -Install @
l=our Hwiio N1d t:o{~ l=1 ve__, Dollars
AndtJO Cents
Per Unit
Unit Bid
Price
/Jo
$
..t,\ l
$ l.})f!:). oo
Amount
Bid
$
$~7. ':/_?0.01> .,
*Note: Bids should be submitted for only one of the pipe material alternates a or b. Shop Drawings for 48-inch
water pi oe shall be submitted to the Citv with the Contractor's proposal oer DA-56.
3. BID -50 L.F. Pipe -Pressure -12-inch (PVC C-900 DR-
00591 14 Water Pipe by Open Cut (All Depths)
with Flowable Fill Backfill Type 2E, DA-
108 , per WTR-029M) -Install @
s) X.t':::j-Dollars
And A,)t) Cents $ ldJ.00 $ 3 coo-°0
J
Per Unit
4. BID -10 L.F. Pipe -Pressure -8-inch (PVC C-900 DR-1 4
00618 Water Pipe by Open Cut (All Depths) w ith
Flowable Fill B ackfi ll Type 2E, DA-I 08 , per
WTR-029M)-Install @
~~-\~ Dollars
And ~112 Cents $ Pi).DD $ '5DO· oo
Per Unit
5 . BID -I E.A . Valve -4-inch (Combination) Air and
00121 Vacuum Release Va Ive with Vault (Per
Detail WTR-014A) -Install @
Ex> ~e n+-e.e )J ---rhmJ. '2:ia nd Dollars
And NO Cents $ I'J, ovo.0° $ nooo-00
I
Per Unit
B-2R
Pay
Item
6 .
7.
8.
9.
10a .
!Ob.
CPMS
No.
BID-
00121
BID-
00717
BID-
00749
B ID-
00121
BID-
00569
BID -
00571
Estimated Unit
Quanti
1 E.A.
I E.A.
I E.A.
I E.A.
45 TON
1 L.S .
Valve
Name of Pay Item with
Unit Price in Words
-4-inch (Combination) Air and
Vacuum Release Valve with Vault (Per
Detail WTR-014B) -Install @
h'i:;)O hl-R ~Ol.l Ga n d Dollars
And NO Cents
Per Unit
Valve-12-inch-(Resilient Seated) Gate
Valve with Box (Per Detail WTR-002M)-
Install@
s; tS.1. :f'.:e>-.1 J-/.(L1..Jd. N.d Dollars
And J-JO Cents
Per Unit
Valve -8-inch-(Resilient Seated) Cut In
Gate Valve with Box (Per Detail WTR-
002M) -Install @
Ob!-e__ --thQu~ Vltl Dollars
And [\) 0 Cents
Per Un it
Pipe-Tapping Sleeve & 8 Inch Gate Valve -
8 Inch X 8 Inch -Install @
hv~ -rhe2u~C( n.d Dollars
And tvO Cents
Per Unit
*Pipe Fittings -Ductile Iron -Greater than
16-inch Ductile Iron Pipe -Install @
Dollars
And Cents
Per Unit
*Pipe Fittings -Bar-Wrapped Concrete
Steel Cylinder Type Fittings -Install @
E: /. ~ gn-t:1 r-\ v o... ousa od Dollars
AndNQ Cents
Per Unit
Unit Bid
Price
$ ~ OOD·oc -,
$ l1 la!X).00
$ l,CX?D·CX:
$ ':),OlO.OD
;ti" '
$
$ ~'.:5 .a:o(f)
Amount
Bid
$ /~ (XX)· 0 z;
$ [ {J,r.lJ·O 0 i
$ I QOOOD
I
$15.CCODC •
~ 't)
$
$~ ,Cf)O,Cf..
*Note: Bids should be submitted for only one of the pipe material alternates a orb. Shop Drawings for 48-inch
water pipe shall be submitted to the Citv with the Contractor's proposal per DA-56.
B - 3R
Pay
Item
11.
12.
13.
14 .
15 .
16 .
17.
CPMS Estimated Unit
No. Quan ti
BID -0.5 TON
00568
BID-665 L.F .
00443
BID-651 S .Y.
00134
BID-646 L.F.
00372
BID-1 E.A.
00367
BID-1 E .A.
00751
BID-I E.A .
01140
Name of Pay Item with
Unit Price in Words
Pipe Fittings -Ductile Iron -Less Than 16-
inch Ductile Iron Pipe -Install @
--:th :C £ :f --rhQ l,:ISCI n rl Dollars
And NO Cents
Per Unit
Pavement -2 Inch Min HMAC on 2/27
Concrete Base (Permanent HMAC
Pavement and Non-Reinforced Concrete
Base Repair Per Detail STR-028M) -
Repair @
hh·i (-t;;,J r ,·c. "'+-Dollars
I '-.J
And N '{) Cents
Per Unit
Grass -Hydromulch Seeding (Per Item D-
45) -Install@
(!)J.}Jl Dollars
And rv 0 Cents
Per Unit
Trench Safety System for Depths Exceeding
5-foot (Per Item D-26) -Install @
'tii ('e.,-e_ Dollars
And f'.J 0 Cents
Per Unit
Water -Cut and Plug Existing Water Line
(At Different Locations Other Than
Proposed Water Improvements) -Abandon
~o i& r-r:bo Id 5u n d-Dollars
And i'JI] Cents
Per Unit
Valve -Gate (Remove and Salvage Existing
Gate Valve 12-Inch and Smaller per Item
D-29) -Remove @
t::, v L W-u J--Jd \\Q.d Dollars
And 1'1Q Cents
Per Unit
Structure (Remove & Salvage Existing Air
Release Valve Per Item D-29)-Remove @
0~ \hQ\,l'2-£.J. V1 cl Dollars
And <N 0 Cents
Per Unit
B-4R
Unit Bid
Price
$ .3, Ql)V, £0
$ ,33,00
$ l-00
$ 3.00
$ 1lt0Cf)
$ f0o(:D
$ I [{))OD
Amount
Bid
$ I '5o(),oo
I
$d5d7D,01 ~ •
$ ~:51-oo
$ 1,9.:38.0ll
Ot:.
$ '.i./X:O ·
$ !::>eoPl
$~, civ.00
Pay
Item
18 .
19 .
20 .
21.
22.
23 .
24.
CPMS Estimated Unit
No. Quan ti
BID-I L.S .
01197
BID-278 L.F .
00587
BID-323 L.F .
00901
BID-1 L.S.
00711
BID-1 L.S.
00711
BID-2 E.A .
00542
BID-1 L.S.
00100
Name of Pay Item with
Unit Price in Words
Vault-Vault Construction & Concrete Work
(Raise Existing Access Manhole)-Services
@
lwel~ ~u~d I\Ld Dollars
And tvD Cents
Per Unit
Pipe -Pressure -Abandon (Existing 48-
inch Water Line Filled with Cement Slurry
Per Item DA-134)@
N iJ,Je ,:kf Dollars
And NQ Cents
Per Unit
Pipe -Abandon (Existing 24-inch Sewer
Line Filled with Cement Slurry Per Item
DA-134)@
"Thi fhy Dollars
And 1'JD Cents
Per Unit
Structure (Connections to Existing 48"
Water Line at Beginning) -Install@
~en+ 1 -rhou sa v1d Dollars
And 1',j 0 Cents
Per Unit
Structure (Connections to Existing 48"
Water Line at End) -Install@
t--{;:; Wfl + J IY1 0 \141 (1 ri, Dollars
I
And J,,.JD Cents
Per Unit
Dehole Exploratory Excavation -Study @
Sjx w kfl\X'll\id Dollars
And ND Cents
Per Unit
Stonn Water Pollution Prevention Plan < I
Ac SWPPP -Install@
Hv~ ~\uNd~d Dollars
And ND Cents
Per Unit
B -SR
Unit Bid
Price
$ I JJo.oO
)
$ qo.c0
$ 3Q.oo
$ .JOCOD·t>D ,
~DiClo·oc
$ /oco.oo
$ 5oDJHJ
Amount
Bid
$ 1,aoo.00
$ ,,.) "> /'J-ln. ()(,
~
$ :r. (/10· tD -·
$ d.0/))0· oc
$cW/iX)Ct
$ l;lOO· ,Yo
$ '(:po.OD
Pay
Item
25.
26.
27.
28.
29 .
30.
31.
CPMS Estimated U nit
No. Quantity
BID-1 L.S.
00181
BID-100 S.Y.
004 43
BID-100 L.F .
00620
BID-100 L.F .
00145
BID-150 C.Y.
00145
BID-1 L.S .
00123
BID-626 L.F .
00 442
Name of Pay Item with
Unit Price in Words
Traffic Contro l (Per Item D-8 , DA-117)-
Install@
~t,l, ,hQ!d~nd Dollars
And t::::d. D Cents
Per Unit
Pavement -2-inch Minimum HMAC on
2/27 Concrete Base (Beyond the Trench
Width)-Install @
---le1'.J Dollars
And ND Cents
Per Unit
Pipe -Pressure -Extra Depth > 1 Ft ( depth
greater than that shown in the Construction
Plans) -Install@
,:=; vL Dollars
And Al 0 Cents
Per Unit
Potentially Petroleum Contaminated
Material Handling Per Item DA-37@
ie1'J Dollars
And bJ. D Cents
Per Unit
Loading, Transportation, and Disposal of
Contaminated Soil Per Item DA-38 @ -.---l 1AJQ n+ .._l Dollars
I
And ND Cents
Per Unit
Construction Coordination within Railroad
Pennit Area (Per Item DA-129)
)We a+ '/:Tb ovS'.:l 0d Dollars
And NfJ Cents
Per Unit
Pavement-2 Inch HMAC on 6 lnch Flex
Base-Te mporary (For Traffic Control;
Sheets 19 -22) -Install
~-1 NL-Doll ars
And NO C ents
Per U nit
Unit Bid
Price
$ ~w~PD
$ IQ ,OD
$ f).oo
$ 10.00
$ c:Qo .DD
$d0fl'O·d)
$ 9.00
A mount
Bid
$ iw.oo
$ t QtJ!).00
-J
$ 500.0°
$ [,aro.oc
$ 3tcD·0
' I
$~~[ro.OZ:
$ ~c8~·~
TOT AL: "'-$ __,,3...,__7_,_Cf;~J-<-'7_,,,.3.__, _0
_
0
_
(Award of contract, if made, s ha ll be to the overall responsible low bidder.)
B -6R
List of Ductile Iron Fittings for SECTION A -WATER MAIN:
Type of Fitting
45 Degree Bend
22 Yi Degree Bend
11 Y-i Degree Bend
Tee
Plug
Plug
Plug
90 Degree Bend
Reducer
Size of Fitting
48-inch
48-inch
48-inch
48-inch x 12-inch
48-inch
24-inch
8-inch
12-inch
12-inch x 8-inch
Quantity of
Fittin s
3
6
6
I
4
4
I
1
I
Weight per
Fittin (lbs.
A
J/ t\
I .
Total Weight _______ lbs. ( ______ Tons)
B -7R
Total Weight
lbs.
' .
PROPOSAL
MATERIAL SUPPLIER INFORMATION FORM-48-inch Water Pipe
DUCTILE IRON PIPE
The DUCTILE IRON pipe and valve supplier information form bound w ith this project manual shall be
provided by the Contractor at the time that bids were submitted .
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
CONCRETE PIPE
The CONCRETE pipe supplier information form bound with this project manual shall be provided by the
Contractor at the time that bids were submitted.
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer 7
Location of plant in which pipe and fittings are to be manufactured
B -8R
PROPOSAL
Within ten ( I 0) days of notification by C ity, the undersigned will execute the formal contract and deliver
an approved Surety Bond and such other bonds as required by the Contract D_2cuments, for the faithful
performance of this Contract. The attached bid security in the amount of$ 5/o of-fo,fq [ fjd 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 dam ages for the delay and additional
work caused thereby.
If as a requirement of this project, the undersigned bidder certified that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have read and thoroughly understand all the requirements and conditions of those General
Documents and the specific Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing of referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No . 7278 as
amended by the City Ordinance No . 7400.
The bidder agrees to begin construction within IO calendar days after issue of the work order, and to
complete the contract by 100 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 and shall be in
accordance with DA-46 Recommended Sequence of Construction which requires the project to be
substantially completed no later than April 30, 2010 .
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 . I (initials)~
Addendum No . 2 (initials) ___ _
Addendum No. 3 (initials) ___ _
(SEAL) if Bidder is Corporation
Date: 0 I / 0 '] / .;lo I 0
I
B-9R
Respectfu lly submitted,
1
Title~{QS; d Q V1 t--
Addces10. Bo,( \6448
irut., u) {U:, \ -rx IU;) I °t
Telephone: C3n') 534-tz t./ 'o
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Nonresident vendors in (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. l2('
BIDDER:
Address
City/State/Zip '
tle/l°l Ti~res, c\e rl +
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
�
PART C
r
-· ..
PART C-GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987
TABLE OF CONTENTS
Cl-I DEFINITIONS Cl -I (1)
Cl-I.I Definition of Terms Cl -I (1)
Cl-1.2 Contract Documents Cl-I (2)
Cl-1.3 Notice to Bidders Cl-I (2)
Cl-1.4 Proposal Cl -I (2)
C 1-1.5 Bidder Cl -I (2)
Cl-1.6 General Conditions Cl-I (2)
Cl-1.7 Special Conditions Cl-I (2)
Cl-1.8 Specifications Cl-I (2)
Cl-1.9 Bonds Cl-I (2)
Cl-1.10 Contract Cl -1 (3)
Cl-1.11 Plans Cl-I (3)
Cl-1.12 City Cl-I (3)
Cl-1.13 City Council Cl-I (3)
Cl -1.14 Mayor Cl-I (3)
Cl-1.15 City Manager Cl-I (3)
Cl -1.16 City Attorney Cl -I (3)
Cl-1.17 Director of Public Works Cl-I (3)
Cl-1.18 Director, City Water Department Cl-1 (3)
Cl-1.19 Engineer Cl-I (3)
Cl-1.20 Contractor Cl-I (3)
Cl-1.21 Sureties Cl-1 (4)
Cl-1.22 The Work or Project Cl-I (4)
Cl-1.23 Working Day Cl-I (4)
.1.l.it, Cl-1.24 Calendar Days Cl-I (4)
Cl-1.25 Legal Holidays Cl-1 (4)
Cl-1.26 Abbreviations Cl-1 (4)
Cl-1.2 7 Change Order Cl-I (5)
Cl -1.28 Paved Streets and Alleys Cl-I (5)
Cl-1.29 Unpaved Streets or Alleys C l-I (6)
Cl -1.30 City Street Cl-I (6)
Cl-1.31 Roadway CI-1 (6)
Cl-1.32 Gravel Street Cl -I (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2 .1 Proposal Form C2-2 (1)
C2 -2.2 Interpretat ion 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 Proposa ls 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. l 5
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
AW ARD 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
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
C5-5 .I0
C5-5 .ll
C5-5.12
C5-5.13
C5-5.14
C5-5.15
C5-5.16
C5-5.l 7
C5-5.18
C6-6
C6-6.l
C6-6.2
C6-6.3
C6-6.4
C6-6 .5
C6-6.6
C6-6.7
C6-6.8
C6-6 .9
C6-6.10
C6 .6.11
C6-6.12
C6-6.13
C6-6.14
C6-6 .15
C6-6.16
C6-6.17
C6-6.18
C6-6 .19
C6-6 .20
C6-6 .21
C7-7
C7-7.1
C7-7 .2
C7-7 .3
C7-7.4
C7-7.5
C7-7.6
C7-7.7
C7-7.8
C7-7.9
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials, and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges of Contractor in Streets, Alleys,
and Right-of-Way
Railway Crossings
Barricades, Warnings and Flagmen
Use of Explosives, Drop Weight, Etc.
Work Within Easements
Independent Contractor
Contractor's Responsibility for Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public Utilities, Etc .
Temporary Sewer and Drain Connections
Arrangement and Charges for Water Furnished by the City
Use of a Section or Portion of the Work
Contractor's Responsibility for the Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
Delays
(3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (I)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (10)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7(3)
C7-7 (3)
C7-7 (3)
C7-7(4)
C7-7.I0
C7-7 .11
C7-7.12
C7-7 .13
C7-7.14
C7-7.15
C7-7 .16
C7-7 .17
C8-8
C8-8. l
C8-8.2
C8-8.3
C8-8.4
C8-8.5
C8-8 .6
C8-8 .7
C8-8.8
C8-8.9
C8-8 .10
C8-8.l 1
C8-8.12
C8-8 .13
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
C7-7 (4)
C7-7 (5)
C7-7(5)
C7-7 (6)
C7-7 (6)
C7-7 (8)
C7-7(8)
C7-7 (11)
C8-8(1)
C8-8 (1)
C8-8(1)
C8-8 (1)
C8-8 (2)
C8-8 (3)
C8-8 (3)
C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8 ( 4)
C8-8 (4)
C8-8 (4)
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A-NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D-SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G -CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yellow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C-GENERAL CONDITIONS
PART D-SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-I (1)
';· r·~·· ,.. ,..;.
I ,1:,.. /..,_"l::..
... ,-( '' ;..-
~ ...
/:' ..
·"' '
C 1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders .
C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal , which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
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
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.
.; •,-:... JI('
C 1-1.8 SPECIFICATIONS : The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials ,
construction , workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications , regulations ,
requirements , statutes , etc ., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
followin g :
l
a.
b.
C.
d .
. ' • :t-'
Performance Bond (see paragraph C3-3 .7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3.7)
Propo sal or Bid Security (see Special Instructions to Bidders , Part A and
C2-2 .6)
' .
Cl-I (2)
.f
,,
C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties
about the project to be completed under the Contract Documents.
Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location , dimension and position of the
various elements of the project, including such profiles, typical cross-sections , layout
diagrams, working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
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 .
C 1-1.13 CITY COUNC1L: The duly elected and qualified governing body of the City
of Fort Worth , Texas.
C 1-1.14 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.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth , Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth , Texas , or his duly
authorized representative , assistant , or agents.
Cl-1.19 ENGINEER: The Director of Public Works , the Director of the Fort Worth
City Water Department , or their duly authorized assistants , agents , engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
Cl-1.20 CONTRACTOR: The person, person's, partnership , company, firm, association,
or corporation , entering into a contract with the Owner for the execu1ion of work, acting
directly or through a duly authorized representative. A sub-contractor is a person , firm,
Cl-I (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.
C 1-1 .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.
C 1-1.26 ABBREVIATION~: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
" .
~-
AASHTO American Association of State MGD Million Gallons
Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
IAW In Accordance With Min. Minimum
ASTM American Society of Testing Mono. Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D. Inside Diameter
ASA < American Standards Association O.D . Outside Diameter -
HI Hydraulic Institute Elev . Elevation
Asph. Asphalt F Fahrenheit
Ave. Avenue C Centigrade
Blvd. Boulevard In. Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin . Linear or Lineal Yd. Yard
lb . Pound SY Square yard
MH Manhole L.F . Linear Foot
Max. Maximum D.I . Ductile Iron
Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface :
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4 . Concrete, with or without separate base material.
5. Any combination of the above.
Cl-I (5)
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defi,ned for "Paved Streets and Alleys."
C 1-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated.
C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists .
C 1-1 .32 GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
...
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2 .1 PROPOSAL FORM: Th~ Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule ," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification . Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required .
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received . The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2 .2 INTERPRETATION OF QUANTITIES : The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2(1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish . All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents.
Bidders are required, prior to filing of proposal , to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation , research , tests ,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation , examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings , if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices , written in ink in both
words and numerals , for which he proposes to do work contemplated or furnish the
materials required . All such prices shall be written legibly . In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm , association , or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given , and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
of Attorney authorizing agents or others to sign proposal must be properly certified and
mu st 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 en velope
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
satis fied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the propos al opening
tim e . If such confirmation is not received within forty-eight ( 48) hours aft er the proposal
open ing time , no further consideration will be given to the proposal.
C2-2(3 )
' '
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded . Bidders or
their authorized representatives are invited to be present for the opening of bids .
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for ,
unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived .
C2-2.12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their
proposals not considered for any of, but not limited to, the following reasons :
a) Reasons for believing that collusion exists among bidders .
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
d)
e)
f)
g)
h)
the Owner may have a claim against or be engaged in litigation against the
bidder.
The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
The bidder having performed a prior contract in an unsatisfactory manner.
Lack of competency as revealed by financial statement, experience
statement, equipment schedule , and such inquiries as the Owner may see
fit to make.
Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded .
The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
I. Financial Statement showing the financial condition of the bidder
as specified in Part "A " -Special Instructions
A current experience record showing especially the projects of a
nature similar to the one unde r consideration , which have been
successfully completed by the Bidder.
An equipment schedule showing the equipment the bidder has
available for use on the project.
C2-2(4)
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities
shown in the proposal , and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposal s and w aive technicalities , to re-advertise for new proposals, or to
proceed with the work in an y 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 C ity 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 proposa ls were opened .
C3-3 (1)
" i " )} •,
".
\,.
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:
PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than I 00 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract , and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor , materials , equipment, supplies , and services used in
the construction of the work , and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
MAINTENANCE BOND : A good and sufficient maintenance bond, in
the amount of not less than I 00 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 . .v;, l' "f ~
PAYMENT BOND : A good and sufficient payment bond , in the
amount of not less than I 00 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise , guaranteeing the
prompt , fuJI and faithful payment of all claimants as defined in Article .
I
C3-3 (2)
. . '
d .
5160, Revised Civil Statutes of Texas, 1925 , as amended by House Bill
344 , Acts 561h 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 approv al of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution , or otherwi se , 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
ex ecute the required bond or bonds or to sign the required contract within ten ( 10) day s
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 uncerta inty 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 award ee 's
failure to execute said bonds and contract within ten (10) days , the proposal security
accompany ing the proposal shall be the agreed amount of damages which the Owner w ill
C3-3 (3)
! ..... 'Ji.
' ,,
' r
; '
'
suffer by reason of such failure on the part of the A wardee and shall
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will , within ten ( I 0) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3 . l l INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents , and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor 's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insuranc e covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors.
a.
., .
COMPENSATION INSURANCE: The Contractor shall maintain ,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract ,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker 's Compensation Statute, the Contractor shall provide adequate
employer 's general liability insurance for the protection of such of his
employees not so protected.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500 ,000 covering each
occurrence on account of bodily injury , including death , and in an amount
not less than $500 ,000 covering each occurrence on account of property
damage with $2,000 ,000 umbrella policy coverage.
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies , and in the amount as set forth for public
liability and property damage , the following insurance :
1. Contingent Liability (covers General Contractor 's Liability for acts
of sub-contractors).
• C
r C3-3 (4)
' ~.
" 't' • ~ .. ~ i.,:~i . ·., • t . . .
(· " ~\ ..,. I
..
2 . Blasting, prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation ill
excavation are performed adiacent to same).
4. Damage to underground utilities for $500 ,000.
5. Builder's risk (where above-ground structures are involved).
6. Contractual Liability ( covers all indemnification requirements of
Contract).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500 ,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The msurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him , and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor 's insurance not cover the sub-contractor's work operations .
g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor 's insurance and
C3-3 (5)
"
performance , payment, maintenance and a ll such other bonds are written ,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth. Tarrant County, Texas. Each such
agent shall be a duly qualified , one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance , and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies , then such authority must be vested in a
local agent or claims officer residing in the Metroplex , the Fort Worth-
Dallas area . The name of the agent , or agents shall be set forth on all such
bonds and certificates of insurance .
C3-3.12 CONTRACTOR 'S OBLIGATIONS : Under the Contract, the Contractor
shall pay for all materials, labor and services when due .
C3-3.13 WEEKLY PAYROLLS: A certified copy o f each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days a fter the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR 'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person , persons, partnership , company, firm , association , corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area . The
Contractor shall charge , delegate , or assign this office ( or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act fo r the Contractor in all matters
pertaining to the work governed by the Contract wh ether it be administrative or other
wise and as such shall be empowered , thus delegated and directed , to settle all material ,
labor or other expenditure , all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work und er the Contract shall be maintained
until all business transactions executed as part of the C ontract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project , all
·-
-
..
appropriately signed and sealed, as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents. The intent of these requirements is that all matters associated with the
Contractor's administration , whether it be oriented in furthering the work, or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer , at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason .
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas .
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents . It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS : Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices . Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration
to be determined by special agreement or as hereinafter provided for "Extra Work ." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
C4-4 (1)
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the
original Contract Documents or change the general nature of the project as a whole . Such
changes shall not be considered as waiving or invalidating any condition or provision of
the Contract Documents.
C4-4 .5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto ; pro v ided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b . An agreed lump sum .
C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates , (3) materials entering
permanently into the project, and (4) actual cost of insurance , bonds , and
social security as determined by the Owner, plus a fixed fee to be agreed
upon but not to exceed 10 percent of the actual cost of such extra work.
The fixed fee is not to include any additional profit to the Contractor for
rental of equipment owner by him and used for extra work. The fee shall
be full and complete compensation to cover the cost of superintendence,
overhead , other profit, general and all other expense not included in ( 1 ),
(2), (3 ), and (4) above. The Contractor shall keep accurate cost records on
the form and in the method suggested by the Owner and shall give the
Owner access to all accounts , bills , vouchers, and records relating to the
Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties .
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions , either oral or written, appear to the Contractor
to involve Extra Work for which he should recei ve compensation, he shall make written
request to the Engineer for written ord ers authorizing such Extra Work , prior to
beginning such work.
C4-4 (2 )
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work
is done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost , or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this
contract, the Contractor shall submit to the Owner and receive the Owner's approval
thereof, a "Schedule of Operations," showing by a straight line method the date of
commencing and finishing each of the major elements of the Contract. There shall be also
shown the estimated monthly cost of work for which estimates are to be expected. There
shall be presented also a composite graph showing the anticipated progress of
construction with the time being plotted horizontally and percentage of completion
plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at
least five black or blue line prints shall be furnished to the Owner.
C4-4. 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES:
Within ten (10) days prior to submission of the first monthly progress payment, the
Contractor shall prepare and submit to the owner for approval six copies of the schedule
in which the Contractor proposes to carry on activities (including procurement of
materials, plans, and equipment) and the contemplated dates for completing the same.
The schedule shall be in the form of a time schedule Critical Path Method (CPM)
network diagram. As the work progresses, the Contractor shall enter on the diagram the
actual progress at the end of each partial payment period or at such intervals as directed
by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments
in contract time approved by the Engineer. Three copies of the updated schedule shall be
delivered at such intervals as directed by the Engineer.
As a minimum, the construction schedule shall incorporate all work elements and
activities indicated in the proposal and in the technical specifications.
C4-4 (3)
Prior to the final drafting of the detailed construction schedule, the Contractor shall
review the draft schedule with the Engineer to ensure the Contractor 's understanding of
the contract requirements.
The following guidelines shall be adhered to in preparing the construction schedule:
a. Milestone dates and final project completion dates shall be developed to
conform to the time constraints , sequenc ing requirements and completion
time.
b . The construction progress shall be divided into activities with time
durations of approximately fourteen days (14) days and construction
values not to exceed $50 ,000. Fabrication, delivery and submittal activities
are exceptions to this guideline.
c. Durations shall be in calendar days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within
the duration of each activity.
d. One critical path shall be shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date
and the latest start date of a chain of activities of the CPM construction
schedule. Float time is not for the exclusive use or benefit of either the
Contractor or the Owner.
f. Thirty days shall be used for submittal review unless otherwise specified .
The construction schedule shall as a minimum , be divided into general categories as
indicated in the Proposal and Technical Specifications and each general category shall be
broken down into activities in enough detail to achiev e acti v ities of approximately
fourteen ( 14) days duration.
For each general category, the construction schedule shall identify all trades or
subcontracts whose work is represented by activities that follow the guidelines of this
Section.
For each of the trades or subcontracts , the construction schedule shall indicate the
following procurements , construction and preacceptance activities and events in their
logical sequence for equipment and materials .
1. Preparation and transmittal of submittals
2 . Submittal review periods .
3. Shop fabrication and deli very .
C4-4 (4 )
4. Erection or installation.
5. Transmittal of manufacturer 's operation and maintenance instructions.
6. Installed equipment and materials testing.
7. Owner's operator instruction (if applicable).
8. Final inspection.
9. Operational testing.
If, in the opinion of the Owner, work accomplished falls behind that scheduled , the
Contractor shall take such action as necessary to improve his progress. In addition , the
Owner may require the Contractor to submit a revised schedule demonstrating his
program and proposed plan to make up lag in scheduled progress and to insure
completion of the work within the contract time. If the owner finds the proposed plan not
acceptable, he may require the Contractor to increase the work force, the construction
plant and equipment, the number of work shifts or overtime operations without additional
cost to the Owner.
Failure of the Contractor to comply with these requirements shall be considered grounds
for det ermination by the Owner that the Contractor is failing to prosecute the work with
diligence as will insure its completion within the time specified .
C4-4 (5)
PART C -GENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5.l AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished , work performed , rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents , supervision of the work, resumption of operations, and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents .
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
C5-5 .2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents . Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change
Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project , and any requirements appearing
in one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications , special conditions shall govern over general conditions and standard
specification, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in
C5-5 (1)
the Contract Documents, and the owner sha]l be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an ap parent error or discrepancy , he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings , specifications , or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times , one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speakin g superintendent and an assistant who
are fully authorized to act as the Contractor 's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor 's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas ,
and shall be subject to call, as is the project superintendent, at any time of the day or
night on any day of the week on which the Engineer determines that circumstances
require the presence on the project site of a representati ve of the Contractor to adequately
provide for the safety or convenience of the traveling public or the owners of property
across which the project extends or the safety of the property contiguous to the project
routing .
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
CS-5.5 EMERGENCY AND /OR RECTIFICATION WORK: When , in the opinion
of the Owner or Engineer, a condition of emergenc y exists related to any part of the
work, the Contractor, or the Contractor through his designated representati ve , shall
respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night , whether the project is
scheduled on a calendar-day or a working-day basis .
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies , omissions , or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall giv e the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
CS-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project.
CS-5 .6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than IO x 14 feet in floor area, substantially constructed, well heated, air
conditioned, lighted , and weather proof, so that documents will not be damaged by the
elements.
CS-5.7 CONTRUCTION STAKES : The City, through its Engineer, will furnish
the Contractor with all lines, grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines , grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all . materials furnished. Such
inspection may extend to all or any part of the work , and the preparation or
manufacturing of the materials to be used or equipment to be installed. A City Inspector
may be stationed on the work to report to the Engineer as to the progress of the work and
the manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or
to suspend work until the question at issue can be referred to and decided by the
Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or
release any requirement of these Contract Documents, nor to approve or accept any
portion or section of the work, nor to issue any instructions contrary tot he requirement s
of the Contract Documents. The City Inspector will in no case act as superintendent or
CS-5 (3)
foreman or perform any other duties for the Contractor, or interfere with the management
or operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided , however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests , the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed . After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable , the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK : All
work , materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense . Work done beyond
the lines and grades given or as shown on the plans , ex cept as herein specially provided ,
or any Extra Work done without written authority , will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense . Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph , the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed , and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not con stitute
acceptance of such work.
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law , ordinance, codes or regulations permit Contractor to furnish or use a substitute that
is equal to any material or equipment specified , and if Contractor wishes to furnish or use
a proposed substitute, he shall , prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certify ing in writing that the
propo sed substitute will perform adequately the function called for by the general design ,
be similar and of equal substance to that specified and be suited to the same use and
cap able of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
CS-5 (4)
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may
require which shall be furnished at Contractor's expense. Contractor shall indemnify and
hold harmless Owner and Engineer and anyone directly or indirectly employees by either
of them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the
Engineer, or as called for in the Contract Documents, tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided . The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furnishing materials and equipment fully conforming to the requirements of the Contract
Documents . Tests and sampling of materials, unless otherwise specified, will be made in
accordance with the latest methods prescribed by the American Society for Testing
Materials or specific requirements of the Owner. The Contractor shall provide such
facilities as the Engineer may require for collecting and forwarding samples and shall not,
without specific written permission of the Engineer, use materials represented by the
samples until tests have been made and the materials approved for use . The Contractor
will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum, and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed, and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prior to the
placing of concrete, using samples from the same aggregate, cement, and mortar which
are to be used later in the concrete. Should the source of supply change , new tests shall be
made prior to the use of new materials.
CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the
construction contract shall be stored so as to insure the preservation of quality and fitness
of the work. When directed by the Engineer, they shall be placed on wooden platforms or
other hard, clean durable surfaces and not on the ground , and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt
inspection.
CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions
shown on the plans relative to the existing utilities are based on the best information
available. Omission from , the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains , water mains , conduits , sewer lines and service lines for
all utilities, etc ., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
C5-5 (5)
..
..
,;!'
\
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply .
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight ( 48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
C5-5 . l 5 INTERRUPTION OF SERVICE: • f
a.
•, ....
Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
1.
.,.
Notify the Water Department's Distribution Division as to
location, time , and schedule of service interruption .
' . "
2 . Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made , a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say :
< •.
,,
'.
C5-5 (6)
....
\
b.
"NOTICE"
Due to Utility Impro vement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ----
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as apove , but immediate.
CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work , the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim.
CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumul ated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedure , the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice , and the costs of such direct action , plus 25 % of such
costs , shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made , the Contractor shall clean
and remove from the site of the project all surplus and discarded materials , temporary
structures , and debris of every kind . He shall lea ve the site of all work in a neat and
orderly condition equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright , clean , polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project.
C5-5 (7)
•,.
,•
' "
,. ..
•"t .
' .
' ,,
CS-5 .18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
cl ean-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.
,.
". .
'~.
l .
•, '
• ..
. ,
C5-5 (8) . '
I~' ',, .
' '
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work .
C6-6 .3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
the Contractor. All such facilities shall be kept in a clean and sanitary condition , free from
objectionable odors so as not to cause a nuisance . All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored
about the work shall be placed and used, and the work shall at all times be so conducted,
as to cause no greater obstruction or inconvenience to the public than is considered to be
absolutely necessary by the Engineer. The Contractor is required to maintain at all times
all phases of his work in such a manner as not to impair the safety or convenience of the
public, including, but not limited to, safe and convenient ingress and egress to the
property contiguous tot he work area . The Contractor shall make adequate provisions to
render reasonable ingress and egress for normal vehicular traffic , except during actual
trenching or pipe installation operations, at all driveway crossings. Such provisions may
include bridging, placement or crushed stone or gravel or such other means of providing
proper ingress and egress for the property 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, poli~e call boxes, water valves , gas valves , or manholes in
the vicinity . The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention ,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case , the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and
when so directed by the Engineer, shall keep any street, streets , or highways in condition
for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets , alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams , his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY : For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys, or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work . Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense .
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City. The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley , or public place , the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences , lights , and danger
signals , shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night . From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
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)
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 dam age or injury was done , by repairing, rebuilding , or otherwise
C6-6(5)
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed , the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area. The cost for fence removal , temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore , no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury , the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nuisance or hazardous condition results ,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary , and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6. l l INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer , agent , servant , or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder , and all persons performing the same , and shall
be solely responsible for the acts and omissions of its officers , agents , servants ,
employees , contractor, subcontractors , licensees and invitees . The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers , agents, employees ,
contractors and subcontractors , and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor
covenants and agrees to , and does hereby indemnify , hold harmless and defend Owner, its
officers , agents , servants , and employees from and against any and all claims or suits for
property damage or loss and /or personal injury , including death, to any and all persons , of
whatsoever kind or character, whether real or asserted , arising out of or in connection
with , directly or indirectly , the work and services to be performed hereunder by the
Contractor, its officers , agents , employees, contractors , subcontractors, licensees or
invitee s, whether or not caused , in whole or in apart , by alleged negligence on the part of
officer s, agent s, emplo yees , contractors , subcontractors , licensee s or invitees of the
C6-6(6)
r
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers , agents , servants , and employees for property damage
or loss, and/or personal injuries , including death, to any and all person of whatsoever kind
or character, whether real or asserted , arising out of or in connection with , directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors , subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers , agents , employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from , in whole or in apart , any and all alleged acts of
omission of officers, agents, employees , contractors , subcontractors, licensees , or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved .
If the claims concerned remains unsettled as of the ex piration of the above 30-day period ,
the Contractor may be deemed to be entitled to a semi-final payment for work completed ,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work , and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that :
1. The claim has been settled and a release has been obtained from the
claimant inv olved , or
2. Good faith efforts have been made to settle such outstanding claims , and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period , the Director shall
recommend that the final payment to the Contractor be made . If condition (2) abo v e 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 .
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC .: In case
it is necessary to change, move , or alter in any manner the property of a public utility or
others , the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS : When existing
sewer lines have to be taken up or removed, the Contractor shall , at his own expense and
cost , provide and maintain temporary outlets and connections for all pri vate or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers , and for this purpose he shall pro vide 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 con struct such troughs , pipes , or other
structures necessary , and be prepared at all times to dispo se of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service . The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage , and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequatel y protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents .
When meters are used to measure the water, the charges, if any, for water wi11 be made at
the regular established rates. When meters are not used, the charges, if any, wi11 be as
prescribed by the City ordinance, or where no ordinances applies, payment sha11 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. AH
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. l 8 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work sha11 be
under the charge and care of the Contractor, and he sha11 take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City sha11 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)
~-
l ' ~ ' ,
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrymg out the
pro visions 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
o r 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.l 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 prev ious 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 assi gnment 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 sa id 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 impractica ble 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 E ngineer in five or more copies, if
request ed by the Engineer, a progress schedule prefe rabl y 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 tabl e of estimated amounts to be earned by
the Contractor during each monthly estimate period .
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials , and labor as is necessary to insure its
completion within the time limit.
C7-7(1 )
. '
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF
TIME OF COMPLETION of this Agreement , and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen , including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents , foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who , in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful , intemperate,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties .
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment , tools , and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition .
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use .
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working 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 inclusi v e $ 35 .00
$ 5,001 to $ 15,000 inclusive $ 45 .00
$ 15 ,001 to $ 25,000 inclusive $ 63 .00
$ 25 ,001 to $ 50 ,000 inclusive $ 105 .00
$ 50 ,001 to $ 100,000 inclusive $ 154 .00
$ 100 ,001 to $ 500 ,000 inclusive $ 210 .00
$ 500 ,001 to $ 1,000 ,000 inclusive $ 315 .00
$ 1,000,001 to $2,000,000 inclusive $ 420 .00
$2,000 ,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor 's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information , and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.l l 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 v ent 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.
C7-7.1 2 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 Enginee r cause further prosecution of the work to be
unsatisfactory or detrimental to th e 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 material s 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 suita ble drainage
about the work , and erect temporary structures where necessary .
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7 .8 EXTENSION OF 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 ex isting 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 reasonab le 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 this contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated , and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
B.
claim, demand or suit shall be required of the Owner regarding such
discretionary action
CONTRACTOR ACTION: After receipt of a notice of termination ,
and except as otherwise directed by the Engineer, the Contractor shall:
I . 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 it s 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 qu a lity, of any or all items of termination
in ventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
!
C.
D .
E.
which has been directed or authorized by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list , and any necessary adjustments to correct the list as
submitted , shall be made prior to final settlement.
TERMINATION CLAIM : Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
AMOUNTS: Subject to the prov1s1ons of Item C7-7.l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto ; provided, that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated . The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7 . l 6(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.
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 thi s contract ;
C7-7(10)
2. any claim which the Owner may have against the
Contractor in connection with this contract ; and
3 . the agreed price for, or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause , and not
otherwise recovered by or credited to the Owner.
G. ADruSTMENT:. 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 supervisin g all safety precautions and
programs in conne ction with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state , and local laws , ordinances , and
regulations so as to protect person and property from injury, including death , or damage
in connection with the work.
C7-7(11)
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.l MEASUREMENT OF QUANTITIES: The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and item
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finishing costs, overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other clauses, delays,
profits, injuries, damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, ( except as
provided in paragraph C5-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal reservations,
C8-8(1)
, .
and for completing the work in an acceptable manner according to the terms of the
Contract Documents .
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment , nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract ·
and its appurtenances , or any damage due or attributed to such defects , which defects ,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects , imperfections, or damage , and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 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 1 oth 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 th e 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 an y respect , be taken as an admission of the Owner of the amount of work
don e 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 th e Contract Documents. ~
The Cit y 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
prov isions 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 : Whenev er 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 p ending for personal mJu ry and/or property
damages.
The acceptance by the Contractor of the last or final payment as afores a id shall operate as
and shall release the owner from all cl aims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3 )
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents. It is, therefore , agreed that the
Owner shall be responsible for the adequacy of its own design features , sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents , approved modifications thereof, and all alterations thereof.
C8-8 .10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of I 00 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined .
The Owner will give notice of observed defects with reasonable promptness.
C8-8.l l 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)
-
-
PART Cl
. ,
' '
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 I 0th 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 (I 0%). For contracts of $400,000 or more at the time of execution, retainage shall be
five percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold
future payments from the Contractor until compliance with this paragraph is
accomplished .
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate . Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents .
The City reserv e s 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. I
E.
,•
F.
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.
INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any 6me when and as found to be necessary, and
the Contractor shall perform the work as altered , increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents.
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanit ary sewer pipe in each pipe size but not
to the various depth categories .
Revised
I 0/24 /02
Pg.2
G . C3-3.l l INSURANCE: Page C3-3 (6): Add subparagraph "h. ADDITIONAL
INSURANCE REQUIREMENTS"
a. The City, its officers , employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability msurance
coverage under Contractor's workers' compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102 , prior to commencement of work on the
contracted project.
c. Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein .
d . Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or coverage.
A ten days notice shall be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current
AM. Best rating of A: VII or equivalent measure of financial strength and solvency .
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.
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
m . Upon the request of City , Contractor shall pro v ide complete copies of all insurance
policies required by these contract documents .
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced with the following :
The Contractor shall receive and accept the compensation as herein provided , in full
payment for furnishing all labor, tools, materials, and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified , or any and all infringements of
patents, trademarks, copyrights, or other legal reservations , and for completing the work
in an acceptable manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials , or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew , or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects , which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage ,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein .
I. C8-8 .IO GENERAL GUARANTY: Delete C8-8.10 , General Guaranty at page C8-8(4) is
deleted in its entirety and replaced with the follo w ing :
Neither the final certificate of payment nor any provision in the Contract Documents , nor
partial or entire occupancy or use of the premi ses 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
wo rk and pay for any damage to other work or property resulting therefrom which shall
appear within a period of two (2) years from th e date of final accept ance of the work
Revi sed
10/24 /02
Pg.4
unless a longer period is specified and shall furnish a good and sufficient maintenance
bond in the amount of 100 percent of the amount of the contract which shall assure the
performance of the general guaranty as above outlined. The Owner will give notice of
observed defects with reasonable promptness.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications , it being the City 's intent
that the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders , TPW contracts place the following in lieu of the
existing paragraph 2.
J. 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 hi s
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 , pro v ided 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 dul y 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 consid eration 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 I , 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 . l 1 INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following :
C8-8.14 RIGHT TO AUDIT :
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directl y 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)
r
years after final payment under the subcontract, have access to and the right to examine ~
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance
notice of intended audits.
Revised
10/24 /02
Pg.6
( c) Contractor and subcontractor agree to photocopy such documents as may be requested
by the City. The City agrees to reimburse the Contractor for the cost of copies as follows:
1. 50 copies and under -10 cents per page
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M . SITE PREPARATION :
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6.10 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
I 0/24 /02
...
Pg. 7
''
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years.
P . WAGE RA TES: Section C3-3 .13 of the General Conditions is deleted and replaced with
the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas
Government Code, including the payment of not less than the . rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258 , Texas Government Code. Such prevailing wage rates are included in these
contract documents.
. t
(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) abov e.
( d) With each partial payment estimate or payroll per iod , 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
l 0 /24/02
Pg. 8
r
., .
;
. '•
~-,;;
PARTD
PART D -SPECIAL CONDITIONS
D-1 GENERAL ............................................................................................................................ 3
D-2 COORDINATION MEETING ................................................................................................ 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7
D-5 CROSSING OF EXISTING UTILITIES ................................................................................. ?
D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8
D-8 TRAFFIC CONTROL ........................................................................................................... 9
D-9 DETOURS ......................................................................................................................... 10
D-10 EXAMINATION OF SITE ............................................................................................... 10
D-11 ZONING COMPLIANCE ................................................................................................. 10
D-12 WATER FOR CONSTRUCTION .................................................................................... 10
D-13 WASTE MATERIAL ....................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10
D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................... 11
D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11
D-17 BID QUANTITIES .................................. : ....................................................................... 11
D-18 CUTIING OF CONCRETE ............................................................................................ 12
D-19 PROJECT DESIGNATION SIGN ................................................................................... 12
D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12
D-21 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12
D-22 CRUSHED LIMESTONE BACKFILL .............................................................................. 13
D-23 2 :27 CONCRETE ........................................................................................................... 13
D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ........................................... 13
D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14
D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15
0~·27 SANITARY SEWER MANHOLES .................................................................................. 16
D-28 SANITARY SEWER SERVICES .................................................................................... 19
D-29 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES .................. 20
D-30 DETECTABLE WARNING TAPES ................................................................................. 23
D-31 PIPE CLEANING ............................................................................................................ 23
D-32 DISPOSAL OF SPOIL/FILL MATERIAL ......................................................................... 23
D-33 MECHANICS AND MATERIALMEN 'S LIEN ................................................................... 23
D-34 SUBSTITUTIONS .......................................................................................................... 24
D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............... 24
D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27
D-37 BYPASS PUMPING ................................................................................................ : ...... 28
D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28
D-39 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30
D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31
D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32
D-42 PROTECTION OF TREES , PLANTS AND SOIL ........................................................... 32
D-43 SITE RESTORATION .................................................................................................... 32
D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33
D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 33
D-46 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38
D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39
D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39
D-49 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40
04/15108 SC-1
PART D -SPECIAL CONDITIONS
0-50 CLAY DAM ..................................................................................................................... 40
0-51 EXPLORATORY EXCAVATION (D-HOLE) .................................................................... 40
D-52 INSTALLATION OF WATER FACILITIES ..................................................................... .40
52.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40
52 .2 Blocking ....................................................................................................................... 41
52 .3 Type of Casing Pipe ..................................................................................................... 41
52.4 Tie-lns ........................................... : .............................................................................. 41
52.5 Connection of Existing Mains ....................................................................................... 41
52 .6 Valve Cut-Ins ............................................................................................................... 42
52 . 7 Water Services ............................................................................................................ 42
52 .8 2-lnch Temporary Service Line .................................................................................... 44
52 .9 Purging and Sterilization of Water Lines ...................................................................... 45
52. 10 Work Near Pressure Plane Boundaries ...................................................................... .45
52. 11 Water Sample Station .................................................................................................. 46
52 .12 Ductile Iron and Gray Iron Fittings ............................................................................... .46
D-53 SPRINKLING FOR DUST CONTROL ............................................................................ 47
D-54 DEWATERING .............................................................................................................. 47
D-55 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... 47
D-56 TREE PRUNING ............................................................................................................ 47
D-57 TREE REMOVAL ........................................................................................................... 48
D-58 TEST HOLES ................................................................................................................. 48
D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ......................................................................................................................... 48
D-60 TRAFFIC BUTTONS ...................................................................................................... 49
D-61 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 49
D-62 TEMPORARY PAVEMENT REPAIR .............................................................................. 50
D-63 CONSTRUCTION STAKES ........................................................................................... 50
D-64 EASEMENTS AND PERMITS ........................................................................................ 50
D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51
D-66 WAGE RATES .............................................................................................................. 51
D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53
D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 53
D-69 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ...................................................................................................... 55
D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56
D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56
D-72 AIR POLLUTION WATCH DAYS ....................................................................................... 57
0-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57
04/15108 SC-2
-
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and
Part C 1 -Supplementary Conditions to Part C of the Contract. Anyth ing contained in
this Part D that is additive to any provision in Part C -General Conditions and part C 1 -
. Supplementary Conditions to Part C of the Contract are to be read together. Any
conflict between Part C -General Conditions and Part C 1 -Supplementary Conditions
of the Contract and this Part D, Part D shall control.
FOR: Water and Sanitary Sewer Relocations for SH 121 T crossing west of the Hulen Street
Bridge Within The Union Pacific Railroad Davidson Yard, Part 1 -48-inch Water
Transmission Main Relocation in Rogers Road and Mopac Road
DOE No. 6266
City Project No. 01332
Water Project No . P265-603170133283
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,
follow the guidelines listed below:
1. Plans
2 . Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above . The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship , or both , for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions , are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules , regulations, requirements, instructions, drawings or details referred to by manufacturers
name , or identification include therein as specifying, referring or implying product control ,
performance, quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore , work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work .
This contract and project , where applicable, may also be governed by the two following published
specifications , except as modified by these Special Provisions :
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
04/15108 SC-3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents.
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street , 2nd Floor, Municipal Building , Fort Worth,
Texas 76102 . The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown , then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL : No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place. The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Divis ion , PO Box 17027, Fort Worth , Texas 76102.
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud , the proposals for which non-consideration
requests have been properly filed may , at the option of the Owner , be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals , provided
such telegraphic communication is received by the Purchasing Manager prior to the said
proposal opening time, and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time. If such confirmation is not received
within forty-eight (48) hours after the proposal opening time, no further consideration will be
given to the proposal.
04/15108 SC-4
PART D -SPECIAL CONDITIONS
0-2 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.
0-3 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.
8 . 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 w ith 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 cert ificate 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
04/15108 SC-5
PART D -SPECIAL CONDITIONS
2. No later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage , if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter .
G. The contractor shall notify the governmental entity in writing by certified mail or personal
del ivery, 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 st ating 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
provid ing 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 cert ificate of coverage
ends during the duration of the project.
5. Reta in 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 cert ified mail or personal delivery, within ten
(10) days after the person knew or should have known , of any change that materially
affects the provision of coverage of any person providing services on the project; and
04 /15108 SC-6
-
PART D -SPECIAL CONDITIONS
7. Contractually require each person with whom it contracts, to perform as required by
paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
8 . By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other
civil actions.
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J . The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage . This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules. This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population. The text for the notices
shall be the following text, without any additional words or changes :
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling, or delivering equipment or materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee ."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate , for a period of time ,
existing lines. The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines .
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
04/15108 SC-7
PART D -SPECIAL CONDITIONS
constructed of ductile iron pipe. The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill,
fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the
cost of which shall be included in the price bid in the Proposal for each bid item .
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or
to show them in their exact location . It is mutually agreed that such failure shall not be considered
sufficient basis for claims for additional compensation for extra work or for increasing the pay
quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines, or other property exposed by his construction operations. Contractor shall make all
necessary provisions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility
services, water mains , sanitary sewer lines, electrical cables, drainage pipes, and all other utilities
and structures both above and below ground during construction . It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction. The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL
BE ALLOWED .
Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction, or
better, unless otherwise shown or noted on the plans, at his own cost and expense. The
Contractor shall immediately notify the Owner of the damaged utility or service line . He shall
cooperate with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the
plans as the best information available at the time of design, from the owners of the utilities
involved and from evidences found on the ground .
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
04/15108 SC-8
-
liiiiiill
-
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads . The Contractor shall not, at any
time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City .
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed . It still is , however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
construction operation .
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the
"Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Un iform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos.
27 , 29 , 30 and 31.
Unless otherwise included as part of the Construction .documents,. the~ Cor,t~actor shc1II .submit a
, {"c, . ·.• >. ,, .. ;. ·' ·:,,;.·., •. ,.,. ··¥'J<::-'·,. ,f:";;.,;.:j,.: -):t~"'., -·,,..'t·"i;~~·~.t{ '"-'"'-"' .·-•' • ... ·· .
traffic control · plah· ( duly se~led, -signed and-dated by a, R~gister~dH;?h:>fe$siorial Engineer (I?. E.) in
the state of Texas)~ ro, the , SJW .,:rr~ffic ,; ~ng i~~~tf,'Ft ~l ;~(§l ?)~~~~-~,tj~J~-;,~l ,,ot,~ ~e,f o~e ;the
preconstruction conference . The p.E. preg~ringJhe J raffic;cphtrol plan may:ut1hze standard traffic
--. . · -· " · 1 ....... ' o,;_._ •• --"'.l .,·· ,f'$ .. _,~ .,J:· .•·. i.
reroute configurations posted ~s ~'Typicals" on, tffe ·qity·.~_Buiz~av(W,~bs_if~;:"· J\l t.~oug_p wor~, will not
begip u.ntil ·~he traffic cbntr~I pl ~ri ·has been ·reyie\Y¢d..~p d ~PP.rov ¢dt{tpe.:(~9nit,actbr'st.ime v,vill begin
in· a6cordance· with'. the ~ timefrafri e ·1 miitua(ly "'~staE>listi etf ln:1t_{ie ;J: 'Notice : 'to,;, e'r6ceed' .· issued the
Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign or other
sign, which has been erected by the City. If it is determined that a sign must be removed to permit
required construction , the Contractor shall contact the Transportation and Public Works
Department, Signs and Mark ings Division , (Phone Number 817-392-7738) to remove the sign . In
the case of regulatory signs, the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly
or if it does not meet the required spec ifications, the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."
The lump sum pay item for traffic control shall cover design' and I or :-installation , and 'maintenance
of the traffic control plan.
04/15108 SC-9
PART D -SPECIAL CONDITIONS
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area .
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
exam inations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties , procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project , the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes .
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction .
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the projec t 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 organize d 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-
04/15108 SC-10
-
-
PART D -SPECIAL CONDITIONS
of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials , and in general preparing the site of the work in an
orderly manner and appearance . The City of Fort Worth 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 fo r each phase of construction with starting and completion dates ,
including sufficient time being allowed for cleanup . The Contractor shall not commence with water
and/or sanitary sewer installation until such time that the survey cut-sheets have been received
from the City inspector.
D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The 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 , hoist ing equipment or similar apparatus .
The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERA TE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ."
2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm, except back hoes or dippers , and insulator links
on the lift hook connections .
3 . When necessary to work within six feet of high voltage electric lines , not ification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers , de-
energize the lines , or raise or lower the lines . The work done by the power company shall
not be at the expense of the City of Fort Worth . The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case .
4 . The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense .
5. No person shall work within six feet of a high voltage line without protect ion 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
w ill be considered for lost or anticipated profits based upon differences in estimated quantities
ve rsus actual quantities .
04/15108 SC-11
PART D -SPECIAL CONDITIONS
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 addit ion to the 4 ' x 8' project signs , project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted . Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance
with Figure 30 , except that they shall be 1'-0" by 2'-0 " in size . The information box shall have the
following information :
For Questions on this Project Call:
(817) 392-8306 M-F 7 :30 am to 4 :30 p.m.
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials , labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed .
D-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 exist ing construction or expansion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction , Item 504 .
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction , Item 502 .
Payment for cutting , backfill, concrete , forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair.
D-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.
04/15108 SC-12
-
-
-
PART D -SPECIAL CONDITIONS
D-22 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item
208 .3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications, General Contract Documents .
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials , Construction Specifications, and General Contract Documents .
D-23 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures 1 through 5 refer to using 2 :27 Concrete as base repair. Since this call-out
includes the word "concrete", the consistent interpretation of the Transportation and Public Works
Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete .
D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways , gravel surfaced roads , within
easements, and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein.
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall be entirely the Contractor's own . All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements, and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8 . Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas , with a map showing the location and depth of
the various test holes. If excavated material is obviously granular in nature , containing little or no
plastic material, the Engineer may waive the test report requirement. See 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 :
04/15108 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P. I. = 1 0 or less
Additionally, the crushed limestone embedment gradat ion specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following :
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same .
3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existi ng or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S .T.M . 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum mo isture content.
The City , at its own expense , will perform trench compaction tests per A.S.T.M. standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor a nd 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 pa id 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 .
04115/08 SC-14
PART D -SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface . This finished grade shall be
maintained in a serviceable condition until the paving has been replaced . All residential driveways
shall be accessible at night and over weekends .
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width.
Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line.
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving . If paving conditions are not suitable for repaving , in the
opinion of the Owner, the repaving shall be done at the earliest possible date .
A permit must be obtained from the 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 .
D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of
this item govern all trenches for mains, manholes, vaults, service lines , and all other
appurtenances. The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas . The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requ irements 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 .
04/15108 SC-15
PART D -SPECIAL CONDITIONS
3 . SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation .
4 . SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or
"trench shields". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure. Shields can be permanent structures
or can be designed to be portable and move along as the work progresses. Shields can be
either pre-manufactured or job-built in accordance with OSHA standards .
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights},
horizontal rails (wales) and/or sheeting .
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools,
materials, equipment and incidentals necessary for the installation and removal of trench
safety systems.
D-27 SANITARY SEWER M,ANHOLES
A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans, and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E 1-14 Materials for Sanitary Sewer Manholes, Valve Vaults , Etc.,
and E2-14 Vault and Manhole Construction of the General Contract Documents and
Specifications, unless amended or superseded by requirements of this Special Condition. For
new sewer line installations, the Contractor shall temporarily plug all lines at every open
manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction .
1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per
Figure 121 .
2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed
in all sanitary se·11er manholes. Inserts shall be constructed in accordance with Fort Worth
'Nater 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
04115/08 SC-16
PART D -SPECIAL CONDITIONS
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 : Alf li.c;fs ·shall ha•1e pick slots ·in lj·eu .of pick holes. Manhole frames
8F.l~ GQ\18,:S 'shall be. M,9Ki~l~Y,,Jy,a~, ~. ~~ith ir,deoted fop ~e~ig _n , _Q!. equal , with pick slots.
Covers shall ·set ,flush •ilitll th~. r1rn ~of 'the 'frame' and~ shall : have··no' la'rger ttian~ 11& inch gap
between the fram~ and coy~r,. 'Be,aring' s~rff)ces ' shall be)naphirie finished ,.
0
AII :m~nhol.e
frames . and lids shall bl ~2·j :tia ~ Pa.mr~x covet oi'.~pproved · ~qua1 :· FHnge f are reqt.iired ~·on
• • • • ••· l t'\.. . . " ::: .t . ".\ • ~(-,·· ' . ' '" -· ~: ' ' all 32n covers .. , Hingeq liqs:'~hall' open agairJst the fl.9\Y ofJtaffjc: Locking manhole lids and
frames will 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 "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness .
9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M .
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal,
Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or
any other chemical action for either its adhesive properties or cohesive strength. The Joint
sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years .
B . EXECUTION :
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials . All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand, mud , or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
04/15108 SC-17
PART D -SPECIAL CONDITIONS
accordance with the recommendations . The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench . After removal of
the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping t he sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings. Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section. Pre-cast concrete rings , or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame. If the walls or cone section below this level are structurally unsound,
notify the Engineer prior to replacement of the grade rings and manhole frame . Existing
brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris .
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface .
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed.
Joint surfaces between the frames , adjustment rings, and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint, or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole. No steel shims, wood, stones , or any material not specifically
accepted by the Engineer may be used to obta in 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
fin ish 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
04115108 SC-18
PART D -SPECIAL CONDITIONS
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 collars will be made per each . Payment for manhole inserts will be
made per each.
D-28 SANITARY SEWER SERVICES
Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be
required as shown on the plans , and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps . The
service connections shall be constructed by the Contractor utilizing standard factory manufactured
tees . City approved factory manufactured saddle taps may be used, but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case
basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required . Severed service
connections shall be maintained as specified in section C6-6.15 .
D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for Sanitary
Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet
of service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps .
E. SEWER SERVICE REPLACEMENT : All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line. If the sewer service line is in such
04/15108 SC-19
PART D -SPECIAL CONDITIONS
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 verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied. If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any
sewer service for which no grade verification has been submitted. All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense . The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code. Connection to the existing sewer service line shall
be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling
A.S .T.M . C-425 with series 300 stainless steel compression straps . The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line .
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property . Furthermore, the contractor shall utilize the services of
a licensed plumber for all service line work on private property . Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route .
Payment for work and materials such as backfill , removal of existing clean-outs , plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings, surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way . Payment for all work and material involving the "tap" shall be included in the price bid for
sanitary sewer service taps .
0-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
04/15108 SC-20
PART D -SPECIAL CONDITIONS
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans , and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1 .5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition .
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1 .5 Salvaging of Materials .
8 . SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade .
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade .
C . SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1 .5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1 .5 Salvaging of Materials . The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade . If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade.
E . ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade .
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade .
G . ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall
04/15108 SC-21
PART D -SPECIAL CONDITIONS
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 restorat ion shall be compatible with surrounding surface .
I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project , it may be
required to cut , plug , and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required .
J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe . All removed valves , fire
hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage
Yard .
C . PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe , except as
follows: separate payment will be made for remova l of all fire hydrants , gate valves , 16 inch
and larger, and sanitary sewer manholes , regardless of location .
Payment will be made for salvaging , abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main , the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main .
Once this determ ination has been made , the existing main will be abandoned as indicated
above in Item I.
04/15108 SC-22
liiiil
PART D -SPECIAL CONDITIONS
0-30 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 mi ls solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils , and the width shall
not be less than two inches with a minimum unit weight of 2~ pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows :
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution ! Buried Water Line Below
Caution! Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe. Payment for work such as backfill , bedding, blocking, detectable
tapes , and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
0-31 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.
0-32 DISPOSAL OF SPOIL/FILL 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 .
0-33 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.
04/15108 SC-23
PART D -SPECIAL CONDITIONS
D-34 SUBSTITUTIONS
The specifications for materials set out the minimum standard of qua lity , 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 cleaning
of an entire section cannot be successfully performed from one manhole, the equipment
shall be set up on the other manhole and cleani ng again attempted. If, again , successful
04/15108 SC-24
PART D -SPECIAL CONDITIONS
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists, and the cleaning effort shall be abandoned.
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily . No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System, the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup, including the water usage bill. All
expenses shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned. Passing material from manhole section
to manhole section, which could cause line stoppages, accumulations of sand in wet wells,
or damage pumping equipment, shall not be permitted .
4. All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City.
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES .
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection. Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The
camera shall be operative in 100% humidity conditions. The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
B. EXECUTION:
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line.
04/15108
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized . All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable, or the
SC-25
PART D -SPECIAL CONDITIONS
like, which would require interpolation for depth of manhole, will not be allowed . Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection. In addition, other points of significance
such as locations of unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded, and a
copy of such records will be supplied to the City.
3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed . Video tape recording
playback shall be at the same speed that it was recorded . The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes . The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections , the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City. If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made .
Also, no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera .
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected. The Engineer will return tapes to the Contractor upon completion of
review .
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal. ·
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall
04/15108 SC-26
PART D -SPECIAL CONDITIONS
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal , transportation and disposal of sand
and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis .
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections .
The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during
inspection, shall be incidental to TV Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable , regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES
D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes .
B. EXECUTION:
1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with
all connections in place. Lift holes shall be plugged, and all drop-connections and gas
sealing connections shall be installed prior to testing .
04/15108
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole . The plugs shall be installed in the lines beyond the
drop-connections , gas sealing connections , etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read
after the required test time . The required test time shall be determined from the Table I
below in accordance with ASTM C 1244-93:
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (10"Hg -9"Hg) (SEC)
Depth of MH . 48-lnch Dia. 60-lnch Dia .
(FT.) Manhole Manhole
Oto 16 ' 40 sec. 52 sec .
18 ' 45 sec . 59 sec.
SC-27
PART D -SPECIAL CONDITIONS
20' 50 sec. 65 sec.
22' 55 sec . 72 sec.
24' 59 sec. 78 sec .
26' 64 sec. 85 sec .
28' 69 sec. 91 sec.
30' 74 sec. 98 sec.
For Each 5 sec. 6 sec .
Additional 2'
1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole ,
which fails to pass the initial test , must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
Following completion of a successful test , the manhole shall be restored to its normal
condition, all temporary plugs shall be removed , all braces, equipment , and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material, labor, equipment,
and all incidentals, including all bypass pumping, required to complete the test as specified
herein .
0-37 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be
rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to
discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement
of the sewer line .
0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction , ALL sections of sanitary sewer lines shall have a telev ision
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection . Lighting for the camera shall
04/15108 SC-28
PART D -SPECIAL CONDITIONS
be operative in 100% humidity conditions. The camera , television monitor, and other
components of the video system shall be capable of producing picture quality to the
satisfaction of the Engineer; and if unsatisfactory, equ ipment shall be removed and no
payment will be made for an unsatisfactory inspection.
C . EXECUTION :
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches , power winches , TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line . No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line ,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection video tapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable , or the
like, which would require interpolation for depth of manhole, will not be allowed . Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the san itary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera , under all
circumstances , when it becomes lodged during inspection , shall be incidental to Television
inspection .
Sanitary sewer mains must be laced with enough water to fill all low pints . The television
inspection must be done immediately following the lacing of the main with no water flow. If
sewer is active , flow must be restricted to provide a clear image of sewer being inspected .
2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service tap observed during inspection . All television logs shall be referenced to
stationing as shown on the plans. A copy of these television logs will be supplied to the
City .
3. PHOTOGRAPHS : Instant developing, 35 mm , or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations .
4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and
audio record of problem areas of the lines that may be replayed . Video tape recording
04/15108 SC-29
PART D -SPECIAL CONDITIONS
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immed iately upon completion of the television inspection
and may be retained a maximum of 30 calendar days . Equipment shall be provided to the
City by the Contractor for review of the tapes. T apes will be returned to the Contractor
upon completion of review by the Engineer. T apes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections, the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City . If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made. Also, no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera .
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised . The Contractor shall provide the Engineer with tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer cond itions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis . T he quantity of TV inspection shall be
measured as the total length of new pipe installed. A ll costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project. ·
D-39 SAMPLES AND QUALITY CONTROL TESTING
A The Contractor shall furnish , at its own expense, certifications by a private laboratory for all
materials proposed to be used on the project, including a mix design for any asphaltic and/or
Portland cement concrete to be used , and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken . The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the proj ect and
will bear any expense related thereto .
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate , cement , and mortar which are
to be used later in the concrete. The Contractor shall provide a certified copy of the test
results to the City .
C. Quality control test ing of in-place material on this project will be performed by the city at its own
expense . Any retest ing required as a result of failure of the material to meet project
specifications will be at the expense of the contracto r and will be billed at commercial rates as
determined by the City . The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requiring testing . The Contractor shall provide access and trench safety system (if required)
04/15108 SC-30
PART D -SPECIAL CONDITIONS
for the site to be tested, and any work effort involved is deemed to be included in the unit price
for the item being tested .
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations . The temporary
measures shall include dikes , dams, berms , sediment basins, fiber mats , jute netting ,
temporary seeding , straw mulch , asphalt mulch, plastic liners, rubble liners , baled-hay retards ,
dikes, slope drains and other devices .
B . CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible-earth material exposed by preparing right-
of-way , clearing and grubbing , the surface area of erodible-earth material exposed by
excavat ion , borrow and to direct the CONTRACTOR to provide temporary pollution-control
measures to prevent contamination of adjacent streams , other water courses , lakes , ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms, dikes , dams, sediment basins , slope drains and use of temporary mulches , mats ,
seeding , or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct eros ion
that may develop during construction prior to installation of permanent pollution control
features , but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way , clearing and grubbing, excavation and borrow to be
proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading ,
mulching , seeding , and other such permanent pollution-control measures current in
accordance with the accepted schedule . Should seasonal conditions make such limitations
unrealistic , temporary soil-eros ion-control measures shall be performed as directed by the
Engineer.
2 . Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams .
3. Frequent ford ings of live streams will not be permitted; therefore, temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary . Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams .
4 . When work areas or material sources are located in or adjacent to live streams , such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream . Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream .
5. All waterways shall be cleared as soon as practicable of false work , piling , debris or other
obstructions placed during construction operations that are not a part of the finished work.
04/15108 SC-31
PART D -SPECIAL CONDITIONS
6 . The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and
reservoirs with fuels , oils , bitumen , calcium chloride or other harmful materials. He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes
and reservoirs and to avoid interference with movement of migratory fish .
C. MEASUREMENT AND PAYMENT : All work , materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this work .
D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construction
and adjacent property when construction is not in progress and at night. Drives shall be left
accessible at night , on weekends , and during hol idays. The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction .
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
D-42 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors' operations including lawns , yards, shrubs,
trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or
better than existed prior to start of work .
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense . Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
as soon as possible with a tree wound dressing .
By ordinance , the Contractor must obtain a permit from the City Forester before any work
(trimming, removal, or root prun ing) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the
Forestry Office at 817 -392-5738 . All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture . Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City.
To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-43 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot.
04/15108 SC-32
-PART D -SPECIAL CONDITIONS
D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List , for the bid to be considered responsive . Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements .
D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil , Sodding and Seeding .·
1. TOPSOIL
DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil, free from rock and foreign material , in all parkways and medians to the lines and
grades as established by the Engineer.
CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation . All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source . Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grad ing and paving
operations, topso il shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topso il parkways.
2. SODDING
DESCRIPTION : Sodding will consist of furnishing and planting Bermuda , Buffalo or St.
Augustine grass in the areas between the curbs and walks , on terraces , in median strips , on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification . Recommended Buffalo grass varieties
for sodding are Prairie and 609 .
MATERIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass
secured from sources where the soil is fertile . Sod to be placed during the dormant state of
these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a
healthy , virile root system of dense , thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots . St. August ine grass sod shall have a healthy,
virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots .
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted.
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating , haul ing, and planting . Sod material shall be kept moist from the time it is dug
until planted . When so directed by the Engineer, the sod existing at the source shall be
04/15108 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent required prior to excavating. Sod material shall be planted within three
days after it is excavated .
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades , and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St.
Augustine grass .
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows,
sod approximately three (3) inches square shall be placed on twelve ( 12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade . Holes of equivalent depth and spacing may be used instead of furrows .
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression . Hand tamping may be required on terraces .
b. Block Sodding.
At locations on the Drawings or where directed , sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered , and any voids left in the block sodding shall be filled with additional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass . Surfaces of block sod, which , in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil , shall,. upon direction of the
Engineer, be pegged with wooden pegs driven through the sod block to the firm earth ,
sufficiently close to hold the block sod firmly in place .
When necessary, the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun . Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance .
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3. SEEDING
DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications .
MATERIALS :
04115/08 SC-34
PART D -SPECIAL CONDITIONS
a . General. All seed used must carry a Texas Testing Seed label showing purity and
germination, name, type of seed , and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers . A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination:
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total: 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total : 100
CONSTRUCTION METHODS : After the designated areas have been completed to the lines,
grades , and cross-sections shown on the Drawings and as provided for in other items of this
Contract , seeding of the type specified shall be performed in accordance with the requirements
hereinafter described .
a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed .
04/15108 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing. Where applicable , the shoulders, slopes, and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun.
BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed. If the sowing of seed is
by hand, rather than by mechanical methods, the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods, is not applicable since no seed bed preparation is required .
DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45, Construction
Methods.
The seed, or seed mixture, specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type . All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45,
Construction Methods.
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened .
After the watering, when the ground has become sufficiently dry to be loose and pliable, the
seed, or seed mixture specified, shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods ,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface
without ruts or tracks . In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth.
The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300 , "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings , or if Drawings are not included, then MS-2 shall be used . Applications of the
asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard . It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth .
04/15108 SC-36
-
PART D -SPECIAL CONDITIONS
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration .
* Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the 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 fert ilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis
represent the percent of nitrogen, phosphoric acid , and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted
or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and
proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected.
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
i n place on the project site . Measurement will be made on ly on topsoils secured from borrow
sources .
Acceptable material for "Seeding" will be measured by the linear foot , complete in place .
04/15108 SC-37
PART D -SPECIAL CONDITIONS
Acceptable material for "Sodding" will be measured by the linear foot , complete in place.
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding .
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating ( except as noted
below), loading , hauling , placing and furnishing all labor, 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 ma intain 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 .
04/15108 SC-38
-PART D -SPECIAL CONDITIONS
0-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete.
8. The inspector along with appropriate City staff and the City 's consultant shall make an
inspect ion of the substantially completed work and prepare and submit to the contractor a
list of items need ing to be completed or corrected .
9. The contractor shall take immediate steps to rect ify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected .
10 . Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price . Contractor shall still be required to address all other
deficiencies, which are discovered at the time of final inspection .
11 . Final inspection shall be in conformance with general condition item "C5-5 .18 Final
Inspection " of PART C -GENERAL CONDITIONS.
0-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs,
tree trunks, and tree roots at each work site . All such measures shall be considered as
incidental work included in the Contract Unit Price bid for applicable pipe or structure
installation except for short tunneling/tree augering .
2. Any and all trees located within the equipment operating area at each work site shall , at the
d irection 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 trimm ing 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 .
04/15108 SC-39
PART D -SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted.
D-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 d iameter
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 impervious
barrier to reduce groundwater percolation through the pipeline trench . Construction material shall
consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing
and finishing shall be subsidiary to the price bid for pipe installation .
D-51 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of all existing utilities prior to
construction, in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility, the contractor shall contact the engineer immediately for appropriate design
modifications .
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation, surface restoration, field surveys, and
all incidentals necessary to complete the work , shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun .
D-52 INSTALLATION OF WATER FACILITIES
04/15108
52.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents . Payment for work
such as backfill , bedding, blocking , detectable tapes and all other associated appurtenant
required , shall be included in the linear foot price bid of the appropriate BID ITEM(S).
SC-40
04/15108
PART D -SPECIAL CONDITIONS
52.2 Blocking
Concrete blocking on this Project will necessarily be requ ired as shown on the Plans and
shall be installed in accordance with the General Contract Documents. All valves shall have
concrete blocking provided for supporting . No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve .
52.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions
of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects . The steel casing pipe shall be
supplied as follows :
For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec . 2.2 and related sections in AWWA C-203 . Touch-up
after field welds shall provide coating equal to those specified above . C. Minimum
thickness for casing pipe used shall be 0.375 inch .
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2 -15 as per Fig . 110 of the General Contract Documents .
3. PAYMENT:
Payment for all materials , labor, equipment, excavation, concrete grout , backfill , and
incidental work shall be included in the unit price bid per foot.
52.4 Tie-Ins
The Contractor shall be responsible for making tie-ins to the existing water mains . It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins . And any differences in locations and elevation of existing line tie-ins
between the contract drawings and what may be encountered in the field shall be
considered as incidental to construction . The cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe .
52.5 Connection of Existing Mains
The Contractor shall determine the exact location, elevation , configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
Any differences in locations , elevation , configuration , and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction . Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
SC-41
0411!:vOB
PART D -SPECIAL CONDITIONS
Engineer, and all efforts shall be made to keep this down time to a mini m um . In case of
shutting down an existing main, the Contractor shall notify the City Project Manager,
Construction Services , Phone 817-392-8306 , at least 48-hours prior to t he required shut
down time . The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION
OF SERVICE , Page CS -5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing
as to the location, time , and schedule of the service interruption .
The cost of removing any existing concrete blocking shall be included in the cost of
connection. Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size.
52.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water mai n from which the
extension and/or replacement is to be connected . This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve ; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers s hall be individually
advised prior to the shut out and advised of the approximate length of t ime they may be
without service .
Payment for work such as backfill , bedding , fittings, blocking and all other associated
appurtenants required , shall be included in the price of the appropriate b id items .
52. 7 Water Services
The relocation , replacement , or reconnection of water services will be required as shown
on the plans , and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing, curb stops
with lock wings , meter boxes, and if required approved manufactured
service branches . All materials used shall be as specified in the Material Standards (E 1-17
& E1-18) contained in the General Contract Documents .
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade .
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from
the main line to the meter box .
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section CS-5 .15 INTERRUPTION OF SERVICE.
SC-42
PART D -SPECIAL CONDITIONS
All water service meters shall be removed , tagged, and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock w i ngs, and corporation stop.
Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop
with lock wings, service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation.
Payment for all work and materials such as tap saddle (if required), corporation stops , and
fittings shall be included in the price bid for Service Taps to Main .
1. WATER SERVICE RECONNECTION : Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction . The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2 . WATER SERVICE · METER AND METER BOX RELOCATIONS : When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches , as measured from the center line of
the existing meter to location to the center line of the proposed meter location , separate
payment will be allowed for the relocation of service meter and meter box . Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately . Relocations made along the
centerline will be paid of in feet of copper service line .
04/15108
When relocation of service meter and meter box is required, payment for all work and
materials such as backfill , fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation . All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced . Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time . Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
SC-43
PART D -SPECIAL CONDITIONS
4 . NEW SERVICE: When new services are required the contractor shall install tap saddle
(when required), corporation stop , type K copper service line, curb stop with lock wings ,
and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
sect ion E1-18A -Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill, fittings, type K copper tubing , and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops , and fittings shall
be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box.
1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the
contractor shall furnish approved factory manufactured branches .
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
52 .8 2-lnch Temporary Service Line
A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to prov ide
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 .
04/15108
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 recondition ing or replacement. Upon
restoring permanent service , the Contractor shall re-install the meters at the correct
location . The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
SC-44
PART D -SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap . This criteria shall be used by the Contractor to
determine the length of temporary service allowed, number of service taps and number of
feed points .
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location .
Payment for work such as fittings, 3/4-inch service lines , asphalt, barricades , all service
connections , removal of temporary services and all other associated appurtenants
required , shall be included in the appropriate bid item .
B. In order to accurately measure the amount of water used during construction, the
Contractor will install a fire hydrant meter for all temporary service lines . Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible . At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used . The inspector will deliver the hydrant meters to the locations.
After installation , the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invo ice for those repairs . The issued meter is for this specific project and location only .
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
04/15108
· 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 proxim ity to an existing pressure plane boundary . Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
SC-45
04/15108
PART D -SPECIAL CONDITIONS
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 incidental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations .
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials
necessary for the installation tap saddle , gate valve , and fittings shall be included in the
price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings , and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations.
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 E1-7. The price
bid per ton of fittings shall be payment in full for all fittings , joint accessories, polyethylene
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete
cradle necessary for construction as designed .
All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E 1-13 and Construction
Specification E2-13 . Wrapping shall precede horizontal concrete blocking , vertical tie-down
concrete blocking, and concrete cradle . Payment for the polyethylene wrapping , horizontal
concrete blocking , vertical tie-down concrete blocking, and concrete cradle shall be
included in bid items for vales and fittings and no other payments will be allowed .
SC-46
PART D -SPECIAL CONDITIONS
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 th is 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 cons idered 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 condition.
D-56 TREE PRUNING
A. REFERENCES : National Arborist Assoc iation 's "Pruning Standards for Shade Trees".
B . ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2 . Vermeer V-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE
3. Steel ''T'' = Bar stakes , 6 feet long .
4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging : "Tundra" weight , International fluorescent orange or red
color.
6. Combination Fence : Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings .
D. ROOT PRUNING
04/1 5108
7. Survey and stake location of root pruning trenches as shown on drawings .
8. Using the approved specified equipment , make a cut a min imum of 36 inches deep in
order to minimize damage to the undisturbed root zone.
SC-47
PART D -SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching .
10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11 . Within 24 hours , prune flush with ground and backfill any exposed roots due to
construction activity. Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation .
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill , with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection .
E. MULCHING : Apply 2-inches 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 considered subsidiary to the project contract price and
no additional payment will be allowed .
D-58 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils, including the amount of
rock , if any, through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders , and any bidder on this project shall submit his bid under this condition .
Whether prospective bidders perform this subsurface exploration jointly or independently , and
whether they make such determination by the use of test holes or other means, shall be left to the
discretion of such prospective bidders .
If test borings have been made and are provided for bidder's information , at the locations shown
on the logs of borings in the appendix of this specification, it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same , either in character, location , or elevation , as shown on the boring logs .
.It shall be the responsibility of the bidder to make such subsurface investigations , as he deems
necessary to determine the nature of the material to be excavated . The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site .
The cost of all rock removal and other associated appurtenances , if required , shall be included in
the linear foot bid price of the pipe .
D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
04 /15108 SC-48
PART D -SPECIAL CONDITIONS
Prior to beginning construction on any block in the project , the contractor shall, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared as
follows :
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area . The flyer shall be prepared on the Contractor's
letterhead and shall include the following information : Name of Project, 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 review prior to being distributed . The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block .
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction , the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows :
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The
flyer shall be prepared on the contractor's letterhead and shall include the following information :
Name of the project, 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 .
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) 392-
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) 392-8770 and shall reimburse SSMD for all costs
incurred , both labor and material. No add itional compensation shall be made to the contractor for
this reimbursement.
D-61 SANITARY SEWER SERVICE CLEANOUTS
04/15108 SC-49
PART D -SPECIAL CONDITIONS
Whenever a san itary 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, 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 contro l 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 respons ibility to obtain the agreement prior to beginning work on subject
04/15108 SC-50
PART D -SPECIAL CONDITIONS
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 provis ions of such permits , including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance , including payment for flagmen , shall
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way". No add itional 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 locat ion to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule , including construction start date, and answer any construction related
questions . Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-66 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates .
The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such
prevailing wage rates are included in these contract documents .
Penalty for Violation .
A contractor or any subcontractor who does not pay the preva iling 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 pa id less than the prevailing wage rates stipulated in these contract documents.
04/15108 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be retained by the C ity to offset its admin istrative 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 violat ion 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 appo int 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 th is inspection .
Pay Estimates .
With each partial payment estimate or payroll period, whichever is less , the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas
Government Code.
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times .
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
(Attached)
04/15108 SC-52
PART D -SPECIAL CONDITIONS
D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP . Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulat ion or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but
which may become friable upon removal , demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable, it is regulated under the disposal
requirements of 40 CFR 61..150. A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state , as defined by the NESHAP , it can be
disposed as a conventional construction waste. The Environmental Protection Agency
(EPA) defines friable as material, when dry , which may be crumbled, pulverized or reduced
to powder by hand pressures .
C . The Generator of the hazardous material is respons ible for the identification and proper
handling , transportation , and disposal of the material. Therefore , it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable. The Excavator is
responsible to employ those means, methods , techniques and sequences to ensure this
result.
E. Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs , which are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents .
D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas
Pollutant Discharge Eliminat ion System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
04/15108 SC-53
PART D -SPECIAL CONDITIONS
permit can be obtained through the Internet at http ://www .tnrcc.state .tx .us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www .dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that , if properly utilized , can minimize the need
for physical controls and possible reduce costs . The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee .
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin , TX 78711-3087
A copy of the NOi shall be sent to :
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth , TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the
contractor shall sign , prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin , TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion contro l and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site. Five of the project SWPPP 's are available for viewing at the plans desk of the Department of
Engineering . The selected Contractor shall be provided with three copies of the SWPPP after
award of contract , along with unbounded copies of all forms to be submitted to the Texas
Commission on Environmental Quality.
04/15108 SC-54
PART D -SPECIAL CONDITIONS
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities . The SWPPP shall be incorporated into in the contract documents . The
contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized .
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above . A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities . The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion , sedimentation and water
pollution and will be included in the contract documents. The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include, but not be limited to , silt fences , straw bale dikes, rock berms,
diversion dikes, interceptor swales , sediment traps and basins, pipe slope drain , inlet protection ,
stabilized construction entrances, seeding , sodding, mulching , soil retention blankets , or other
structural or non-structural storm water pollution controls. The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP .
D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibil ity to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City 's representative . The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project, the Contractor must coordinate this activity
through the appropriate City representative . The Contractor shall not operate water line valves of
existing water system . Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7 , Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions .
04/15108 SC-55
PART D -SPECIAL CONDITIONS
D-70 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low b idder(s)
for a project to submit such additional information as the City , in sole discretion may require ,
including but not limited to manpower and equ ipment records , information about key personnel to
be assigned to the project, and construction schedule , to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame . Based upon the City's
assessment of the submitted information , a recommendation regarding the award of a contract will
be made to the City Council. Failure to submit the additional information if requested may be
grounds for reject ing 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 c ity 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 Eng ineering 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.
0411510a SC-56
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 .
04/15108 SC-57
Dete: ____ _
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 HAVE 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,
04/15108
F
0
r
0
ff
i
C
e
u
s
e
n
I
y
0 .
T
A
H
p
A
0
N
E
s
H
A
p
D
T
D
H
D
L
PART D -SPECIAL CONDITIONS
~ DEMOLITION/ RENOVATION
~ NOTIFICATION FORM
T D H
TEXAS DEPARTMENT OF HEALTH
NOTE: CIRCLE ITEMS THAT ARE AMENDED
NOTIFICATION#~---c-:,---.,....------
t) Aba temen t Contractor. ________ ~-~~~------TDH License Number. _____ _
Address : City: State : Ztp :
Office Phone Number: Job Site Phone Number: ----
Site SUpervisor: _____________ TOH License Number:---------------
Slte Supcl'VJSOr: TOH License Number.·--------------Trained On-Site NESHAP lndividu.al :. _______________ Certification Dale:. _______ _
Demolition Contractor : ___________ ,,_.. __ omce Phone Numoor..._..__ _________ _
Address : Ci l y: Sta1e : ___ __,Zip: ___ _
2) Project Consultant or Opera1or:'-_______________ TOH LJC(Jr\S8 Number: _____ _
Mll!ling Add r ess: ____________ -,--------,,...,.,.,.-=----:---,----,----,-----------
Clty. Slate:. ___ -'Zip:. ____ Office Phone Number:.___....._ _____ _
3) FacllityOwner._--------------------------------Altention: _____________________________________ _
Mailing Add ress:--------------------------,---,----,---------
Cily. State : Zip : Owner Ptione Number._( _}._ ____ _
.. Noto: Tho invoicG1 for the notifi-cation feo wlll be sent to the owne:r of the bulld:ing and the bUlll\!'.I eu:Jdrcss for tho Invoice will be
obtained from tho 1nro,m:ition tti.st Is provide(! In this seetlon .
4) Description or Facffity Name=-------------------------------Physical Address : _____________ County: City: _______ Zip: ___ _
Faclli1y Phone Number Facility Contact Person : ___ ~----------
Oescrip lion of Area/Room Number: ____________________________ _
Prior Use : _______ ~~------·Fulu r e Use: __________________ _
Age o f 8uildifl9}Facllity: Srze : Number of Floors~· _____ School (K • 12): o YES D NO
5) TYJ)(I of Work: O Demolition o Renovation (Abatement) O Annual Consolidated
Work will be during: 0 Day o Evenin g D Night ~ Phased PrOject
Description of work sche<1Ule : ______________________________ ~
6) Is this a Public Buildfng? o YES
NESHAP-Only Facillty? D YES
D NO Federal Faclllty? 0 YES :: NO Industrial Site? D YES O NO
D NO Is Building/Facility Occupied? 0 YES o NO
7) No 1ifr~tion Type CHECK ONLY ONE
V :J Original (10 Working Days) : Cancellation c Amendment o Emergency/Ordered
I
0
I
a
ti
0
n
7
0
y
e
s
(3
N
If this is a n am<l ndmllf'lt, 11,'hi ch amendment number is this?_ (Endos.c copy of original and/or last amendment)
If an emergency, who did you tal.k with at TOH? Emergency#: ______ _
Date and Hour of EmQl'ge n cy (HH IMM/DDIYY}: _______ _
Description of tlle sudden , unexpected event and explallatiO n of how the e vent caused unsafe conditions or Would cau se
equ ipment damage {computers. machinery. etc. ________________________ _
8) Desctip lion of procedures lo be followed In the event that unexpected asbestos is found or pr eviously non-friable
asbestos material becomes au:mbled. pulver ized. or reduced lo powder;-----------------
9) Was an Asbes tos su rvey performed? J YES D NO D ate : I I TOH Inspector License No: _____ _
Analytical Melhod: D PLM D TEM D Assumed TDH Laborat ory License No: ------
(For TAHPA (public bu ilding) projects: an assumption mus t be made by a TDH Licen sed I ns pector)
10) Descriptio n of plan n ed demolition or renovation work, type of material, and method(s) to be used._· ----~--
11} Description or work practices tind engineering con trols 10 be used to prevoot emissions of asbestos al the
demolition/renova1ion : __ _.._ ____________________________ _
-----·----------
SC-59
04/15108
PART D -SPECIAL CONDITIONS
12) All applicable Items in the rl)!lowing table must be completed: IF NO ASBESTOS PRESENT CHECK HERE O
Pipes Surface Area
RACM to be removed
RA.CM NOT removed
Interior Cate I non-rriabla removed
Ext.etior Ca o I non-friabt.e remo\'ed
I non-friable NOT remo\•ed
Interior cat o II non-friable removed
Exterior Cate. II non-friable removed
Ca II non.frlat>le NOT removed
RACM Off-Facility Component
13) Waste Transporter Name: _________________ TOH License Number.------
Address: ____________ City : __________ State: ___ Zip:. ___ _
Cont;icl Person· Phone Number: "--....L.---------
14) Waste Disposal Site Name=·----------~--------------------
Address._· ----~---------Ci1y: ----------Stale: ___ Zip: ___ _
Telephone: TNRCC Pl!l'mit Number:--------
15) For structurally unsound facllllles, attach a copy of demolition order and identify G-Ovemmental Official below:
Name: egistratlon No:--------------
Tille.:_ -.--,---,-,--=.,...,.-.--,----,------
Date of order (MMIDDJYY) / Dale order to begin (MM!ODNY) /
16) Scheduled Dates of Asbestos Abatement (MM/DDIYY} Start: -------Complete: __ / ____ .'-/
17) Scheduled Dates Demolition/Renovation {MP.VODNY) Slart: Complete:. _ _:.. _ _./ __ __,~
•• Note: H the start date on lhl:s nolifitatlon can not bo mvt. thv TOH Regi~nal or Lot al Program office Must be contacted by
phone prior to the &tart date. Falluro to do so ls a violation In aceortbnco to TAtfPA. Section 295.61.
I hereby certify ttun all informatiion I have provided is correct. comploto. and 1rue 1o the becst of my knowledge. I ackn[)'n'l edge
that I am respons i ble for all aspects of the notifica1ion form, i.nclvdi ng, but not limiting. content and submlssfon dates. The
maximum penalty is S10.000 per day per VtOlation .
(Signature of Building OtY.nerl Operator
or Delegated Consul tant/Contractor)
MAIL TO:
•Faxos aro 1101 accepted"
(Prtnle<S NatM) (Date)
ASBESTOS NOTI FICATION SECTION
TOXIC SUBSTANCES CONTROL ONISION
TEXAS DEPARTMENT OF HEAL Tl-!
PO BOX 143538
AUSTIN. TX 78714-3538
PH: 512-834-6600, 1-800-572-5548
(Telephone)
{Fax Numoor)
·Faxes :1rc nor accepted•
Farm APB#5, dated 07129/02. Replaces TOH form dated 07/13/01. For assistance in completing form, call 1-800-572-5548
SC-60
I
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RA TES
SUBJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION:
it is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality.
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction . The attached 2008 Prevailing Wage Rate data was compiled from
that survey. · ·
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds.
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Eric Bundy (7598)
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Councii 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) Penaltv 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
of2258.023, Tex:as 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 determmation that there is good cause to believ e 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 resolv e
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 -en 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 c-entractor and each subc-entractor shall, for a
period of three (3) years following the date ofacceptance 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 bytb.e City. The provisions oftb.e Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates . With each partial payment estimate or payroll period, whichever
is less , the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
... ··-----··· ---· -·-··-----· ------·--------------·---------·-----·----------------------
-----------~----------------
PREVAILING WAGE RA TES 2008
Air Tool Operator $10.06
Asphalt Distributor Operator $13.99
Asphalt Paving Machine Operator $12.78
Asphalt Raker $11.01
Asphalt Shoveler $ 8.80
Batching Plant Weigher $14.15
Broom or Sweeper Operator $ 9.88
Bulldozer Operator $13.22
Carpenter $12.80
Concrete Finisher, Paving $12.85
Concrete Finisher, Structures $13.27
Concrete Paving Curb ing Machine Operator $12.00
Concrete Pavinf:( Finishing Machine Operator $13.63
Concrete Paving Joint Sealer Operator $12.50
Concrete paving Saw Operator $13.56
Concrete Paving Spreader Operator $14.50
I Concrete Rubber I s:1ot<.1 I ,. _ ·--
Crane, Clamshell, Backhoe , Derrick, Drag;Jine, Shovel Operator $14.12
Electrician $18.12
Flae:e:er $ 8.4 3
Form Builder/Setter, Structures $11,63
Form Setter, Paving & Curb $11.83
Foundation Drill Operator, Crawler Mounted $13.67
Foundation Drill Operator, Truck Mounted $16.30
Front End Loader Operator $12.62
Laborer, Common $ 9.18
Laborer, Utilitv $I0.65
Mechanic $16.97
Milling Machine Operator, Fine Grade $11.83
Mixer Operator $11.58
Motor Grader Operator, Fine Grade $15.20
Motor Grader Operator, Rough $14.50
Oiler $14.98
Painter, Structures $13.17
Pavement Marking Machine Operator $10.04
Pipelayer $11.04
Reinforcing Steel Setter, Paving $14.86
Reinforcing Steel Setter, Structure $16.29
Roller Operator, Pneumatic , Self-Propelled · $11.07
Roller Operator, Steel Wheel, Flat Wheel/Tamping $10.92
Roller Operator, Steel Wheel, Plant Mix: Pavement $11.28
Scraper Operator $11.42
Servicer $12.32
Slip Form Machine Operator $12.33
Spreader Box Operator $10.92
Tractor Operator, Crawler Type $12.60
Tractor Operator, Pneumatic $12,91
Traveling Mixer Operator $12.03
Truck Driver, Lowboy-Float $14.93
Truck Driver, Single Axle, Heavy $11.47
Truck Driver, Single Axle, Light $10.91
Truck Driver; Tandem Axle, Semi-Trailer $11.75
Truck Driver, Transit-Mix $12.08
Wa2on Drill, Boring Machine, Post Hole Driller Operator $14.00
Welder $13.57
Work Zone Barricade Servicer $10.09
------------
--·--·-----·--------------·-------------·-·-----·--~·----·--. ---·----------------------·-
'
Classification
\ "''' Rate
Classification HrlyRate
AC Mechanic $21.59 Plumber $20.43
AC Mechanic Helper $12.00 Plumber Helper $14.90
Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00
Br icklayer/Stone Mason $19.12 Roofer $14.00
Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00
Carpenter $16.23 Sheet Metal Worke r $16.96
Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31
Concrete Finisher $13.49 Sprinkler System Installer $18.00
Concrete Form Builder SB. ;2 Sprinkler System Installer Helper $9.00
Drywall Mechanic $14.62 I Steel Worker Structural $17.43
Drywall Helper $10.91 Concrete Pump $20.50
Crane, Clamsheel, Backhoe, Derrick, D'Line
Drywall Taper $13.00 Shovel -$17.76
Drywall Taper Helper $9.00 Forklift $12.63
Electrician (Journeyman) $20.20 Front End Loader $10.50
Electrician Helper $14.43 Truck Driver $14.91
Electronic Technician $19 .86 Welder $16.06
Electronic Technician Helper $12.00 Welder Helper $9.75
Floor Layer (Resilient) $20.00
Floor Layer Helper $13.00
Glazier $18.00
Glazier Helpe r $13.00
Insulator $14.78
Insulator Helper $11.25
Laborer Common $10.27
Laborer Skilled $13 .18
Lather $16.10
Painter $14 .8 3
Painter Helper $8.00
Pipefitter $18 .85
Pipefitter Helper $12.83
Plasterer $17.25
Plasterer Helper $12.25
---·----------------------·---·-·------. -----·--------·--------·--------·------------------------------~
--··--------· ~ ---·-----------~-
PART DA
DA-1
DA-2
DA-3
DA-4
DA-5
b~~
[)~;7
DA-8
DA-9
DA-10
DA-11
DA-12
DA-13
DA-14
DA-15
DA-16
DA-17
DA-18
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
OA-46
DA-47
11 /02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) ... 5
PIPELl~E REHABILITATION CURED-IN-PLACE PIPE (OMITTED) ......................... 5
PIPE ENLARGEMENT SYSTEM (OMITTED) •.....•.•................................................... 5
FOLD AND FORM PIPE (OMITTED) ..........................................•.............................. 5
SLIPLINING (OMITTED) ...............................................••.......................................•... 5
~{f~T,t·i~J!L'.~1;AAY]~t ff~1rrtt~ft OJt~fi,q gij ..................................................... 5
JYPE_;QF .C::~StN.G.:P.l~E; ........................................•................................................... 8
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) ......................... 9
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED)
................................................................................................................................... 9
MANHOLE REHABILITATION (OMITTED) ....•.......................................................... 9
SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) ........... 9
INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
(OMITTED) ................................................................................................................. 9
INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) ......................... 9
INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) ................. 9
INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMITTED) ............... 9
INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMITTED) ................................................................................................................. 9
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) ................ 9
RIGID FIBERGLASS MANHOLE LINERS (OMITTED) ..........•................................... 9
PRESSURE GROUTING (OMITIED) ............................•........................................... 9
VACUUM TESTING OF REHABILITATED MANHOLES (OMITIED) ........................ 9
FIBERGLASS MANHOLES (OMITTED) ......•...................•......•.................................. 9
LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................... 9
REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITIED) ..................... 10
REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED) .......•..................... 10
REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITIED) ...................... 10
GRADED CRUSHED STONES (OMITTED) ............................................................. 10
WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE (OMITTED) .................................... 10
BUTT JOINTS -MILLED (OMITIED) ...................................................................... 10
2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ................................................. 10
REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITIED) ...................... 11
NEW 7" CONCRETE VALLEY GUTTER (OMITTED) .............................................. 11
NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) ........................................ 11
8" PAVEMENT PULVERIZATION (OMITTED) ........................................................ 11
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITIED) ... 11
RAISED PAVEMENT MARKERS ............................................................................. 11
POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .............. 11
LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL. .... 15
ROCK RIPRAP -GROUT-FILTER FABRIC (OMITTED) ....................................... 16
CONCRETE RIPRAP (OMITIED) ............................................................................ 16
CONCRETE CYLINDER PIPE AND FITIINGS (OMITTED) .................................... 16
CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) ..................................... 16
UNCLASSIFIED STREET EXCAVATION (OMITTED) ............................................. 16
6" PERFORATED PIPE SUBDRAIN (OMITTED) .................................................... 16
REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) .............................. 16
RECOMMENo'~o SEQU.EI\JC::E Qf:,.CdNSTI~j~~i iP.N ............................................ 16
PAVEMENT REPAIR IN PARKING AREA (OMITTED) ............................................ 17
ASC-1
Q~~Q
DA-49
DA-50
DA-51
DA-52
DA-53
DA-54
DA-55
.QA-5&
DA-57
DA-58
DA-59
DA-60
DA-61
DA-62
DA,~6~
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
~$EMENT~-AND P,ERM!"t§. .................................................................................. 17
HIGHWAY REQUIREMENTS (OMITTED) ............................................................... 17
CONCRETE ENCASEMENT (OMITTED) •..............••...•.•.•.••.••...•••...•..•.................... 17
CONNECTION TO EXISTING STRUCTURES ........•.•.........•................•..................• 17
TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) ........... 17
OPEN FIRE LINE INSTALLATIONS (OMITTED) ....••.•••.••••.....•.•••.•.•..•••.....•..........•.. 17
WATER SAMPLE STATION (OMITTED) ........................•.......................................• 17
CURB ON CONCRETE PAVEMENT (OMITTED) .................................................... 17
SHQP~DRAWIN~S .................................................•.•.............................................. 17
COST BREAKDOWN ............................................................................................... 18
STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ............................... 19
H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................ 19
ASPHALT DRIVEWAY REPAIR ................................•...........•................................. 19
TOP SOIL ............•........•..............•.....•............................•.•.........•............................ 19
WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED)
........•...•.•...•...•............•.....•...........................................................................•........... 19
13)o:_QU~fi.TJTl_E~ ..................................................................................................... 19
WORK IN HIGHWAY RIGHT OF WAY (OMITTED) •...........................•..•................. 19
CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 19
OPTION TO RENEW (OMITTED) ..........•.......................................•......................... 20
NON-EXCLUSIVE CONTRACT (OMITTED) ............................................................ 20
CONCRETE VALLEY GUTTER (OMITTED) ............•..........•......•.•.........•................. 20
TRAFFIC BUTTONS (OMITTED) .....•.......................•....•.................•........................ 20
PAVEMENT STRIPING (OMITTED) .•....................•....•..•....•........•...•........................ 20
H.M.A.C. TESTING PROCEDURES ........................................................................ 20
SPECIFICATION REFERENCES ......................................•...................................... 20
RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX .................................................................................................... 20
RESILIENT-SEATED GATE VALVES (OMITTED) .................................................. 21
EMERGENCY SITUATION, JOB MOVE-IN (OMITTED) ...•...................................... 21
1 %" & 2" COPPER SERVICES (OMITTED) ........................................................... 21
SCOPE OF WORK (UTIL. CUT) (OMITTED) ...........•............................................... 21
CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMITTED) •.•............................. 21
CONTRACT TIME (UTIL. CUT) (OMITTED) ............•..............•..•............................. 21
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) .......... 21
TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) ............................. 21
LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) ................................................. 21
PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) ................................................ 21
TRENCH BACKFILL (UTIL. CUT) (OMITTED) ........•............................................... 21
CLEAN-UP (UTIL. CUT) (OMITTED) ........................•.............................................. 21
PROPERTY ACCESS (UTIL. CUT) (OMITTED) ......•............................................... 21
SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) .............•...................................... 21
STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) ......................... 21
CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) (OMITTED) ....... 21
2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) ....................................... 21
ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)
(OMITTED) ............................................................................................................... 21
MAINTENANCE BOND (UTIL. CUT) (OMITTED) ..........•......................................... 21
BRICK PAVEMENT (UTIL. CUT) (OMITTED) .......................................................... 22
ASC-2
DA-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
tiA-;11)
DA-114
DA-115
DA-116
oA.;.ftt
-~ .f
DA-118
DA-119
DA-120
DA-121
DA-122
DA-123
DA-124
DA:t2ij·/
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) ...................................... 22
CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ................................ 22
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) .................. 22
"QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) ...........•.................................. 22
UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) ................................................... 22
STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMITTED) ............................................................................................................... 22
UMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ................ 22
CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) .•................................ 22
PAYMENT (UTIL. CUT) (OMITTED) .............................................•.......................... 22
DEHOLES (MISC. EXT.) .......................................................................................... 22
CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) .................................... 22
PRESSURE CLEANING AND TESTING (MISC. EXT.) ........................................... 22
BID QUANTITIES (MISC. EXT.) (OMITTED) ...•....................................................... 23
LIFE OF CONTRACT (MISC. EXT.) (OMITTED) ..................................................... 23
FLOWABLE FILL (MISC. EXT.) ......................•........................................................ 23
BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ....................................... 23
DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .... ; ..... 23
WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) .......................... 23
MOVE IN CHARGES (MISC. REPL.) (OMITTED) .................................................... 24
P~OJE¢'.T,'SIGNS ·(11.11scf~Rl;Pl:.) ............................................................................ 24
LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) ............................................. 24
TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) .......................... 24
FIELD OFFICE (OMITTED) .........................•..........................•................................. 24
TRAfFict¢o'~ti:t.ot.-.e~ij ..................................................................................... 24
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
(OMITTED) ............................................................................................................... 24
DUCTILE IRON PIPE (OMITTED) ............................................................................ 24
CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED) ............................................................................................................... 24
BURIED STEEL PIPE AND FITTINGS (OMITTED) ................................................. 24
CATHODIC PROTECTION (OMITTED) ................................................................... 24
GRAVEL DRIVEWAY REPAIR (OMITTED) ............................................................. 24
REPLACEMENT OF TREES (OMITTED) ................................................................. 24
PIPEqN·E~ .CRO$Sl~<(HiGHWAYSt STREETS.'.'AND~~RAlt~¢Ai:)°S._BY BORI_NG,.
TUNNELING _OR ,Qi:>EN -CUT ................................................................................... 24
BUTTERFLY VALVES (OMITTED) .......................................•................................. 31
GATE VALVES (OMITTED) ..................................................................................... 32
AIR RELEASE VALVES (OMITTED) ....................................................................... 32
CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT
AREA ....................................................................................................................... 32
FIBERGLASS SEWER PIPE -GRAVITY SERVICE (OMITTED) ............................ 33
JUNCTION SANITARY SEWER MANHOLE (OMITTED) ........................................ 33
SUBSURFACE EXPLORATION .............................................................................. 33
ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES .............. 33
ABANDON EXISTING PIPE LINE ............................................................................ 33
REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) ....... 33
SANITARY SEWER AND WATER LINE MARKERS ............................................... 33
ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS (OMITTED) •.•..........................•..........•..•.•....•....•.....•.....•....••....•. 35
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY
(OMITTED) •..•.....•..••••...••••......••.......••..............•....•.........•.....•..........••......•••.......••.••.. 35
DA-139 GROUTING PROCEDURE (OMITTED) ...............•.............•............•........................ 35
DA-140 TUNNELING (OMITTED) ..........•...............................................•....••..••.•.•............... 35
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 (OMITTED)
DA-4 FOLD AND FORM PIPE (OMITTED)
DA-5 SLIPLINING (OMITTED)
oA':.~'. ,. pipE · INSf Al Li:cf e vroTif Effft:iif.i r5)f~N'~Oj
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.
8. MATERIALS :
11 /02104
1. Casing Pipe : Casing pipe shall be steel conforming to ANSI 836.10 and the
following :
2 .
3 .
4 .
a. Field Strength: 35,000 psi minimum .
c . Diameter: As shown on the drawings (minimum size requirements).
d . Joints : Continuous circumferential weld in accordance with AWS 01 .1.
Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents .
Sewer Pipe without Casing Pipe : Shall be minimum Class 51 ductile iron pipe , or
as designated on the plans .
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.
ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
11/02104
1. Where sewer pipe is required to be installed under railroad embankments or under
highways, streets or other facilities in other than open cut, construction shall be
performed in such a manner so as to not interfere with the operation of the
railroad, street, highway, or other facility, and so as not to weaken or damage any
embankment or structure . During construction operations , barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained, until such
time as the backfill has been completed and then shall be removed from the site.
2 . Pits and Trenches :
a. If the grade of the pipe at the end is below the ground surface, suitable pits
or trenches shall be excavated for the purpose of conducting the jacking or
tunneling operations and for placing end joints of the pipe. Wherever end
trenches are cut in the sides of the embankment or beyond it, such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in .
b. The location of the pit shall meet the approval of the Engineer.
c . The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed.
3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place.
a.
b .
C.
The boring shall proceed from a pit provided for the boring equipment and
workmen . The holes are to be bored mechanically. The boring shall be
done using a pilot hole. By this method an approximate 2-inch hole shall
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored . Other
methods of maintaining line and grade on the casing may be approved if
acceptable to the Engineer. Excavated material shall be placed near the
top of the working pit and disposed of as required. The use of water or
other fluids in connection with the boring operation will be permitted only to
the extent required to lubricate cuttings . Jetting or sluicing will not be
permitted .
In unconsolidated soil formations, a gel-forming colloidal drilling fluid
consisting of at least 1 O percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit, seal the walls of
the hole , and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
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.
ASC-6
11/02104
4.
PART DA -ADDITIONAL SPECIAL CONDITIONS
Installation of Carrier Pipe in Casing :
a. Sanitary sewer pipe located within the encasement pipe shall be supported
by "skids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing, and to keep the installed line from resting on the bells.
b. All skids shall be treated with a wood preservative. Skids should extend for
the full length of the pipe with the exception of the bell area and spigot area
necessary for assembly unless otherwise specified.
c. The Contractor shall prevent over-belling the pipe while installing it through
the casing. A method of restricting the movement between the assembled
bell and spigot where applicable shall be provided .
d . At all bored, jacked, or tunneled installations, the annular space between
the carrier pipe and casing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe.
The backfill material will not be required unless specified on the plans and
specified by the Engineer.
e . Closure of the casing after the pipe has been installed shall be plugged at
the ends of the casing as shown on the drawings or as required by the
Engineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe:
a. As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe.
b. When a casing pipe is not designated on the drawings, the contractor shall
provide a casing pipe if necessary to achieve line and grade. Casing pipe
shall be provided at no additional cost and shall be subsidiary to the cost
bid for installation By Other than Open Cut.
c. Bore and jack in accordance with paragraph C.3 . above .
d . Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in soft soil
layer. All voids outside of installed pipe shall be pressure grouted .
6 . Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring, or when shown on the plans, a tunneling method may be
used, with the approval of the Engineer or railroad/highway officials .
a. When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden. The Contractor shall submit the
proposed liner method to the Engineer for approval. The tunnel liner
design shall bear the seal of a licensed professional engineer in the State
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 lim its of excavation shall be
pressure grouted or mud-jacked.
c. Access holes for placing concrete shall be space at maximum intervals of
1 O feet.
D. MEASUREMENT AND PAYMENT : Installation of pipe by other than open cut will be
measured by the linear foot of pipe , complete in place . Such measurement will be made
between the ends of the pipe along the central axis as installed . The work performed and
materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid
per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of
pipe specified as shown on plans . The furnishing of all materials, pipe , liner materials
required for installation , for all preparation , hauling and installing of same, and for all
labor, tools, equipment and incidentals necessary to complete the work, including
excavation , backfilling and disposal of surplus material shall be included in the Contract
Unit Price as shown in the Bid Proposal. Payment shall not include pavement
replacement , which if required, shall be paid separately.
DA:i/~,. TY el;~QJ;.'CA$f N9: ·P.11?~
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of
E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects. The steel casing pipe shall be supplied as
follows :
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 .
~;: ;. ~,inJ~~t!9,~J~~i,~~s ,f9_r~caj id~-:P[~-.~~~,g spa.!\~.-.~~§!,~:: iJ.lS~;J f.qr;, ~r7~~:wl!~}f'' tpe raiiro~d
p~rrn1~:~re;a,.,casmg p1pe ·tf1 _1cl,<nes§ st,lall b~ 11r ;accorgance~w,tfl J!ie railroad p~rm1t
c .a_si~g spac~rs (Cent~red ~ ~estrfl·irfod · Style) su~h. '~s m':=111µfa,ct ~r~d by' Cas¢,ad f W,~terwo.rks
M_an uf!3~turing Con:ipa,,iy ,: Adv~,nye<f Prpducls .~n O: Systen:is, · l.1:tc .', ·, __ or .ali approve,::f.equal s~aJ t pe
u{ed ori )II pipes wh~i, irlstall~d in'·casin~j'.' .Casing space rs~'shall t;>e :~lainless 's!e~t.-·· lristallation ~bi it §~ :asi rec~rnm.~ndi 9 b~ the""r'11aniJ factu ~~m arid} t he 'disihQ ~$pac~r deiign· ~flail'. be ,submitt~d
~s ~·~l)op ' drawing for f evi~w.
2. SEWER:
11/02104
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig . 11 O of the General Contract Documents .
ASC-8
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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)
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED)
DA-10 MANHOLE REHABILITATION (OMITTED)
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED)
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 (OMITTED)
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM (OMITTED)
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-20 PRESSURE GROUTING (OMITTED)
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED)
DA-22 FIBERGLASS MANHOLES (OMITTED)
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes
and water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observation and marking activity . In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure.
11 /02104 ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
It shall be the contractors responsib ility to notify the utili ty companies that he has commenced
work on the project. As the resurfacing is completed (with in same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon comp letion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in orde r for the utilities to adjust facilities accordingly . The following are utility contact
persons :
Company Telephone Number
Southwestern Bell Telephone
Texas Utilities
Lone Star
City of Fort Worth,
Street Light and Signal
338-6275
336-9411
Ext . 2121
336-8381
Ext . 6982
871-8100
Contact Person
"Hot Line"
Mr. Roy Kruger
Mr. Jim Bennett
Mr. Jim Bob Wakefield
Of course, under the terms of this contract , the contracto r shall complete adjustment of the storm
drain and Water Department facilities , one traffic lane at a time with in five (5) working days after
completing the laying of proposed H.M .A.C. overlay adjacent to said facilities .
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER (OMITTED)
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED)
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED)
DA-27 GRADED CRUSHED STONES (OMITTED)
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMITTED)
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 Recycling-Asphalt
Concrete" shall apply to the construction methods for this portion of the project.
Standard Specification 312 .5 (1) shall be revised as follows: The prime coat , tack coat, or the
asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit
and rising , the temperature being taken in the shade and away from artificial heat. Asphaltic
1 1/02104 ASC -10
PART DA -ADDITIONAL SPECIAL CONDITIONS
material shall also not be placed when the wind conditions are unsuitable in the opinion of the
Engineer.
The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M .A.C . overlay . The City will provide laboratory control as
necessary.
The 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 incidenta ls necessary to complete the work.
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTIER (OMITIED)
DA-32 NEW 7" CONCRETE VALLEY GUTIER (OMITIED)
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITIED)
DA-34 8" PAVEMENT PULVERIZATION (OMITIED)
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITIED)
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".
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
11102104
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. Obtain ing 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.
ASC -11
PART DA -ADDITIONAL SPECIAL CONDITIONS
e. Hiring of qualified env ironmental sampling professionals that will collect and submit
samples to the applicable City of Fort Worth testing laboratory. The City of Fort
Worth 's Department of Environmental Management for coordination of laboratory
testing .
2. REFERENCES
a. All applicable OSHA regulatory requirements.
b. All applicable Environmental Protection Agency (EPA) regulatory requirements.
c. All applicable State of Texas regulatory requirements .
d. All applicable City of Fort Worth (City) regulatory requirements .
e . All applicable NIOSH standards.
f . All applicable TNRCC requirements .
3. SUBMITT ALS
a. The contractor shall prepare and submit to the City's Department of Environmental
Management, Senior Specialist in Compl iance , 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)
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 excavat ion 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 :
11/02104
1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation ,
including pipe gaskets , shall be resistant to petroleum hydrocarbon deterioration .
ASC -12
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 potent ially 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 PIO or FID tested soil sample will be considered potentially
petroleum contaminated . The soul sample should be a recent sample from the
excavation face . The sample should be stored in a laboratory supplied glass jar with
a teflon gasket lined lid. The City of Fort Worth Department of Environmental
Management will be notified prior to all sample collection and submittal to the current
testing laboratory identified by the City . The 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 CONTAMINATED SOIL (PPCS)
a. Contractor shall coordinate with the City to determ ine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site:
ASC -13
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Provide a diked enclosure large enough to hold all material and prevent runoff.
2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the
existing soil.
3. At the end of each work day, Contractor shall completely cover stockpile with 20
mil plastic. During the day , the Contractor shall keep the stockpile covered, as
necessary, to prevent release of contaminated materials due to rain or wind .
4 . Sampling and evaluation of materials will be performed at the Contractor's
expense . (The City of Fort Worth will provide laboratory services)
b. PPCS shall be handled , tested, observing all standard chain-of-custody procedures
and sampling preservation and analyses shall conform to published and recognized
standards .
c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total
Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and
Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort
Worth Department of Environmental Management.
d. Contaminated soil identified by test results will be disposed of according to DA-36 ,
Loading, Transportation, and Disposal of Contaminated Soil.
e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as
backfill material, if the soils also meet the Type C or B backfill classifications.
4 . HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW)
a. Water pumped from the excavation or from dewatering activities that has an oily
sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially
petroleum contaminated.
b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC 's
appropriate state regulation . PPCW shall be tested no later than 15 days prior to
extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water
separator, air stripper or GAC canisters. Contractor shall have his testing laboratory
determine that the oil/water separator treated discharge is within the limits
established by the TNRCC's regulations before being allowed to discharge
(discharge to sanitary sewer). Contractor shall be responsib le for furnishing the
effluent test reports to the City .
c. Alternatively , the Contractor may dispose of contaminated water, after appropriate
pretreatment , into the sanitary sewer collection system. It shall be the responsibility
of the Contractor to obtain the necessary permit(s) and to perform all testing
required by the City of Fort Worth Pretreatment Services Division .
d. All treated water shall be discharged into a Contractor supplied Frac Tank , sampled ,
and analyzed before discharge into the sewer system .
e . The product that is recovered shall be disposed of in accordance with all applicable
regulations . Any phase separate product recovered from the oil/water separator and
air stripper shall be transported in accordance with Department of Transportation
ASC -14
PART DA -ADDITIONAL SPECIAL CONDITIONS
rules and regulations for flammable products. When transporting product for
disposal, transportation shall also be performed by a licensed carrier. The
Contractor is responsible for proper manifesting of the material from the site to the
waste disposal facility. Completed Manifests shall be returned to the City
Department of Environmental Management within 90 days of shipment.
5 . HANDLING VAPOR CONCENTRATIONS
a. In order to maintain safe working conditions, the vapor concentrations should not
exceed 20 percent of the Lower Explosive Limit (LEL). During construction ,
measures should be taken to maintain LEL levels below 20 percent in all working
areas.
b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a
LEU02 meter should continuously operate in the working area . The CGI should be
properly calibrated and should have an alarm that sounds if 20 percent LEL is
reached . Monitoring data from the GCI should be recorded periodically to determine
if ventilation or other methods are effective. In the event local health and safety
agencies require more stringent monitoring, the local regulations must be
implemented.
D. MEASUREMENT AND PAYMENT:
Payment for handling PPCS , PPCW and Vapor Concentrations, obtaining and paying for
any permits required, hiring the services of a qualified professional environmental
consultant(s), environmental issues, stockpiling and all issues included and incidental to this
section will be full compensation for all labor, equipment, materials, and supervision.
Measurement and Payment for this section will be per linear foot of trench excavated where
the excavated material is handled as a contaminated material. No separate payment will be
made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc.
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
A. GENERAL:
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:
11 /02104
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
ASC -15
PART DA -ADDITIONAL SPECIAL CONDITIONS
description information . These resu lts may not be uniform throughout the entire site . For all
petroleum substance waste , the waste shipment record utilized shall be the TNRCC
PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall
be responsible for obtaining, originating and maintaining manifests in accordance with
federal and state laws . The Contractor shall sign the manifests forms as Independent
Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT
AND TREATMENT/ DISPOSAL-OF WASTES IN CONTINGENT UPON RECEIPT BY THE
ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in
agreement with regard to the type and amount of waste removed from the site and received
by the treatment/disposal facility . The Contractor shall immediately resolve any manifest
discrepancies . Completed Manifests shall be returned to the City Department of
Environmental Management within 90 days of shipment.
C. MEASUREMENT AND PAYMENT:
Payment for this item shall be made per in place cubic yard of contaminated soils that are
loaded, transported and disposed of in an approved specia l disposal site . No separate
payment will be made for loading , transportation and disposal of contaminated ground
waters collected ; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM
CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the
Contractor's bid submittal and approved by the City of Fort Worth Department of
Environmental Management prior to contract award. Contractor shall be responsible for all
landfill costs, including, but not limited to landfill fees, transportation costs and landfill
operator requested analytical testing and waste characterization .
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (OMITTED)
DA-40 CONCRETE RIPRAP (OMITTED)
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED)
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED)
DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED)
DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED)
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED)
DA~6 RECOMMEND_l;O SEQUENCE OF' CON~TRV~TIQ~
l n,,i OrciEf to , ~~-~i.lit~b~ J;mely. ~ecorstructiO[l ,ot~be a!f~~t~,fl ~:f ~~.dyta~}~r;fa._ses (~Ub~~Cf~~nt .to
~at ~t(~e~er , m~ta.l.~~t1pl'.l)).~pnd~r, the: City:s rqa1w~y,i_rriai"!ten,~nc;~ er<?gr ~[r( lt).~, f~cqrn _m~ndedthat
the pr_ppo_sed :· water a,rid/or s~mtary sew~r 1n:iprqverrient~;::_be .. cona.ucted ~ccording :,:;to the
sequence· detai.l~d) in t6e\Shutdown and . $equencj ng _nqtes, in'J he Cpnstru~tio,i Pl~D.s'.
After the work start date has been established, the selected contractor shall be required to submit
the beginning and ending dates for all work (including pavement repair) on each of the project
streets . Please be advised that the contractor has the option of submitting a different sequence
of construct ion than stated above . The contractor shall not be allowed to begin work (but time
11102104 ASC -16
PART DA -ADDITIONAL SPECIAL CONDITIONS
sh~iT 'be ,s''i.1bn1ittecl. to_ th(t ,<;i~~witJjJti 8-Cqntracto~s ero-o.sa.l. Submittals may be checked by
and stamped with the approval of the Contractor and identified as the Engineer may require .
Such review by the Engineer shall include checking for general conformance with the design
concept of the project and general compliance with information given in the General Contract
Documents . Indicated actions by the Engineer, which may result from his review, shall not
constitute concurrence with any deviation from the plans and specifications unless such
deviations are specifically identified by the method described below, and further shall not relieve
the Contractor of responsibility for errors or omissions in the submitted data . Processed shop
drawing submittals are not change orders. The purpose of subm ittals 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 i ntends to use . If deviations,
discrepancies or conflicts between submittals and the design drawings and/o r 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 techn iques 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 sign ifies 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 :
~:Wa.J;tJ ~ipe ~h~, f!lti~g·s,wlt f t§ly . br~wjn'gs tgt 48:tP fpe~{Nq,fer 48'!. Pipe ;J o ~e~_~uJ5 mitted
y.,ith · Proposal) .;:st~~I e as_ing_ Pfpe . .
..:: Resil ient Seat"Gate-.Valves :and Bo x·
, -t' r,'.>i·· ;.:;: . ' 1'\. ·• '\) _ , · "1, ·"" ... • -··· · .._
..:-'11r,Releas.!t Va!ve anct V~ult
~ Concrete Mix~ Designs
~"j; ~~r!ccit io'.~; .· B~n ~ipg , .·and ' P!acement 9f Reinf9 rcement ·f qr:Cqn~r~t~
-; W~te(,Controt ~laQ
Ag_qitjo~aa !,~hop_drawing ~equirern~nts ar,e de~cribed in son:ie o[t~e .. mat~rial specifi¢ations;
3 . Address for Submittals -The submittals shall be addressed to the Project Manager:
Liam Conlon
qty .qf f o~''North
1 ooo ·T hrockmorton
"· :,:• \l· ',.. '..·· ' -
Fort Wortl),ffX:. 76 102
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 co tract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
11 /02104 ASC -18
PART DA -ADDITIONAL SPECIAL CONDITIONS
charges will beg in on the project) until the preferred sequence of construction and the start and
end work dates for each street have been submitted to the City .
DA-47 PAVEMENT REPAIR IN PARKING AREA (OMIITED)
PA~D. EA~EI\U;:N"'(S ,AND P_ERNJ tTS
Where the pipel ine 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 (OMIITED)
DA-50 CONCRETE ENCASEMENT (OMIITED)
DA-51 CONNECTION TO EXISTING STRUCTURES
All connections between proposed and existing facil ities , shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents . Prior to concrete placement, a
gasket , RAM-Nek or approved equal shall be installed around penetrating pipe .
Payment for such work as connecting to existing facilities including all labor, tools, equipment,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM .
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMIITED)
DA-53 OPEN FIRE LINE INSTALLATIONS (OMIITED)
DA-54 WATER SAMPLE STATION (OMIITED)
DA-55 CURB ON CONCRETE PAVEMENT (OMITTED)
DA.;56 S-HOP PRAWINGS
1. Subm it seven (7) copies of shop drawings, layouts, m_a~uf~c,,t urer's data, ~n,d ma!eria,I
schedules as may be required by the Engineer for his review. Shop drawing fo r.:,.a''.,Water._PiP-e
11/02104 ASC -17
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following published
specifications , except as modified herein :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
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 (OMITTED)
DA-63 BID·QUANTITiES
Bid qu~ntjties of the various items: in"t~e: Pt9R Q{al:'. ar,e f~r q9.mJ:,a[i~OQ ._ 9iiifai,~ p,$y, rJQfref!ect, the
. ' ' •. '· . . •' ·'.· ... ·' • -;-~ .,,; --~t.:. . :, ...... .-. ~·-' ., ,...:: :f . ·: .... ~ ... ·-~: ~ ,. 'J ·"i·, C) >,'\!' ... '.~... i;, ·. --~
actual quantities.· There is n'o limit to which ~. l;>id Jt.em .c~Hf q_e incre~s~cf:or de~reJiseg.
Contracto,r, ~-~all not,~;e>epti!l.~d to J e1~~o!i"atiq~.ofJmJt· J)Jf~_~s re9~rd,lr$~~.of. the ..fir:tal m~asu ~~~
quantiti~s .. To;th~. ext9-nt,,that C4-4:~ .. corj~icts Witt:l 'this prox!$i9n:; t_l}is::ptq.¥isibn co6,roJs:'. No cl~im
w,11~-b~. consige,red: to Wlost ot ,anticipafiicf profit~l tfasea "up on ~aiffer.~n ces)h estimated.:quantities
ve r su~ actu.al'qi.Jijntities:
Total quaptities · give"n in 't he . bid . proposal , mayj io_f.: reflect )ict_i.Jal quanfiJ.~~; hdwev~r. thei are
given for the· purposEt of .bidd~ng aj,d, awa~oingJt,~ qontr~~L :Mor~over,:(~~r~. is:J9 ~~-f1ot limit on
·~ ,.,. .. ,.,;, ~, ·-•. ·"· '., .• ~. • • .... '-~ .V..':' ,-~ ' ~.. • -. _)'..,. ... .-,. • )1\.,;:_--.,,f;;;,_, ;.( -. '1.f ... {
the variatiql) between the ~stimat~d-quar:itities':shpyv.(1 arid ac;;Ju~I quantJtj9-~'. petforme~t
DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMITTED)
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
11 /02104 ASC -19
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 (OMITTED)
DA-68 CONCRETE VALLEY GUTTER (OMITTED)
DA-69 TRAFFIC BUTTONS (OMITTED)
DA-70 PAVEMENT STRIPING (OMITTED)
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. Th is 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. Dens ities 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 part icular ASTM, AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification , prior to the date
of these general specificat ions or revisions thereof, shall apply .
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX
11/02104 ASC -20
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Eng ineer.
A minimum of twenty-four (24) hours advance notice shall be given when service interruption will
be required . When the relocation is required , separate payment will be allowed for the relocation
of sprinkler back-flow preventer or control valve and box . Payment for all work and material such
as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used
by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler
back-flow preventer or control valve and box . All other costs will be included in other appropriate
bid item(s).
DA-74 RESILIENT-SEATED GATE VALVES (OMITTED)
DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMITTED)
DA-76 1 %" & 2" COPPER SERVICES (OMITTED)
DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED)
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMITTED)
DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED)
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED)
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED)
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED)
DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED)
DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED)
DA-85 CLEAN-UP (UTIL. CUT) (OMITTED)
DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED)
DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED)
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)
11/0 2/04 ASC -21
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-93 BRICK PAVEMENT (UTIL. CUT) (OMIITED)
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMIITED)
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMIITED)
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMIITED)
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMIITED)
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMIITED)
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMIITED)
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMIITED)
DA-101 CONCRETE CURB AND GUITER (UTIL. CUT) (OMIITED)
DA-102 PAYMENT (UTIL. CUT) (OMIITED)
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 locat ions 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.) (OMITIED)
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.
11/02104 ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.) (OMITIED)
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITIED)
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 compress ion 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
Dra in Construction Item 406
d . Flyash , Class C or F, meeting ASTM C-618
e. Admixtures
1. Mineral admixtures will be pozzolanic
2 . Chemical admixtures shall be in liquid or powder form used in standard ready-mix
concrete products unless specifically designed for flowable fill. Permissible types
of admixtures are :
a. High air generators, as manufactured by Grace Construction
Products or approved equal, which are specifically designed for
flowable fill to lower unit weights , reduce shrinkage and subsidence ,
and control compressive strength .
b. Air entraining admixtures conforming to ASTM C-260 .
c. High range water reducers conforming to ASTM C-494 Type For G .
d . Accelerating adm ixtures conforming to ASTM C-494 , Type C.
1. Non -chloride, non-corrosive accelerators used where metals
are present in concrete or embedded members .
2. Calcium chloride
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED)
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITIED)
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED)
1110 2104 . ASC -23
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED)
·pA ~t fi f:' -PRO_J-ECTi StGNS (Ml~C·:.RE_!?E.)
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
f.igur,e WT<B-03_~ (q_afec:(F~gru ai,t ?OQ~) 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 (OMITTED)
.D~~.1_17 :. tRAFF.IQ ~·oNi}~OLPi;AN
Traffic control·shall·be.iri acicordance w itffitem.O.a8"of ti\e,S~cial Conditions witt{ffie,excepHon of
.•.. ·,' f .... ~ ., ~ • .:.,, ,! .~ l .~... :.·., ',, ·~ , ,· ~ ,.,.. '. ' .:.. ·~ ~··~· .•: '>' f' ; ~' -., <,-, 1 • ;). ' _ •,,.'· ~.L' .> )
the·conffactor; providing 'the traffic ·control plan: .. ~A ·traffic co.ntrol plan bas . been pr epared:arid is
1~pi 4~ecf ln)t1~,,, P;roie~-pfa"ds.J.iibe~;un { P:ri9,~ ,blci i~t~J~~ff1tC:qnJi-h1.r ~.~ ,~,~b~D.Jn;J~~ :~rBP?~'ai,
will be , full .· ~ayryi 711t . for .. ,all .maten.~1~.. !~q~r,;~.:~q~.uprn~nt; J ools/ ~nd _Jf1c1dentals .,_necess~ry , to
complete· tf;le worK. t,11 ot.t,er ~equirem~rit~'"qf Q,6 8, §h~IH~pp,ly.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
(OMITTED)
DA-119 DUCTILE IRON PIPE (OMITTED)
DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED)
DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED)
DA-122 CATHODIC PROTECTION (OMITTED)
DA-123 GRAVEL DRIVEWAY REPAIR (OMITTED)
DA-124 REPLACEMENT OF TREES (OMITTED)
DA-125 .. Pl~~LINl!:S -G.ROS~l~G HIGHWAYS {,STR~J;T$.'1 AND -RAILROADS' B.Y, BORING,
TUNNELING OR QPEN CUT
A. GENERAL
1. WORK INCLUDED
11/02104 ASC-24
11 /02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
Furn ish 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 cross ing roadways or railroads using
bore , tunneling, or open cut.
2. QUALITY ASSURANCE
a . DESIGN CRITERIA
:t) fi{tOf,J f,fE~{f[~~~e~ It;
Not:.t.llea ~
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
()f c_a~_i n9 . ~a~tng~pa.~S~s)~rr1t ~;'.ge"nt~re~l ~~~Stf!tiiied: StyJ~-~99h
as, ma oufactote(:t tf t Cascade;,Wate , . .. . '1 . ~nuf.a'ctuiir, . ''Cdrff ao ' n:•::t ;;"'·-:i::; .. ,.,._ • ;• "\·n·r·A''-', -Y .. -1,., ,,,s ... •-;; • •,,,.;"',.-..,<, · -.;-~· -~, ·'· -~ -,-;Q --~~~ ... \;.,;:-8-",,-Y.,f Aa\ianced i\F?rodutts.-:{ana ."" s ·st J'an'f a · Yovec:1 ·.·e ··ual~ ci$:,b'§;t~1?~~!~Jt?~f ~~!~f.(rfil1~~1 ~.,::t · ___ J 5~!p~~{t ci~l1iit1!~fia 1i
13g i ~JJb rn i.tfe d 'lls~a t~1:1op qf~Wir':\'~f t ort f~v:i~"Yi
b. INSTALLER'S QUALIFICATIONS
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 10', 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 addit ional cost caused by this variation shall be the responsibility of the
Contractor.
3. SUBMITTALS
Submittals shall include:
a
b
Installer's Qualifications
Shop drawings of the tunnel liner plate and fasteners from the tunnel liner
plate manufacturer. Shop drawings shall include calculations for the
ASC -25
11102/04
4 .
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
AWWAC-206
AWWAC-210
AASHTO M-190
AASHTO
ASTMA-36
ASTM A-123
ASTM A-135
ASTM A-139
ASTM A-153
ASTM A-307
ASTM A-449
ASTM A-569
ASTM A-570
ASTM C-76
ASTM 0-4254
"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
Quality"
"Hot Rolled Carbon Steel Sheet and Strip, Structural
Quality"
"Reinforced Concrete Culvert, Storm Drain , and Sewer
Pipe"
"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. 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
ASC -26
PART DA -ADDITIONAL SPECIAL CONDITIONS
the safety of the property and t he 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
right-of-way .
b. 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 .
c. 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 .
d. Barricades , warning signs, and flagmen, when necessary and specified,
shall be provided by the Contractor.
e. 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
cables . Verification of location of existing utilities shall be the complete
responsibility of the Contractor.
7 . OPTIONS
a? .. {. '·CA~ING . M~T§RI Al!I.~'QfjTe,~:s:\~P eclfied ot~e (v?i§e)th e;~orj t r_acfor; may .. qs,e
ste~! · .. p,1pe. ~:W,~~i~tt ~~r~¥ ~9.9k?,~fJl:!!l~el a~(~l?~cifif~j :') :LJ;Q \~s.sil·~pf:c.if!~a
ot.h ~[Yi!~e./~!~~~ ~A~tt~mBt ~-r~~Wt1~ st~~,~~i 8~}'~9;~t~~i.?.R ~r· _c;o t;'.cA~~n~:. i_~
sp~c;1fi~~~c .. "1"}),~::.1U~!~r1~.1,;:s,p~~1n93~.Qn}pr,;c,a!,in.g_~ e'P;~(·ar:;5.!h~/n:1.'~-'m~_rTl
acceptablEt . )tLJ;rlie ~>Coritr:~ctori,,sl'jall .,,,be :J fully)",respoqs·ible J oi )n.sure -~ the
'°J. '. ~··· ..... · '.· .• ··*"'· \ ...... ~·· -"·,:J-~ .· ·-~ ~~ ..... ~?.'··:-. -_· ·---.. ·-. -;-~ ,., .. ,., -" _·_" :··:· ,.. --~ ' .,.~-..... . . . ·' ..
in~tef ia1s::9~e9 {a.:r~ ,Qf ;s~ffici~rit;jtretigtff f9r· the::ihst~llatibrlzmeth6d · c;l)osen
arid ',the solr c;db.d itiJ)YlsJ~r(c'bu):i tet ed';
b. BORE AND TUNNEL METHODS : Unless specified otherwise, the
Contractor may use jacking or tunneling for the installation method of
casing 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 ASC -27
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. MATERIALS
a.
b.
2. MIXES
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 minimum wall
thickness of steel casing pipe shall be as follows :
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 pcf
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: Not used.
ASC-28
PART DA -ADDITIONAL SPECIAL CONDITIONS
c . MoRTAFf B'ANi:>s :· NoJ\:1~i:t
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 CARRIERPIPE IN CASI_NGS
1) ':-, Pipe to; be ·iri"stalled~witfl1n t~ef.;c.asin~f $t)all~rneet. th~, req\i i~~m ei nts·. fqr
·. ·· "\.,i. ::..b ~' }'' · ·•, ,..:-;,_ · :~0 v:•--~ ~., ""S ,-~,~.; -\--·· -~.!. .. ....,'.}-• ,._ .•• '~"?
this .type :of. pipe·· as specifieij!c!?Wfiere1: in_a.,c_ated; place~:~alJQn-, ,and
anchor casing insulators inside· the casing:·'
2} • Pull or skid pipe into place ·insiq~ me ca~ing-:; L4bri~ants, s1.:1ct, as· flax
scfap .'or qrilling mud may. b~ ~µse9,:to'_e·;;1se·, pipe iri~tall~.tioh ~ Do not
use: petfoleum products '.·oifb'r 'grease for: this pt irpose:
3)' After · installation 'of the carrier; pipe ; mortar: iriside~ and outside ··of 'the
j6inti1 as ;.-:applicabie .. _· Verity .. , ~lectrfca f:<disconti~u,fy 'iJitw~·eri ·-l~e
cafrie(·Ripe -~and' tdrinel ,:n~er'wH tiohtirfµity· i ~f$tS , remedy/th ~· short
pri or to '~applying . G~llular ' groµ_t
ASC-29
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
~}',Ac_,>A~~~ ~~ri:i er~Pil?e install~tion j s'coJtiPJ~!e _spat ·or: B!IJQ .tfie, ep].s~of;J_he
ca~ing.
c. FREE-AIR SYSTEM
d.
If required by OSHA standards, free-air systems shall be installed and
maintained.
INSTAl,.LA Ti ON OF PRESSURg PRO.lLT MIX
1)-,; .. ' . , instaO p're:ssGre grout . mix in the VOid ~pac~ :tietween)he outsi!:te .-qf
t~~ ~~inrelP~ a!1(~pe _e~c~t~tiOr.lJ ; · _ ·\9~)(9re_ · qfj"ack.~;with;f~~i~~
pipe.,. tnstal h pressure~ gr9ut _ .m.1>5/l_m.rneg1s1tel~:'.UP.Off com~letJOfl · Qf
~ettint{ca~irjg pipe .'.
,3) ,~ . ; lnst~J{ pressure .gro.utfroni ;tjiEfJ OW,:~e:nd ;for;~~)_f' cfqs~ing_s ~flere ,Q[O.~t
fitting~}:fre. J)p_t 4se~.~··.S~_a,I th~)Qrt en,g ~n~ Pres·s.ure(gro_ut ubtil grout
js¥xtrudeqJrom_ the(oppc;>sit.e ~ns;I :
3. CROSSINGS INSTALLED BY BORING
a .
b .
C.
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.
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.
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
ASC -30
PART DA -ADDITIONAL SPECIAL CONDITIONS
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. 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 .
b. 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
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 ,:. ,~ CRO-$SINGS lf')fSTAU:.ED WITHTUNNEL LiNER PLATE"-NofUsed
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 i nstallation 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)
11102104 ASC -31
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-127 GATE VALVES (OMITTED)
DA-128 AIR RELEASE VALVES (OMITTED)
DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERM IT
AREA
This specification revises the portion of specification D-64 which pertains to railroad permits . The
remainder of specification D-64 shall remain in effect.
At locations in the project where mains are required to be placed in areas where railroad permits
are required , the Contractor shall be solely respons ible for meeting all requirements set forth in
each designated railroad permit. This includes, but is not limited to, provisions for the use of
flagmen, inspectors , safety training, additional insurance, insurance certificates, and other
employees required to protect the right of way and property of the Railroad Company from
damage arising out of and/or from the construction of the project. Proper utility clearance
procedures shall be used in accordance with the permit guidelines .
The contractor is responsible for obtaining any supplemental information needed to comply with
the railroad's requirements .
As part of obtaining the permit for construction within the Union Pacific Railroad property, the
following language, which the Contractor shall be responsible for adhering to as well as all other
requ irements , will be part of the permit:
11102104
1. For installation by jack and bore :
a. A ra ilroad inspector is requ ired to monitor the ground and track for movement
during the jacking process . The installation process and all train movement
must be immediately stopped if any movement is detected . The damaged area
must be immediately repaired. The installation process must be reviewed and
modified as required before the installation may proceed .
b. Applicant must pay inspector's expense and the cost of any required repairs .
2 . For installation by tunneling :
a. The Contractor must furnish a geotechnical report indicating the soil will
support installation by tunneling . The report must be prepared and sealed by a
professional engineer licensed by the State of Texas. The Contractor must
furnish tunneling specifications and procedures for review and approval.
b. A railroad inspector is required to monitor the ground and track for movement
during the tunneling process . The installation process and all train movement
must be immediately stopped if any movement is detected . The damaged area
must be immediately repaired. The installation process must be reviewed and
modified as required before the installation may proceed .
c . Applicant must pay inspector's expense and the cost of any required repairs.
ASC -32
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment for this item shall be included in the lump sum price of the bid item for Construction
Coordination within Union Pacific Railroad Permit Areas.
DA-130 FIBERGLASS SEWER PIPE-GRAVITY SERVICE (OMITTED)
DA-131 JUNCTION SANITARY SEWER MANHOLE (OMITTED)
DA-132 SUBSURFACE EXPLORATION
Any data, which has or may be provided on subsurface conditions , is not intended as a
representation or warranty of accuracy or continuity between soil strata. It is expressly
understood that neither the Owner nor the Engineer will be responsible for interpretations or
conclusions drawn therefrom by the Contractor. Data is made available for convenience of the
Contractor.
Subsurface exploration , to ascertain the nature of the soils at the project site, including the
amount of rock , if any, is to be the responsibility of any and all prospective bidders .
Whether prospective bidders perform this subsurface exploration jointly or independently, it shall
be left to the discretion of such prospective bidders . Subsurface exploration shall not be
attempted without the approval of the Owner.
The Geotechnical Boring Logs have been included in these specifications .
DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES
Structures to be abandoned in place shall have all pipes entering or exiting the structure plugged
with lean concrete . Entire structure shall be removed. The structure shall then be backfilled, per
item DA-24 as well as any requ irements of TxDOT, the Union Pacific Railroad Company or the
U .S . Army Corps of Engineers , Fort Worth District (CESWF). Surface restoration shall be
compatible w ith surrounding service surface. Payment for work involved in backfilling , plugging of
pipe(s) and all other appurtenances required , shall be included in the bid item.
DA-134 ABANDON EXISTING PIPE LINE
This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with
flowable fill as designated in the construction plans . Flowable fill material shall be in accordance
with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U .S . Army
Corps of Engineers , Fort Worth District (CESWF).
Payment for this item shall be per linear foot of pipe filled with flowable fill. This cost shall include
all labor, material , and equipment associated with filling existing water or 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
11102104 ASC -33
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 .
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
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
11102104 ASC -34
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 .
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
DA-138
DA-139
DA-140
11 /02104
CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS (OMITTED)
SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY
(OMITTED)
GROUTING PROCEDURE (OMITTED)
TUNNELING (OMITTED)
ASC -35
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 E1 , 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~
or more shall be cons idered for use only with
mechanical compaction .
Trench Backfill : (Correct Minimum compaction requirement wherever it
appears in this section to 95% Proctor dens ity except for paragraph a.1
where the "95% modified Proctor dens ity " shall remain unchanged .)
E-1
·wp eweJJ e104uew Bl.fl pue Je,,os Bl.fl ueeMleq 6u!dees WOJJ J9lEM
pJeleJ Ol W!J eweJJ e104uew Bl.fl punoJe pelees AIIAJ eq 11e4s lJ9SU! e104uew Bl.ff
·wp Bl.fl JO lJ9SU! e104uew
Bl.fl 6u,se1d eJoJeq spqep pue lJ!P 11e JO peuee1s eq 11e4s eweJJ e104uew Bl.ff
"SJAOlf PC Jed suo11e6 0 ~ UEl.fl J9lE9J6 OU 9lEJ e lE MOIJU! J9lEM MOiie pue sesse6
esee1eJ Ol se111e11 JO se104 lU9!, eJow JO euo e11e4 11e4s lJ9SU! e104uew Bl.ff
·lJesu, Bl.fl Ol deJlS 4sene
Al9JAS8S Ol pesn eq 11e4s 9JE,\\PJElf 199lS SS91U!ElS "6U!l9AEJUA lU9A9Jd Ol P9lE9Jl
spue Bl.fl lfl!M '6u,qqeN, UOIAU JO eue1AdOJdA1od U9!,0M 9p!flt "~ WRW!U!W JO epew
eq 11e4s deJlS Bl.ff ·lJeSU! Bl.fl 6u!AOW9J JOJ deJlS e e11e4 11e4s lJ9SU! e104uew Bl.ff
·1enbe JO '990 ~a vusv JO lU9W8J!Rb9J 9lfl
l99W pue JeqqnJ eueJdoeu 11es peso1s JO epew eq 11e4s l9)1Se6 Bl.ff ·suon,puos
,\JP JO l9M U! 1ees 9l,!l!S0d S9P!AOJd lEl.fl l9)1Se6 e 9,•,e4 11e4s lJ9SU ! e104uew 9lfi
· .. BH eq 11e4s lJ9SU! e104uew 9lfl JO SS8U)1S!lfl WRW!U!W 9lfi
·111 edA± 'g ,tlo6ele3 'Bpc ~a ttUSV JO SlueweJ,nbeJ Bl.fl peesxe Jo Sleew
lEl.fl 9U91Al.fl9AIOd Al!SUep lf 6!lf JOOJd UO!SOJJOS JO eq 11e4s lJ9SU! e104uew 9lfi
:Ne!S30 ONV S1Vl~3i'v'Vl1 c ·p 00~3
"W9lSAS UO!l09110S J9M9S ,\JEl!UES LllJOM lJ0.:::1 Bl.fl U! SlJ9SU! a104uew P8l8)1Se6
ll:16!lJ9lEN, JO UO!lEIIElSU! pue 6U!lfS!UJAJ Bl.fl 9J9A0S pJepUElS S!lfi :1v~3N35 ~. p 00 ~ 3
Si~3SNI 310HN'v'tfiJ ±H51±~3ivtv\ P 00~3
(66/C~/9 pappv) 8t6~ ·~ klenuer
SNOliVOl.:1103dS 1VIM31VIN
SNOliVOl.:II0'.3dS 1VIM'.31VIN 66~3 NOl10'.3S
SECTION E1-18A-REINFORCED PLASTIC WATER METER BOXES
E 1.18A.1 SCOPE : This specification covers three types of water meter boxes, Type A
and B, and Type C.
E 1.18A 1.1.1 Class A Standard Meter Box : Intended for use with services
utilizing 5/8 " X %",%"and 1" meters .
E1 .18A.1.2 Class B Standard Meter Box : Intended for use with services
utilizing 1-1/2" and 2" meters .
E1 .18A.1.3 Class C Standard Meter Box : Intended for use with services
utilizing two 5/8" X %" or %" meters .
E1 .18A.2 CONSTRUCTION : Reinforced plastic water meter boxes and iron cover lids
under this specification 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 shall be constructed of Linear Medium Density Polyethylene (LMDPE) as
defined in ASTM D-883 -95A and have a minimum wall thickness of .500". The exterior
shall be black to provide UV protection . Boxes shall be able to withstand a minimum
15 ,000 ponds vertical load and shall withstand a min imum 400 pounds sidewall load .
The meter box exterior shall be free from seams or parting lines and all edges and
corners are to be smooth and free from sharp edges so the unit can be handled safely
without gloves .
E1 .18A.4 IRON METER BOX LID SPECIFICATION
The meter box lids are to be made of cast iron according to ASTM A48-84, Class 30B 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-3
Water and Sanitary Sewer Main Relocations for the SHI 21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part I -48 -Inch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page I of 9
PART 1 -GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for
pipelines and appurtenances, including drainage, bedding, filling, backfilling, disposal of surplus
material, and restoration of trench surfaces and easements .
B . Excavation shall be extended to the width and depth shown on the Drawings or as specified and
shall provide suitable room for installing pipe, structures and appurtenances.
C. Furnish and place all sheeting, bracing and supports and remove from the excavation all materials
which the Engineer may deem unsuitable for backfilling. The bottom of the excavation shall be
firm , dry, and in all respects acceptable . If conditions warrant, the Contractor may be ordered to
deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the
bottom of the trench immediately after excavation has reached the proper depth and before the
bottom of the trench has become softened or disturbed by any cause whatever. The length of
open trench shall be related closely to the rate of pipe laying . All excavation shall be made in
open trenches .
D. All excavation, trenching, and related sheeting, bracing, etc., shall comply with the requirements
of OSHA excavation safety standards (29 CFR Part 1926 .650 Subpart P), and H .B. 1569 of the
71 st Regular Legislative Session.
E. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor
Density as determined by ASTM D 698.
F. Prior to the start of work the Contractor is required to submit his/her proposed method of
backfilling and compaction to the Engineer for review.
1.02 SUBMITTALS
A. Submittals shall be in accordance with DA-56 Shop Drawings .
1.03 QUALITY ASSURANCE AND CONTROL:
D . The Contractor shall prepare excavation, backfilling, and filling schedule and procedures to
eliminate possibility of undermining or disturbing foundations of partially and completed
structures, pipelines and embankments or existing structures and pipelines.
E . The Contractor shall employ an independent testing laboratory to perform particle si ze and
gradation analyses in accordance with ASTM D422 , and to determine compactibility in
accordance with ASTM D698 for all the proposed backfill and fill materials , and monitoring field
compaction operations . The independent testing laboratory shall have the following
qualifications:
I. Be accredited by the American Associates of State Highway and Transportation
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 2 of 9
Officials (AASHTO) Accreditation Program.
2. Have three (3) years experience in sampling, testing and analysis of soil and
aggregates , and monitoring field compaction operations .
3 . Able to provide three (3) references from previous work.
F . Field Testing and Inspections:
1. By Owners testing laboratory or Contractor's independent testing laboratory which is
acceptable to the Engineer, as specified in Paragraph 1.06. Inspections and testing will be
paid for by the Owner. Submittal of materials for testing as well as re-testing due to non-
compliant work will be paid for by the Contractor.
2. Location oftests mutually acceptable to testing laboratory and the Engineer, the Owner 's
Representative or as directed by the Engineer.
3. In the event compacted material does not meet specified in-place density, recompact
material and retest this area until specified results are obtained at no additional cost to the
Owner.
4 . Testing laboratory to perform inspection at least once daily to confirm lift thickness
and compaction effort for entire fill area.
G . Methods of Field Testing:
1. In -Place Density: ASTM D1556, ASTM D2167 , or ASTM D2922.
2 . In-Place Moisture Content: ASTM D3017, ASTM D4944, or ASTM D4959 .
H . Material Testing Frequency: The following testing frequencies are the minimum required for all
structural and non-structural fill , grading and embankment.
1. Field In-Place Density and Moisture Content -Screened gravel and crushed stone
2 . Shall be compacted as specified and indicated . For other backfill and fill material s, minimum
test frequency shall be as follows , and no less than one test per:
a. Trenches under structures foundation preparation or roadwa ys subbase: Every
200 !in. ft. per lift
b. Trenches in areas without structures or roadways: Every 300 Jin. ft. per alternate
lift .
c. Paved Roadways: Every 200 Jin. ft . per lift .
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 3 of9
d . Paved Areas: 2,000 sq. ft . per lift.
e. Under Structure: I 00 sq . ft. per lift.
f. Around Structures: 500 sq. ft. per lift.
g . Embankment Fills : 10 ,000 sq. ft. per lift.
2 . Moisture Density -One per source, except for screened gravel and crushed stone.
Repeat the moisture density test for every 200 cubic yard of material use, and whenever
visual inspection indicates a change in material gradation as determined by the Engineer.
3 . Gradation Analysis - A minimum of one per source and for each moisture density test
and whenever visual inspection indicates a change in material gradation.
4. Liquid Limit, Plastic Limit and Plasticity Index -Minimum of one test per 200
cubic yard of soil for use as fill material and whenever
classification of material is in doubt as determined by the Engineer.
I. Construction Tolerances :
1 . Construct finished surfaces to plus or minus 1 inch of the elevations
indicated.
2. Grade cut and fill areas to plus or minus 0.20 foot of the grades indicated.
3 . Complete embankment edges to plus or minus 6 inches of the slope lines
indicated.
4. Structures : Conform to elevations and dimensions shown within a tolerance of plus
0 .1 O', or minus 0.1 O', and extending a sufficient distance from footings and foundations
to permit placing and removal of concrete formwork, installation of service, other
construction , and for inspection .
5. The Contractor shall provide the Engineer with adequate survey information to verify
compliance with above tolerances.
J . Cut pavement with a saw or pneumatic tools to prevent damage to remaining pavement without
extra compensation. Where pavement is removed in large pieces, dispose of pieces before
proceeding with excavation.
K. Pipes , drains, and other utilities may exist in certain locations not indicated on drawings . No
attempt has been made to show all services. Completeness or accuracy of information given is
not guaranteed.
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part I -48-lnch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 4 of9
L. Dig test pits are considered as incidental to the normal excavation as indicated and specified in
this Section, at no additional compensation.
M . Carefully support and protect from damage, existing pipes, poles, wires, fences, curbings,
property line markers, and other structures, which the Engineer determines must be preserved in
place without being temporarily or permanently relocated. Should such items be damaged,
restore without compensation therefor, to at least as good condition as that in which they were
found immediately before the work was begun.
N . Restore existing property or structures as promptly as practicable.
0 . If material unacceptable for foundation (in the opinion of the Engineer) is found at or below the
grade to which excavation would normally be carried in accordance with the drawings and/or
specifications, remove such material to the required width and depth as directed by the Engineer
and replace it with screened gravel , select borrow, or concrete.
P . Do not remove excavation materials from the site of the work or dispose of except as permitted
by the Owner.
Q . Haul away and dispose of surplus excavated materials at NO additional cost to the Owner. Any
required permits or other disposal requirements are the responsibility of the Contractor.
R . During progress of work, conduct earth-moving operations and maintain work site so as to
minimize the creation and dispersion of dust. Apply water to aid in dust control as specified in
NCTCOG Item 4.1 or by other methods that are acceptable to the Engineer. Furnish and spread
calcium chloride if the Engineer or Owner decides that it is necessary for more effective dust
control.
S. Provide suitable and safe bridges and other crossings where required for accommodation of
travel , and to provide access to private property during construction, and remove said structures
thereafter.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3 .01 TRENCH EXCAVATJON
A. Trench excavation shall include material of every description and of whatever substances
encountered , regardless of the methods or equipment required to remove the material. Pavement
shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating.
B . The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the
Contractor 's option , topsoil may be otherwise disposed of and replaced , when required, with
approved topsoil of equal quality.
Water and Sanitary Sewer Main Relocations for the SH121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 5 of 9
C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and
other property protected as provided in the Agreement.
D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for
laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations
shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be
practical minimum, but not less than 12-inches nor more than indicated on the Drawings.
E . Excavation and dewatering shall be accomplished by methods which preserve the undisturbed
state of subgrade soils. The trench may be excavated by machinery to, or just below, the
designated subgrade, provided that material remaining in the bottom of the trench is no more than
slightly disturbed. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory
as a result of inadequate excavation, dewatering or other construction methods shall be removed
and replaced by gravel fill as required by the Engineer at the Contractor's expense.
F. Clay and organic silt soils are particularly susceptible to disturbance due to construction
operations . When excavation is to end in such soils, the Contractor shall use smooth-edge bucket
to excavate the last one foot of depth.
G. Where pipe is to be laid in gravel bedding, the trench may be excavated by machinery to the
normal depth of the trench provided that the material remaining in the bottom of the trench is no
more than slightly disturbed.
3 .02 DISPOSAL OF MATERJALS
A. Refer to Specification 02080 and Item D-13 in the special conditions for disposal of materials.
3.03 SHEETING AND BRACING
A. Furnish, put in place and maintain sheeting and bracing required by Federal, State or local safety
requirements to support the sides of the excavation and prevent loss of ground which could
endanger personnel, damage or delay the work or endanger adjacent structures . If the Engineer is
of the opinion that at any point sufficient or proper supports have not been provided, he may
order additional supports placed at the expense of the Contractor. Compliance with such order
shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care
shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be
immediately filled and rammed.
B . Where sheeting and bracing is required to support the sides of trenches, the Contractor shall
engage a Professional Engineer, licensed in the State of Texas, to design the sheeting and bracing.
The sheeting and bracing installed shall be in conformity with the design and certification of this
shall be provided by the Professional Engineer.
C. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are
used to support the sides of the trench, care shall be taken in placing and moving the boxes or
supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the
gravel backfill.
Water and Sanitary Sewer Main Relocations for the SH 121 T Cross ing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 6 of 9
1. When installing rigid pipe (R.C., D.I ., V.C ., etc), any portion of the box extending below mid
diameter shall be raised above this point prior to moving the box ahead to install the next
pipe . This is to prevent the separation of installed pipe joints due to movement of the box .
2. When installing flexible pipe (Steel , PVC, etc .) trench boxes, moveable sheeting, shoring or
plates shall not be allowed to extend below mid-diameter of the pipe. As trench boxes,
moveable sheeting, shoring or plates are moved , gravel backfill shall be placed to fill any
voids created and the gravel backfill shall be recompacted to provide uniform side support for
the pipe.
D. The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job
wherever the use of sheeting is necessary. The cost for use of sheeting shall be included in the
bid items for trench safety and shall include full compensation for driving, bracing and later
removal of sheeting.
E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the
construction of other structures, utilities, or property, whether public or private. All voids left
after withdrawal of sheeting shall be immediately refilled with gravel backfill by ramming with
tools especially adapted to that purpose, or otherwise as directed.
3.04 TEST PITS
A. The Contractor may be required to excavate test pits for the purpose of locating underground
utilities or structures as an aid in establishing the precise location of new work .
B . Test pits shall be backfilled as soon as the desired information has been obtained . The backfilled
surface shall be maintained in a satisfactory condition for travel until resurfaced as specified.
3 .05 DRAINAGE AND DEWATERING
A. The Contractor shall furnish all materials and equipment and perform all incidental work required
to install and maintain the drainage system he proposes for handling groundwater or surface water
encountered. A Dewatering Plan shall be submitted outlining how sufficient groundwater will be
removed. Dewatering Plan shall be performed by and sealed by a licensed engineer in the State
of Texas. Contractor shall assume all re s ponsibility for the adequacy of the methods , materials,
and equipment employed.
B . The Contractor shall provide pumping equipment and devices to properly remove and dispose of
all water entering trenches and excavations. The subgrade shall be maintained acceptably dry, to
a level of 5 feet below the bottom of the trench , until the facilities to be built therein are
completed . Piezometers shall be provided at appropriate locations for verification of dewatering
depth . All drainage related work shall be performed without damage to the trench , pavement,
pipes, electrical conduits, or other utilities and without damage to public or private property.
Water and Sanitary Sewer Main Relocations for the SH121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part I -48-Inch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 7 of9
C . The pipe or concrete shall not be laid in water or submerged within 24 hours after being placed .
Water shall not flow over new concrete within four days after placement, or as designated on the
plans.
D. In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar
has set at least 24 hours. The Contractor shall prevent flotation of the pipe by promptly placing
backfill.
3 .06 EXCAVATION BELOW GRADE AND REFILL
A. Whatever the nature of unstable material encountered or the groundwater conditions, trench
drainage shall be complete and effective.
B. If the contractor excavates below grade through error or for his own convenience, or through
failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently
complete, he may be directed by the Engineer to excavate below grade as set forth in the
following paragraph, in which case the work of excavating below grade and furnishing and
placing the refill shall be performed at his own expense.
C. If the material at the level of trench bottom consists of fine sand, sand and silt or soft earth which
may work into the gravel backfill notwithstanding effective drainage, the subgrade material shall
be removed to the extent directed and the excavation refilled with a 6-inch to 12-inch layer of
crushed stone No. 467, or as approved by the Engineer, to form a filter layer preserving the voids
in the gravel bed of the pipe. The composition and gradation of gravel shall be approved by the
Engineer prior to placement. Gravel backfill shall then be placed in 6-inch layers thoroughly
compacted up to the normal grade of the pipe.
D. Geotextile filter fabric shall be installed in specified locations. Filter fabric shall be Supac-Heavy
Grade 8NP (UV) , or approved equal. Geotextile materials must be woven and posses percent
open areas on the order of 10% or greater.
3.07 EMBEDMENT
A. Embedment for water lines shall be as shown on the Drawings.
B. The initial layer of embedment placed to receive the pipe shall be brought to the grade and
dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade
by tamping, or by removal of the slight excess amount of embedment under the pipe .
Adjustments to grade shall be made by scraping away or filling with embedment material.
Wedging or blocking up of pipe will not be permitted . Each pipe section shall have a uniform
bearing on the embedment for the full length of the pipe, except immediately at the joint. All
embedment shall extend the full width of the trench bottom. Embedment shall remain dewatered,
in accordance with Section 3 .05, until all backfilling is complete.
C. After the pipe has been laid,jointed and inspected, embedment material shall be brought up in
mechanically tamped layers not exceeding eight inches in thickness of loose fill, approximately
equal on each side of the pipe, to 12 inches above the top of pipe. Compaction shall be 90
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Rai lroad
Davidson Rail Yard, Part l -48-Inch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 8 of9
percent of Standard Proctor density for embedment material below the top of pipe. For the 12
inches of embedment above the top of pipe, compaction shall be 85 percent of Standard Proctor
density.
3 .08 BACKFILLING
A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and
jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Bedding, as specified
for the type of pipe installed , shall be placed as shown on the Drawings and as specified in
Paragraph 3.07 above.
B. The remainder of the trench shall be filled with native material in accordance with Sections #1-2
Backfill and E2-2 Excavation and Backfill of the General Contract Documents and
Specifications, except as modified herein , or select fill or granular fill material. Layers shall not
exceed 8-in in loose measure compacted to 90 percent Standard Proctor density at optimum
moisture content+/-4%. The backfill shall be mounded 6-in above the existing grade, or as
directed . Where a grass, loam or gravel surface exists prior to excavation, it shall be removed ,
conserved and replaced to the full original depth as part of the work under the pipe items. In
some areas it may be necessary to remove excess material during the clean-up process , so that the
ground may be restored to its original level and cond ition .
C. Where the pipes are laid in paved areas or designated future paved areas, the remainder of the
trench above the embedment shall be backfilled with select fill or granular fill material in layers
not to exceed 8-in loose measure and compacted at o ptimum moisture content(+/-3%) to 95
percent Standard Proctor density. The top 18-inches below subgrade level shall be compacted at
optimum moisture content(+/-3%) to 100 percent of Standard Proctor density.
D . To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then
spreading will not be permitted until the bedding material has been placed and compacted to a
level I -ft over the pipe.
E. Backfill shall be brought up evenly on both sides of the pipe . Each layer of backfill material shall
be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting
equipment or hand tamping. If rolling is employed , it shall be by use of a suitable roller or
tractor, being careful to fill throughout the full width of the trench .
F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs .
The material being spread and compacted shall be placed in layers not over 8-in loose thick. If
neces sary, sprinkling shall be employed in conjunction with rolling or ramming.
G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4-in may be
used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive.
Rock fragments shall not be placed until the pipe has at least 2-ft of cover. Small stones and
rocks shall be placed in thin layers alternating with earth to insure that all voids are completely
filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. If rock
fragments are placed in the backfill material , it will be the Contractor 's responsibility to prove to
the Engineer that the specified compaction is occurring. If the Engineer 's opinion is that the
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-lnch Water Transmission Main
SECTION 02221 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Trenching, Backfilling and Compaction
Page 9 of9
compaction is not achieved , then the Contractor shall remove material that contains rock
fragments and replace it with suitable material.
H . Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it
shall be broken up as directed. Frozen material shall not be used under any circumstances.
I. Water jetting will not be accepted as a means of consolidating/compacting backfill.
J. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control
measures shall be employed at all times.
K. Dewatering, per Section 3 .05 , shall be maintained until backfill is complete.
3 .09 RESTORING TRENCH SURFACE
A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country
areas, the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as
the work progresses. If settlement takes place, he shall immediately deposit additional backfill to
restore the level of the ground.
B . In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines,
and the pavement replaced as indicated on the Drawings.
C. The surface of any driveway, or any other area, which is disturbed by the trench excavation and
which is not a part of the paved road shall be restored by the Contractor to a condition at least
equal to that existing before work began .
D . In sections where the pipeline passes through grassed areas, the Contractor shall , at his own
expense, remove and replace the sod , or shall loam and reseed the surf ace to the satisfaction of
the Engineer.
END OF SECTION
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
SECTION 02349 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Installation of Carrier Pipe in Casing
Page 1 of 7
A. GENERAL
I . SCOPE OF WORK
a . This Section includes requirements for the installation of carrier pipe into steel
casings at locations shown on the Plans. For requirements regarding the
installation of steel casings see DA-125 .
2 . RELATED SECTIONS
a. DA-6
b . DA-7
C. DA-125
d . 02612 -Concrete Pressure pipe Bar-Wrapped Steel Cylinder Type
e . 02615 -Ductile Iron Pipe and Fittings
f. 2061 7 -Steel Pipe
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a . The publications listed below fonn a part of this Specification to the extent
referenced . Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive language shall govern.
The latest edition available on the date of issue of Contract Documents shall be
used.
b . ASTM C 31 -Standard Practice for Making and Curing Concrete Test
Specimens in the Field
c. ASTM C 39, Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
d. ASTM C 109, Standard Test Method for Compressive Strength of Hydraulic
Cement Mortars (Using 2 in. or 50 mm Cube Specimens)
e . ASTM C 150, Specification for Portland Cement.
f. ASTM C 494, Specification for Chemical Admixtures for Concrete.
g . Occupational Safety and Health Administration (OSHA) Regulations and
Standards for Underground Construction, 29 CFR Part 1926, Subpart S,
Underground Construction and Subpart P, Ex cavation .
Water and Sanitary Sewer Main Relocations for the SHI21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part l -48-Inch Water Transmission Main
SECTION 02349 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Installation of Carrier Pipe in Casing
Page 2 of 7
4 . DEFINITIONS
a . Carrier Pipe: Permanent pipe for operational use that is used to convey flows. For
this project, carrier pipe means 48-inch diameter water line as shown on the
Plans.
b. Casing: A steel pipe installed by trenchless methods that supports the ground and
provides a stable underground excavation for installation of the carrier pipe .
5. DESIGN CRITERIA
a . Carrier pipe shall be installed within the horizontal and vertical tolerances as
indicated in Part C.2 of this Specification, incorporating all support/insulator
dimensions required.
b. The Contractor shall provide end seals, as approved by the Engineer at each end
of the casing to close the casing ends to prevent the inflow of water or soil. End
seals shall consist of either synthetic rubber pull-on seals or brick and mortar
bulkheads. The end seals shall be des igned to withstand the anticipated soil or
grouting pressure and be watertight to prevent groundwater from entering the
casing. Brick and mortar bulkheads shall be a minimum of 8 inches in thickness .
c . The Contractor shall provide casing spacers/insulators to support the carrier pipe
during installation . The casing spacers shall provide a minimum 2 inches of
clearance between all pipes/conduits and the casing surface. The casing spacers
shall hold stable all pipes during grouting operations and prevent floating or
mo vements . Spacing of Casing Spacers shall be per the carrier pipe
manufacturer's recommendations .
6 . QUALITY ASSURANCE
a . The Contractor responsible for installation of the carrier pipe shall have
completed similar work on at least th ree (3) projects within the last five (5) years .
Additionally, the contractor shall have completed at least one (I) project with
carrier pipe of 48-inch diameter or la rger.
b. The surveyor responsible for carrier pipe line-and-grade control shall be a
Licensed Surveyor registered in the State of Texas who has prior experience in
s imilar projects .
c . Casing isolator/spacer manufacturer shall be certified against the provi s ions of
ISO 900 l :2000.
Water and Sanitary Sewer Main Relocations for the SHl21T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02349
Installation of Carrier Pipe in Casing
Page 3 of 7 December 2009
7. SUBMITTALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings . Review
and acceptance of the Contractor's submittals by the Engineer shall not be
construed in any way as relieving the Contractor of its responsibilities under this
Contract.
b. Qualifications : The Contractor shall submit personnel requirements meeting the
requirements of Paragraph A 2 a . and b.
c . Submit Work Plan describing the carrier pipe installation equipment, materials,
and construction methods to be employed.
d . Detail drawings and manufacturer's information for the casing isolators/spacers
that will be used. Include dimension and component materials, and
documentation of manufacturer's ISO 900 I :2000 certification.
e . End seal or bulkhead designs and locations for casing.
f. Submit a safety plan for the carrier pipe installation operations including air
monitoring equipment and procedures and provisions for lighting, ventilation,
and electrical system safeguards. Provide name of site safety representative
responsible for implementing safety program. Notify Engineer if safety plan is
the same as for trenchless installation operations.
B. PRODUCTS
I . MATERIALS
a . Carrier pipe shall be in accordance with the appropriate specification :
1) 02612 -Concrete Pressure pipe Bar-Wrapped Steel Cylinder Type
2) 02615 -Ductile Iron Pipe and Fittings
b. Casing Spacers/ Isolators :
1) Casing isolators/spacers shall be stainless steel for water pipe
applications.
2) Factory made isolators/spacers capable of supporting the carrier pipe and
electrically isolating each component from one another and from the
casmg .
3) Suitable for supporting weight of carrier pipe without deformation or
collapse during installation.
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02349
Installation of Carrier Pipe in Casing
Page 4 of 7 December 2009
4) Runner lubrication shall be environmentally safe and within
manufacturer 's recommendations.
5) Casing isolators/spacers shall have a minimum 14 gage steel band .
Contractor shall design risers for appropriate loads, and as a minimum
shall use I O gage steel risers , except on bottom runners where steel risers
shall be 7 gage minimum. Bands and risers shall be stainless steel for
water installations.
6) Band to have a polyvinyl chloride inner liner with a minimum thickness
of 0.09 inch, a durometer "A " of 85-90 hardness, and a minimum
dielectric strength of 58,000 volts.
7) The runners shall be a minimum of 2 " in width and a minimum of 11" in
length. Runners shall be attached to the band or riser by 3/8", minimum,
welded steel or stainless steel studs . Runner studs and nuts shall be
recessed well below the wearing surface of the runner, and recess shall
be filled with a corrosion inhibiting filler.
8) Runners shall be pressure-molded glass reinforced polymer with a
minimum compressive strength of 18 ,000 psi per ASTM 0638.
Polyethylene is not acceptable.
9) Riser height with attached runner to be sufficient to provide a minimum
clearance of 2 inches between the outside of carrier pipe bells or
couplings and the inside of the casing.
l 0) Manufacturers:
i) Advance Products & Systems, Inc .
ii) Cascade Waterworks Manufacturing Co .
iii) Or approved equal, per Standard Products List
c. Rubber Casing End Seals:
I) Synthetic rubber pull-on seal with minimum 1/2-inch wide by 0 .020-inch
thick, Type 304, stainless steel bands .
2) Model number recommended by the manufacturer for size and type of
casing and carrier pipe furnished.
3) Manufacturers:
i) Advance Products & Systems, Inc .
Water and Sanitary Sewer Main Relocations for the SH12 l T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02349
Installation of Carrier Pipe in Casing
Page 5 of 7 December 2009
ii) Cascade Waterworks Manufacturing Co.
iii) Or approved equal, per Standard Products List
C . EXECUTION
1. GENERAL
a . Carrier pipe installation shall not begin until the following tasks have been
completed:
1) All required submittals have been provided, reviewed, and accepted.
2) All casing joints are watertight and no water is entering casing from any
sources .
3) All contact grouting is complete.
4) Casing alignment as-builts have been submitted and accepted by
Engineer.
5) Site safety representative has prepared a code of safe practices and an
emergency plan in accordance with applicable requirements. Hold safety
meetings and provide safety instruction for new employees .
b. The carrier pipe shall be installed within the casings between the limits indicated
on the Plans to the specified lines and grades, and utilizing methods which
include due regard for safety of workers, adjacent structures and improvements,
utilities, and the public.
c. Furnish all necessary equipment, power, water, and utilities for carrier pipe
installation, insulator runner lubricant, grouting, and other associated Work
required for the Contractor's methods of construction .
2 . CONTROL OF LINE AND GRADE
a . Carrier pipe shall be installed inside the steel casing within the following
tolerances:
I) Horizontal : +/-two (2) inches from design line
2) Vertical:+/-one (1) inch from design grade
b. Contractor shall check line and grade set up prior to beginning carrier pipe
installation. Contractor shall perform survey checks of line-and-grade of carrier
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-lnch Water Transmission Main
SECTION 02349 Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
Installation of Carrier Pipe in Casing
Page 6 of 7
pipe during installation operations. The Contractor is fully responsible for the
accuracy of the Work and the correction of it , as required.
c. Where the carrier pipe installation does not satisfy the specified tolerances ,
correct the installation, including, if necessary, redesign of the pipe or structures.
3. INSTALLATION OF CARRIER PIPE
a . Pipe Installation : Remove all loose soil from casing. Grind smooth all rough
welds at casing joints. Provide casing spacers, insulators, or other approved
devices to prevent flotation, movement, or damage to the pipe during installation.
Install casing isolators/spacers on the pipeline, two feet inside each end of casing,
and at 8 feet on center (maximum) for the length of casing, and in accordance
with pipe manufacturer's recommendations. Carrier pipe shall be installed
without sliding or dragging it on the ground or in the casing in a manner that
could damage the pipe or coatings. Coat the casing spacer runners with a non-
corrosive/environmentally safe lubricant to minimize friction when installing the
carrier pipe. The carrier pipe shall be electrically isolated from the carrier pipe
and from the casing.
b. After installation of the carrier pipe, mortar inside and outside of the joints as
applicable . Verify electrical discontinuity between the water carrier pipe and
casing pipe. If continuity exists, the Contractor shall remedy the short, by all
means necessary including removing and reinstalling the carrier pipe , prior to
applying cellular grout.
c . After carrier pipe installation is complete, if hold down jacks or casing spacers
are used, seal or plug the ends of the casing.
d. Testing of Carrier Pipe: Testing of the carrier pipelines shall be performed in
accordance with the appropriate testing method outlines in the carrier pipe
specification . Any leakage found during this inspection shall be corrected.
4 . SAFETY
a. The Contractor is responsible for safety on the job site. Perform all Work in
accordance with the current applicable regulations of the Federal , State , and local
agencies. In the event of conflict, comply with the more restrictive applicable
requirement.
b. No gasoline powered equipment shall be permitted in jacking shafts and
receiving shafts/pits. Diesel, electrical, hydraulic, and air powered equipment is
acceptable, subject to applicable local, State, and Federal regulations .
c . Methods of construction shall be such as to ensure the safety of the Work ,
Contractor's and other employees on site , and the public .
Water and Sanitary Sewer Main Relocations for the SHI 21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02349
Installation of Carrier Pipe in Casing
Page 7 of 7 December 2009
d . Furnish and operate a temporary ventilation system in accordance with applicable
safety requirements when personnel are underground. Perform all required air
and gas monitoring. Ventilation system shall provide a sufficient supply of fresh
air and maintain an atmosphere free of toxic or flammable gasses in all
underground work areas.
e . Perform all Work in accordance with all current applicable regulations and safety
requirements of the federal, state, and local agencies. Comply with all applicable
provisions of 29 CFR Part 1926, Subpart S, Underground Construction and
Subpart P, Excavations, by OSHA. In the event of conflict, comply with the more
stringent requirements.
f. If personnel will enter the pipe during construction, the Contractor shall develop
an emergency response plan for rescuing personnel trapped underground in a
shaft excavation or pipe. Keep on-site all equipment required for emergency
response in accordance with the agency having jurisdiction.
LAST PAGE OF THIS SECTION
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 1 of 11
December 2009
PART l -GENERAL
1.01 SUMMARY
A. Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped
concrete cylinder pipe and fittings, and specials, including connections and
appurtenances as shown on the drawings and specified herein.
B. Provisions for cathodic protection shall be provided such as welding, installation of
bonding clips, or other method approved by the Owner. Cathodic Protection shall be
provided as shown in the drawings and Cathodic Protection Sections of the
Specifications.
1.02 QUALITY ASSURANCE
A. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe
manufacturing operations (pipe, fittings, lining, coating) shall be performed at one ( 1)
location.
B. Factory Testing:
I. The OWNER reserves the option to have an independent testing laboratory, at
the OWNER's expense, inspect pipe and fittings at the pipe manufacturer's plant.
The OWNER's testing laboratory and ENGINEER shall have free access to the
manufacturer's plant . The pipe manufacturer shall notify the OWNER, in
writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication
and fabricating schedule so that the OWNER can advise the manufacturer as to
OWNER's decision regarding tests to be performed by an independent testing
laboratory. In event the OWNER elects to retain an independent testing
laboratory to make material tests and weld tests, it is the intent that the tests be
limited to one (1) spot testing of each category unless the tests do not show
compliance with the standard. If these tests do not show compliance, the
OWNER reserves the right to have the laboratory make additional tests and
observations .
2. The OWNER may require the manufacturer to furnish mill test certificates on
reinforcing steel or wire , steel plate, and cement. The manufacturer shall
perform the tests described in A WW A C303, for all pipe , fittings, and specials,
except that the following absorption test shall supersede the requirements of the
applicable portion of A WW A C303.
3 . Absorption Test. A water absorption test shall be performed on samples of cured
mortar coating taken from each working shift. The mortar coating samples shall
have been cured in the same manner as the pipe . A test value shall consist of the
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Ma in
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type December 2009
Page 2 of 11
average of a minimum of three samples taken from the same working shift. The
test method shall be in accordance with ASTM C497, Method A. The average
absorption value for any test shall not exceed 9 percent and no individual sample
shall have an absorption exceeding 11 percent. Tests for each working shift shall
be performed on a daily basis until conformance to the absorption requirements
has been established by IO consecutive passing test results, at which time testing
may be performed on a weekly basis for each working shift. Daily testing shall
be resumed for each working shift w ith failing absorption test results and shall be
maintained until conformance to the absorption requirements is re-established by
IO consecutive passing test results .
4. The cost of all tests specified are subsidiary to the cost of the pipe and will not be
paid for separately.
C. Manufacturer's Technician for pipe installation:
During the construction period, the Pipe Manufacturer shall furnish the services of a
factory trained , qualified , job experienced technician to advise and instruct as
necessary in pipe laying and pipe jointing. The technician shall assist and advise the
Contractor in his pipe laying operations and shall instruct construction personnel in
proper joint assembly and joint inspection procedures. The technician is not required
to be on-site full time ; however, the technician shall be regularly on-site during the
first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or
Contractor.
1.03 SUBMITT ALS
Submittals shall be m accordance with the Special Conditions and shall include the
following:
A. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying
drawings to the OWNER for review of general conformance to contract documents .
Record Data shall include a complete description of the pipe offered , including cuts,
tabulated layout, design calculations, joint restraint and thrust calculations, and
pertinent design data . Record Data shall reference stationing on the plan profile
sheets and shall incorporate changes necessary to avoid conflicts with existing
utilities and structures. Details for the design and fabrication of all fittings and
specials and provisions for thrust shall be included. Submittal shall be sealed by a
Licensed Professional ENGINEER in the State of Texas .
B. Prior to delivery of the pipe to the project site , the manufacturer shall furnish an
affidavit certifying that all pipe , fittings , and specials, and other products and
materials furnished, comply with this specification . If requested by the OWNER, the
manufacturer shall submit certified reports of all testing required by A WWA C303.
Water and Sanitary Sewer Main Relocations for the SH121T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part 1 -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 3 of 11
December 2009
1.04 STANDARDS
Except as modified or supplemented herein, pretensioned concrete cylinder pipe shall
conform to the applicable requirements of the following standard specifications, latest
edition .
A . A WW A C303 "Concrete Pressure Pipe -Bar-Wrapped Steel Cylinder Type"
B . A WW A M9 Manual: "Concrete Pressure Pipe"
C. ASTM A33 "Standard Specification for Concrete Aggregates"
D . ASTM A635 "Standard Specification for Steel, Sheet and Strip, Carbon, Hot
Rolled , Structural Quality"
E . ASTM C144 "Specification for Aggregate for Masonry Mortar"
F . ASTM C 150 "Specification for Portland Cement"
G. ASTM C497 "Methods of Testing Concrete Pipe"
H. NCTCOG Item 504.1 through 504.4 and 504 .6
1.05 DELIVERY AND STORAGE
A . Packing:
1. The pipe shall be prepared for shipment to afford maximum protection from
normal hazard of transportation and allow pipe to reach project site in an
undamaged condition . Pipe damaged in shipment shall not be delivered to the
project site unless such damaged pipe is properly repaired.
2 . After the completed pipe and fittings have been removed from the final cure at
the manufacturing plant, the pipe lining shall be protected from drying by means
of plastic end covers banded to the pipe ends . Covers shall be maintained over
the pipe ends at all times until ready to be placed in the trench. Moisture shall be
maintained inside the pipe by periodic addition of water as necessary.
3 . Pipes shall be carefully supported during shipment and storage. Each length of
pipe, fitting, or s pecial shall be internally supported and braced with stulls to
maintain a true circular shape. Internal supports shall consist of timber or steel
stulls firmly wedged and secured so that the stulls remain in place during
handling . Pipe shall be rotated so that one ( 1) of the stulls is vertical during
storage, shipment and installation. At a minimum , stulls shall be placed at each
end , each quarter point, and center. Stulls shall not be removed from pipe until
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Rai lroad
Davidson Rail Yard , Part 1 -48-Inch Water Transmission M a in
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type December 2009
Page 4 of 11
backfill operations are complete (excluding final cleanup), unless it can be
demonstrated to the OWNER's satisfaction that removal of the stulls will not
adversely affect the pipe installation . Pipe, fittings, and specials shall be
separated so that they do not bear against each other in transit. Store pipe on
padded skids, sand or dirt berms , tires , or other suitable means to protect the pipe
from damage.
4 . In addition, deliver, handle , and store pipe in accordance with the manufacturer's
recommendations to protect coating systems.
B . Marking for Identification: Each joint of pipe and each fitting shall have plainly
marked on one end the class for which it is designed, the date of manufacturer, and
the identification number that matches shop drawing records. The top centerline
shall be marked on all specials .
PART 2 -PRODUCTS
2.01 MATERIALS
A . Cement: Cement for use in concrete and mortar shall be Type I or II Portland
Cement.
B. Aggregates: Aggregates for concrete li n ing and coating shall conform to ASTM C-
33.
C. Sand: Sand used for inside and outside joints shall be of silica base , conforming to
ASTM C-144.
D . Special Coating: Pipe to be installed in casing shall have two built-up mortar rings,
each approximately 2 feet long and slightly higher than the pipe bell, to prevent the
pipe from being supported by the pipe bell. Built-up mortar rings are to be applied at
the quarter points of the pipe section .
E. Bushes, Couplings and Plugs : Where outlets or taps are threaded , furnish and install
brass reducing bushings in larger steel half couplings for the outlet size indicated.
Threaded plugs shall be brass .
2.02 MIXES ; CEMENT MORTAR
Cement mortar used for pouring joints shall consist of one (1) part Portland Cement to
two (2) parts clean , fine , sharp silica sand , mixed with water. No manufactured sand
shall be permitted. Exterior joint mortar shall be mixed to the consistency of thick cream .
Interior joint mortar shall be mixed with as little water as possible so that the mortar is
very stiff, but workable. Cement shall be ASTM C 150 , Type I or Type II. Sand shall
conform to ASTM CJ44 . Cement mortar used for patching shall be mixed as per cement
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 5 of 11
December 2009
mortar for inside joints.
2.03 MANUFACTURED PRODUCTS
A. Pipe:
1. General: Pipe, bends, and special fittings shall be designed, manufactured, and
tested in accordance with the applicable requirements of A WW A C303 and
A WWA M9, and the special requirements of this specification. Pipe shall be
certified by the National Sanitation Foundation Standard 61 for use with potable
water.
2. Pipe Design Criteria: Sizes and pressure classes (working pressure) shall be as
specified. For the purposes of pipe design , working pressure plus transient
pressure shall be as indicated below. Fittings, specials and connections shall be
of the same or greater pressure class as the associated pipe. Pipe and fittings
shall be clearly marked with the pressure class and piece number to permit easy
identification in the field. Pipe design shall be based on trench conditions and
design pressure class specified. Pipe shall be designed according to the methods
indicated in A WW A C303 and A WW A Manual M9 for trench construction,
using the following parameters :
a. Unit Weight of Fill (w) = 130 pcf
b. Live Load = AASHTO H-20 truck for unpaved conditions
Live Load = Cooper E-80 loading for railroad crossings
c. Trench Depth = As indicated
d. Coefficient Ku' = 0.150
e. Trench Width (Bd) as indicated
f. Bedding Conditions = As indicated
g. Pressure Class = 150 psi min . working pressure
h. Surge Allowance = 100 psi minimum, where: Total Pressure (including
surge)= 150 psi+ 100 psi = 250 psi .
1. Deflection Lag Factor= 1.0
J . Soil Reaction Modulus, E ' < 1,000
Trench depths indicated shall be verified after ex1stmg utilities are located.
Vertical alignment changes required because of existing utility or other conflicts
shall be accommodated by an appropriate change in pipe design depth . In no
case shall pipe be installed deeper than its design allows .
3. Provisions for Thrust:
a . Thrusts at bends , tees , plugs , or other fittings shall be resi sted by restrained
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type December 2009
Page 6 of 11
Jomts . Thrust at bends adjacent to casing pipe shall be restrained by welding
joints through casing and for a sufficient distance each side of casing. The
distance for thrust restraint shown on the plans is the minimum restraint and
does not relieve the manufacturer from calculating the restraint needs as
specified herein. In no case shall the restrained distance be less than
indicated on the plans. If the manufacturer calculates the need for additional
restraint, no additional compensation will be allowed. No thrust restraint
contribution shall be allowed for the welded length of pipe within the casing,
unless casing is filled with grout.
b . Restrained joints shall be used for a sufficient distance from each side of the
bend, tee, plug, or other fitting to resist thrust which will be developed at the
design pressure of the pipe . For the purpose of thrust restraint, design
pressure shall be 1.5 times pressure class (working pressure), or equal to the
test pressure, or working pressure plus the surge allowance, whichever is
greater. Restrained joints shall consist of welded joints. In areas where
restrained joints are used for thrust restraint , the pipe shall have adequate
cylinder thickness to transmit the thrust forces.
c. The length of pipe with welded joints to resist thrust forces shall be
determined by the pipe manufacturer in accordance with A WW A Manual
M9 and the following:
1. The weight of earth (We) shall be calculated as the weight of the
projected soil prism above the pipe.
11. Soil density = 110 pcf (maximum value to be used).
111. Coefficient of friction = 0.40 (maximum value to be used).
The above applies to unsaturated soil conditions. In locations where ground
water is encountered, the soil density shall be reduced to its buoyant weight
for the backfill below the water table, and the coefficient of friction shall be
reduced to 0.25.
d . Thrust collars will only be permitted for temporary plugs . Thrust collars may
not be used for any other application , unless approved in writing by th e
ENGINEER.
4 . Inside Diameter: The inside diameter, of the cement mortar lining shall be the
Nominal diameter specified.
B. Joint Wrappers: Similar and equal to those manufactured by Mar-Mac Manufacturing
Company.
Water and Sanitary Sewer Main Relocations for the SH] 21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part l -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 7 of 11
December 2009
C. Insulated Connections: Insulated connection shall be in accordance with Section 15640
included in the Appendix. Where insulated connections are indicated , furnish dielectric
insulation gaskets, sleeves, and plastic washers as indicated. Insulating flange kits are to
be installed on all flanged outlets of the main line pipe and on both flanges of each main
line valve.
D. Flexible Joint Couplings: Dresser Style 38 , Smith-Blair Style 411 , or approved equal.
E. Pipe Ends: The standard pipe end shall include steel joint ring and a continuous solid
rubber ring gasket as per A WWA Manual M-9.
F. Flanges: Flanges shall conform to A WW A C207 with laying dimensions and drilling in
accordance with ANSI B 16.1, Class 125. Flanges shall be Flange Class E with a
minimum working pressure of 275 psi for areas designated with 225 psi test pressure. In
no case shall the working or test pressure of the pipe exceed the working pressure of the
flange. Drilling shall match class of valves or appurtenances which are attached . Nuts
and bolts shall conform to ASTM A307 , Grade B. Nuts and bolts shall conform to
AWWA C207.
PART 3-EXECUTION
3.01 Installation
A. General:
1. Install pipe, fittings, specials, and appurtenances as specified herein , as specified
in A WWA Manual M9 , and in accordance with the pipe manufacturer's
recommendations.
2. Lay pipe to the lines and grades as indicated .
B. Pipe Handling:
1. Haul and distribute pipe, fittings at the project site. Handle piping with care to
avoid damage. Before lowering into the trench , inspect each joint of pipe, and
reject or repair any damaged pipe.
2. Keep the pipe clean during and after the laying operation and free of sticks, dirt,
animals , and trash, and at the close of each operating day , effectively seal the
open end of the pipe using a gasketed night cap with vents.
C. Pipe Jointing:
l. General :
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No . 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 8 of 11
December 2009
a . Thoroughly clean the bell and spigot rings before laying each joint of pipe by
brushing and wiping. If any damage to the protective coating on the metal
has occurred, repair the damage before laying the pipe. Lubricate the gasket
and the inside surface of the bell with an approved lubricant (flax soap)
which will facilitate the telescoping of the joint. Tightly fit together sections
of pipe and exercise care to secure true alignment and grade. When a joint of
pipe is being laid, place the gasket on the spigot ring and enter the spigot end
of the pipe into the bell of the adjoining pipe and force into position . The
inside joint space between ends of the pipe sections shall have an opening
within the tolerances as recommended by the pipe manufacturer. No
"blocking up" of pipe or joints will be permitted, and if the pipe is not
uniformly supported or the joint not made up properly, remove the joint and
properly prepare the trench. After joining, check the position of the gasket
with a feeler gauge. If the gasket is out of position, disassemble the joint and
repeat the joint laying procedure.
b. For interior welded joints, complete backfilling before welding. For exterior
field-welded joints, provide adequate working room under and beside the
pipe.
2 . Exterior Joints: Make the exterior joint by placing a joint wrapper around the
pipe and secure in place with two (2) metal straps . The wrapper shall be 9"
inches wide for pipe 36" and larger, and 7" wide for smaller pipe , hemmed on
each side . The wrapper shall be fiberglass reinforced or burlap cloth , with
lengths encircling the pipe, leaving enough opening between ends to allow the
mortar to be poured inside the wrapper into the joint. Fill the joint with mortar
from one side in one (1) continuous operation until the grout has flowed entirely
around the pipe. During the filling of the joint, pat or manipulate the sides of the
wrapper to settle the mortar and expel any entrapped air. Leave wrappers in
place undisturbed until the mortar has set-up.
3 . Interior Joints: Upon completion of backfilling of the pipe trench, fill the inside
joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt
or trash which has collected in the joint, and moisten the concrete surfaces of the
joint space by spraying or brushing with a wet brush . Ram or pack the stiff
mortar into the joint space and take extreme care to insure that no voids remain in
the joint space. After the joint has been filled , level the surfaces of the joint
mortar with the interior surfaces of the pipe with a steel trowel so that the surface
is smooth . Interior joints of pipe smaller than 21" shall have the bottom of the
bell buttered with mortar, prior to inserting the s pigot, such that when the spigot
is pushed into position it will extrude surplus mortar from the joint. The surplus
mortar shall be struck off flush with the inside of the pipe by pulling a filled
burlap bag or an inflated ball through the pipe with a rope.
4. Welded Joints:
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 9 of 11
December 2009
a. Weld joints in accordance with the A WW A Manual M9 . Contractor shall
provide adequate ventilation for welders and for Owne r's representative to
observe welds. Unle ss otherwise specified, welds shall be full circle fillet
welds.
b. Adequate prov1s1ons for reducing temperature stresses shall be the
responsibility of the Contractor.
c . After the pipe have been joined and properly aligned and prior to the start of
the welding procedure, the spigot and bell shall be made essentially
concentric by shimming or tacking to obtain clearance tolerance around the
periphery of the joint. In no case shall the clearance tolerance be permitted
to accumulate .
d . Furnish labor, equipment, tools and supplies, including shielded type welding
rod . Protect welding rod from any deterioration prior to its use . If any
portion of a box or carton is damaged , reject the entire box or carton .
e. In all hand welding, the metal shall be deposited in successive layers. For
hand welds, not more than 1/8" of metal shall be deposited in each pass .
Each pass except the final one, whether in butt or fillet welds, shall be
thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt ,
slag, or flux before the succeeding bead is applied . Each pass shall be
thoroughly fused into the plates at each side of the welding groove or fillet
and shall not be permitted to pile up in the center of the weld. Undercutting
along the side shall not be permitted .
f. Welds shall be free from pin holes, non-metallic inclusions, air pockets,
undercutting and/or any other defects.
g. If the ends of the pipe are laminated, split or damaged to the extent that
satisfactory welding contact cannot be obtained , remove the pipe from the
line .
h. Furnish each welder employed with a steel stencil for marking the welds, so
that the work of each welder may be identified. Have each welder stencil the
pipe adjacent to the weld with the stencil assigned to him. In the event any
welder leaves the job, his stencil shall be voided and not duplicated if another
welder is employed .
1. Use only competent, skilled and qualified workmen. Each welder employed
by the Contractor shall be required to satisfactorily pass a welding test in
accordance with A WW A C206 before being allowed to weld on the line .
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part 1 -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type December 2009
j.
Page 10 of 11
After each welder has qualified in the preliminary tests referred to above,
inspections shall be made of joints in the line. Any welder making defective
welds shall not be allowed to continue to weld.
k. Dye penetrant tests in accordance with ASTM El 65, or magnetic particle test
shall be performed by the Contractor under the supervision and inspection of
the Owner's Representative or an independent testing laboratory, on all full
welded joints. Welds that are defective will be replaced or repaired,
whichever is deemed necessary by the Engineer, at the Contractor's expense.
I. If the Contractor disagrees with the Engineer's interpretation of welding tests,
test sections may be cut from the joint for physical testing. The Contractor
shall bear the expense of repairing the joint, regardless of the results of
physical testing. The procedure for repairing the joint shall be approved by
the Engineer before proceeding.
D . Protection of Exposed Metal:
1. Protect exposed ferrous metal by a minimum of one (I") inch coating of cement
mortar as previously specified for inside joints unless otherwise specified .
Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded
outlets, closures, etc., shall have coating reinforced with galvanized wire mesh.
2 . Thoroughly clean and wet the surface receiving a cement mortar coating with
water just prior to placing the cement mortar coating . After placing, take care to
prevent cement mortar from drying out too rapidly by covering with damp earth
or burlap. Cement mortar coating shall not be applied during freezing weather.
E . Patching :
I. Excessive field-patching of lining or coating shall not be permitted. Patching of
lining or coating will be allowed where area to be repaired does not exceed 100
square inches and has no dimensions greater than 12". In general, there shall not
be more than one patch on either the lining or the coating of any one joint of
pipe .
2 . Wherever necessary to patch the pipe, make patch with cement mortar as
previously specified for interior joints. Do not install patched pipe until the patch
has been properly and adequately cured and approved for laying by the OWNER.
Promptly remove rejected pipe from the site .
3.02 FIELD QUALITY CONTROL
A. Hydrostatic and Leakage Tests
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
SECTION 02612
Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 11 of 11
December 2009
I. Furnish all necessary equipment and labor for carrying out a pressure test on the
pipelines. The procedures and method for carrying out the pressure tests shall be
approved by the Engineer.
2. Make any taps and furnish all necessary caps, plugs , bulkheads , etc., as required
in conjunction with testing portions of the pipe . Furnish test pumps, gauges,
meters and any other equipment required in conjunction with carrying out the
tests. Hydrostatic pressure and leakage tests shall conform with A WWA M9 .
3 . All pipelines shall be subjected to hydrostatic pressure per City of Fort Worth
requirements at the lowest points of the section being tested and this pressure
maintained for at least one hour. The amount of leakage which will be permitted
shall be in accordance with A WW A C600 .
4. Lines which fail to meet the requirements of the test shall be repaired and
retested as necessary until test requirements are met. Defective materials, pipes,
valves, and accessories shall be removed and replaced.
5. The Owner will supply at no cost to the Contractor a maximum quantity of water
for testing purposes equal to 110 percent of the volume of the pipeline. The
Contractor shall furnish and install the necessary connections which may be
required to transport the water to the pipe being tested. Additional water required
will be provided at the Owner's standard rates for the volume required .
END OF SECTION
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part l -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
PART 1 -GENERAL
1.01 SCOPE OF WORK
SECTION 02615
Ductile Iron Pipe and Fittings
Page l of 7
Furnish all labor, material , tools, equipment and incidentals required and install buried ductile
iron pipe and fittings complete as shown on the Drawings and as specified herein.
1.02 QUALITY ASSURANCE
A. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe
manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1)
location.
B . Reference Standards :
1) ANSI/AWWA Cl 04/A21.4 -American National Standard for cement -Mortar Lining for
Ductile-Iron Pipe and Fittings for water.
2) ANSI/AWWA Cl 05/A2 l .5 -American National Standard for Polyethylene Encasement.
3) ANSI/AWWA Cl 10/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 Cl l l/A2 l. l l -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 Cl 50/A2 l .50,8 American National Standard for the Thickness Design of
Ductile-Iron Pipe .
7) ANSI/AWWA Cl 5 l/A2l .51,9 American National Standard for the Ductile-Iron Pipe,
Centrifugally Cast, for Water or Other Liquids.
8) ANSI/AWWA Cl53/A21 .53, "Ductile-Iron Compact Fittings For Water Service"
9) ANSI/ A WWA C600, 11 Installation of Ductile-Iron Water Mains and Their
Appurten a nces.
10) A WWA M-41 Ductile-Iron Pipe and Fittings .
1.03 SUBMITTALS
Submittals shall be in accordance with the Special Specifications and shall include the following:
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
. SECTION 02615
Ductile Iron Pipe and Fittings
Page 2 of 7
A.. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to
the Owner for review of general conformance to contract documents. Record Data shall
include a complete description of the pipe offered, including cuts, tabulated layout, design
calculations, thrust calculations, and pertinent design data . Record Data shall incorporate any
changes necessary to avoid conflicts with existing utilities and structures. The laying
schedule shall show pipe class, class coding, station limits and transition stations for various
pipe classes. Details for the design and fabrication of all fittings and specials and provisions
for thrust shall be included . Submittal shall be sealed by a Licensed Professional Engineer in
the State of Texas.
B . Submittal for painting exterior pipe to include recommendation for preparation, application
and storage.
C. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit
certifying that all pipe, fittings, and specials, and other products and materials furnished,
comply with this specification. If requested by the OWNER, the manufacturer shall submit
certified reports of all testing.
1.04 DELIVERY AND STORAGE
A. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWA M41.
PART 2 -PRODUCTS
2.0 I DUCTILE IRON PIPE:
A. Pipe shall be in accordance with NCTCOG 2 .12 .8, AWWA Cl 10 , AWWA Cl 11 , AWWA
Cl 15, AWWA Cl 50, 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/ A WWA C 104.
D. All buried pipe shall be polyethylene encased in accordance with A WWA Cl 05 .
E. As a minimum standard , the following pressure classes shall apply:
Diameter Pipe (inch)
3 " through 12 "
14 " -20 "
24 "
30" -64"
Min. Pressure Class (PSI)
350 psi
250 psi
200 psi
150 psi
Water and Sanitary Sewer Main Relocations for the SH121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part I -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No . 061018062
December 2009
SECTION 02615
Ductile Iron Pipe and Fittings
Page 3 of7
F. 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/ A WWA C 150/ A2 l .50 for a minimum 150 psi ( or project requirements,
whichever is greater) rated working pressure plus a I 00 psi surge allowance; a 2 to I factor of
safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a
minimum depth of cover of 12 feet. Type 4 laying conditions are as defined in ANSI/ A WWA
Cl50/A21.50 .
G. Mechanical thrust restraint may be done only for make-up pieces where push on joints are not
applicable . Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron
pipe mechanical joints, Series 2000PV Mechanical Joint Restraint Glands by EBAA Iron for
PVC pipe mechanical joints, and Series 1500 Ductile Iron Retainers for PVC pipe push-on
joints.
H. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Dimensions and tolerances
of each nominal pipe size shall be in accordance with ANSI/ A WWA C 151/ A2 l.
I. Pipe markings shall meet the minimum requirements of ANSI/AWWA Cl 5 l/A2 I , latest
revision . Minimum pipe markings shall be as follows:
I) "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:
I) Minimum tensile strength -60,000 psi
2) Minimum yield strength -42,000 psi
3) Minimum elongation -10%
2.02 DUCTILE IRON PIPE JOINTS :
A . General -Comply with ANSI/AWWA Cl 11/A21.l 1, latest revision .
I) Push-On Joints
2) Mechanical Joints
3) Restrained Joints
4) FlangedJoints-AWWACl15/A21.15, ANSIB16 .1,Class 125
B . All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with
ANSI/AWWA Cl l l/A21.11, latest revision.
C . Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength
corrosion resistant low-carbon steel in accordance with ANSI/AWWA Cl 11/A21.l l, ANSI/AWWA
C 115 / A21 . l 5, and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts ." For
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
SECTION 02615
Ductile Iron Pipe and Fittings
Page 4 of7
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 B 117 , "Salt Spray Test" and shall include, if required , a certificate of conformance.
2.03 DUCTILE IRON PIPE COATINGS:
A. All ductile iron pipe shall have an asphaltic coating, minimum of I mil thick , on the pipe exterior,
unless otherwise specified .
B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA
Cl04/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 A WWA CI 05/ A21 .5.
Polyethylene film must be marked as follows:
I) Manufacturer's name or trademark
2) Year of manufacturer
3) ANSI/AWWA Cl05/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 40 I or approved equal.
2 .04 DUCTILE IRON PIPE FITTINGS :
A. Joints: Fittings shall have flanged , mechanical, restrained, push-on joints or any combination of
these. Joints must be manufactured in accordance with the above referenced standards. Unless
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part 1 -48-Inc h Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
SECTION 02615
Ductile Iron Pipe and Fittings
Page 5 of7
specified otherwise on the plans or in the project specifications , fittings will be provided for
installation as follows:
B . Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as
follows :
Ductile Iron Compact Fittings (AWWA C153/A21 .53)
Nominal Size (in) Pressure Rating (PSI)
3" -24" 350 PSI
30" -48 " 250 PSI
54 " -64 " 250 PSI
Ductile-Iron Full Body Fittings (AWWA Cl 10/A21.10)
Nominal Size (in) Pressure Rating (PSI)
3"-24" 350PSI
30" -48 " 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
B 16.1 Class 125. All screwed-on flanges shall be ductile iron . Field fabrication of flanges shall
be prohibited , unless approved otherwise.
E. Gland : Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining
devices shall be of ductile iron . Dimensions of the gland shall be such that it can be used with the
standardized joint bell a nd tee-head bolts conforming to ANSI/AWWA C153/A2I.53.
F. Bolts and Nuts : Bolts and nuts for mechanical joints or flanged ends shall be of a high strength
corrosion resistant low-alloy steel in accordance with ANSI/AWWA Cl 1 l /A21.1 l and ASTM
A307 , "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts
and nuts shall be coated with a ceramic-filled , baked on fluorocarbon resin. Coated bolts and nuts
shall be prepared "near white " or "white" when coated to manufacturer's recommended thickness
by a certified applicator. Coating shall be Xylan ®, as manufactured by Whitford Corporation, or
approved equal. Coating shall conform to the performance requirements of ASTM B 117, "Salt
Spray Test" and shall include, if re quired, a certificate of conformance.
G. 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 a ssembly o f each joint.
H. Outside Coating: All ductile fittings shall have an asphaltic or fusion bonded epoxy coating .
Asphaltic coatings shall be a minimum of I mil thickness , on the pipe exterior, unless otherwise
specified. Fusion bonded exterior coatings shall comply with ANSVAWWA Cl I 6/A21 .16 , shall
have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61.
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No . 061018062
December 2009
SECTION 02615
Ductile Iron Pipe and Fittings
Page 6 of 7
I. Interior Lining: All ductile iron fittings are to be furnished with a cement-mortar lining of
standard thickness as defined in referenced ANSI/ A WWA C 104/ A2 l .4 and given a seal coat of
asphaltic material , unless otherwise specified. Fusion bonded interior coatings shall comply with
ANSI/ A WWA C 116/ 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 Cl 05/A21.5. Polyethylene film must be marked as follows:
1) Manufacturer's name or trademark
2) Year of manufacturer
3) ANSI/AWWA CI05/A21.5
4) Minimum film thickness and material type
5) Applicable range of nominal diameter size(s).
6) Warning -Corrosion Protection -Repair Any Damage
K. Marking: Fitting marking shall meet the requirements of ANSI/ A WWA C 110/ A21. l O or
ANSI/ A WWA Cl 53/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.
PART 3 -EXECUTION
3.01 GENERAL :
A . Install, pipe, fittings , and appurtenances as special in accordance with A WWA M41 and A WWA
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 Cl05 and AWWA M41,
Method A or B. Method C will not be allowed .
D . Where indicated, paint shall be applied per manufacturer's recommendations.
Water and Sanitary Sewer Main Relocations for the SHI 21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
SECTION 02615
Ductile Iron Pipe and Fittings
Page 7 of7
E. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSI/ A WWA
C 151/ A2 l.5 l. Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a
duration of at least IO seconds .
F. The manufacturer shall take adequate measures during pipe production to assure compliance with
ANSI/ A WWA C 151/ A2 l .5 l by performing qua! ity-control te sts 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/ A WWA Cl 51 / A2 l .5 l .
I. The Contractor shall, upon request by City, furnish manufacturer 's certified test reports stating
that all fittings furnished meet the requirements of applicable Standards and Specifications . Test
reports must be provided to the Engineer before construction commences .
END OF SECTION
Water and Sanitary Sewer Main Relocations for the SHI 21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
PART 1 -GENERAL
1.01 SCOPE OF WORK :
SECTION 02641
Resilient Seated Gate Valve
Page I of 3
A. Furnish all labor, materials, equipment and incidentals required to completely install and put into
operation resilient seated gate valves and actuator as specified herein and shown on the drawings.
1.02 QUALITY ASSURANCE :
A. References:
I. American Water Works Association (AWWA)
AWWAC515 Resilient seated gate valve for water supply service.
2. American Society for Testing and Materials (ASTM)
ASTMA48
ASTMAl26
ASTMA436
ASTMA536
Gray Iron Castings
Gray Iron Castings for Valves, Flanges, and Pipe Fittings
Austenitic Gray Iron Castings
Ductile Iron Castings.
B. Unit Responsibility and Coordination:
The Contractor shall cause all equipment specified under this section to be furnished by the valve
manufacturer who shall be responsible for the adequacy and compatibility of all valve
components including the actuator. Any component of each complete unit not provided by the
valve manufacturer shall be designed , fabricated , testing, and installed by factory-authorized
representatives experienced in the design and manufacture of the valve equipment . This
requirement, however, shall not be construed as relieving the Contractor of the overall
responsibility for this portion of the work.
1.03 ENVIRONMENTAL CONDITIONS:
The equipment to be provided under this section shall be suitable for installation and operation
either inside vault structure or directly buried for a gate valve.
1.04 SUBMITTALS :
A . Submittals required after award of contract and prior to installation:
I . Technical bulletins and brochures on resilient seated gate valves.
B . Submittals required prior to final walk through:
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard , Part 1 -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No . 061018062
December 2009
1. Operation and Maintenance Manual.
1.05 SPARE PARTS AND TOOLS:
SECTION 02641
Resilient Seated Gate Valve
Page 2 of 3
A. Furnish one set of special tools required for the proper servicing of all equipment supplied under
these Specifications, packed in a suitable steel tool chest with a lock.
1.06 SHIPPING INSTRUCTIONS:
A. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay from the time of shipment until installation is completed and the units and
equipment are ready for operation .
B . All equipment and parts must be properly protected against any damage during a prolonged
period at the site .
C . The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly
built and securely bolted thereto .
D . Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corros10n .
E . Storage and Protection: Take special care to prevent plastic and similar brittle items from being
directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation .
1.07 WARRANTY:
A. The equipment shall be warranted to be free from defects in workmanship, design and materials .
If any part of the equipment should fail during the warranty period , it shall be replaced and the
unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years
and begin on the Date of Acceptance.
PART 2 -PRODUCTS
2.01 RESILIENT SEATED GATE VALVES:
A. Resilient seated gate valves 4" through 48" shall meet or exceed the latest revisions of AWWA
CS I 5 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.
B . Valve body shall be ductile iron per ASTM AS36. Flanged ends shall be furnished in accordance
with ANSI/AWWA Cl I S/A21.15 . Standard Flanged Drilling. Mechanical Joints shall be
Water and Sanitary Sewer Main Relocations for the SH I 21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
SECTION 02641
Resilient Seated Gate Valve
Page 3 of 3
furnished with outlets which conform to ANSI/ A WWA CI I I/ A2 I. l I mechanical joint
requirements .
C. The disc shall be constructed of ductile iron fully encapsulated in rubber. No iron shall be
exposed on the disc.
D. Hex head bolt, and hex nut shall be Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3
for non-buried service (4" through 12" valves). Hex head bolt and hex nut shall be 304 or 316
Stainless Steel for buried service (all sizes) and for valves 16-inch through 30-inch (non-buried
service).
E. T-Bolts shall be high strength low alloy Cor-Ten or approved equal.
F . Resilient seated gate valves shall be: Clow, American Flow Control or equal for sizes 4" through
36", Mueller or equal for size 16" through 24", or American Flow Control or equal for size 42" in
accordance with the City of Fort Worth's Standard Products List. Valves I 6" 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
AWWAC105.
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. Resilient seated gate valves used as part of Air Release Valve assembly shall be non-rising stem
with enclosed miter gearing and a fusion bonded epoxy body.
L. All resilient seated gate valves shall be provided to open in clockwise direction.
PART 3 -EXECUTION
3.01. INSTALLATION:
A. All resilient seated gate valves shall be installed m accordance with the instructions of the
manufacturer and as shown on the drawings .
B. At flanged connections to steel pipe materials , flange isolation kit shall be installed per
specification I 5640.
END OF SECTION
Water and Sanitary Sewer Main Relocations for the SH 121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
PART 1-GENERAL
1.0 l SCOPE OF WORK:
SECTION 02643
Air ReleaseNacuum Valves
Page 1 of 3
A. Furnish all labor, materials, equipment and incidentals required to completely install and put into
operation , air release/ air vacuum valves as specified herein and shown on the drawings.
1.02 SYSTEM DESCRIPTION
A. The arrangement shown on the drawings is based upon the best information available to the
Engineer at the time of design and is not intended to show exact dimensions to any specific
equipment unless otherwise shown or specified. Therefore, it may be anticipated that the
structural supports , foundations, and connected piping shown , in part or in whole, may have to be
changed in order to accommodate the equipment furnished. No additional payment will be made
for such changes . All necessary calculations and drawings for any related redesign shall be
submitted to the Engineer for his approval prior to beginning the work .
B. The valve shall be designed to operate with the following working conditions without damage to
the valve .
Water Type
Working Pressure Range
Test Pressure Range
Surge Pressure
Flow Range
Potable Water
10 psi -150 psi
225 psi
I 00 psi
OMGD-31 MGD
C. The air release/air vacuum valve shall operate satisfactorily over the complete operating range
shown . The equipment to be provided under this section shall be suitable for installation and
operation at elevations from about 520-610 feet above sea level inside a vault structure . Outside
ambient temperatures range between O and 110 degrees F, and reported water temperatures vary
between 50 and I 05 degrees F. Relative humidity is expected to range between 5 and I 00 percent.
The valve shall be capable of being submerged periodically.
1.02 The valve shall be the product of a manufacturer regularly engaged in the manufacture of Air
release /air vacuum valves having similar service and size. The valves covered by the
specifications are intended to be standard equipment of that has proven ability. Only the
following manufacturers and models are acceptable.
Manufacturers
Vent-0-Mat RBX Anti-shock
ARI D-060-C HF NS
B . All other valves will be considered a substitution, and will be required to submit a substitution
request. The Engineer shall be the sole judge of the acceptability of any substitution requested .
Water and Sanitary Sewer Main Relocations for the SHI 21 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part 1 -48-Inch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
SECTION 02643
Air ReleaseNacuum Valves
Page 2 of 3
If the substitution request is found to be unacceptable by the Engineer then the contractor shall
provide the listed equipment at no additional expense to the owner. The Contractor shall be
responsible for any delays as a result of a substitution request.
C. The listing above does not imply that the manufacturer's standard product is acceptable. The
successful manufacturer will be required to conform to all specifications.
1.03 SUBMITTALS :
A . Submittals required after award of contract and prior to installation:
1. Technical bulletins and brochures on air release valves.
B. Submittals required prior to final walk through:
I . Operation and Maintenance Manual.
1.04 SHIPPING INSTRUCTIONS:
A. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
B. All equipment and parts must be properly protected against any damage during a prolonged
period at the site.
C. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and
corros10n .
D. Storage and Protection: Take special care to prevent plastic and similar brittle items from being
directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation .
1.05 WARRANTY:
A. The equipment shall be warranted to be free from defects in workmanship, design and materials.
If any part of the equipment should fail during the warranty period , it shall be replaced and the
unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years
and begin on the Date of Acceptance.
PART 2 -PRODUCTS
2 .01 AIR RELEASE/AIR VACUUM VALVE
A. The air vacuum valve shall achieve the following functions :
Water and Sanitary Sewer Main Relocations for the SH121 T Crossing
West of the Hulen Street Bridge Within the Union Pacific Railroad
Davidson Rail Yard, Part I -48-lnch Water Transmission Main
Relocation in Rogers Road and Mopac Road
KHA No. 061018062
December 2009
1. High volume discharge during pipeline filling
2. High volume intake through the large orifice
3. Pressurized air discharge
4. Surge Dampening -Controlled discharge rates
SECTION 02643
Air ReleaseNacuum Valves
Page 3 of 3
B. The valve shall have an integral surge alleviation mechanism which shall operate automatically to
limit transient pressure rise or shock induced by closure due to high velocity air discharge or the
subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be
achieved by decelerating the approaching water prior to valve closure.
C. Materials
I . All internal parts shall be a non-corroding material such as stainless steel or High density
polyethylene.
2. The valve body shall be constructed of stainless steel or ductile iron and equipped with intake
and discharge flanges. Intake/Discharge orifice area shall be equal to the nominal size of the
valve . The valve shall perform as intended with no deformation, leaking or damage of any
kind for the pressure ranges indicated.
PART 3 -EXECUTION
3 .0 I. All air release valves shall be installed in accordance with the instructions of the manufacturer
and as shown on the drawings.
END OF SECTION
PARTF
L
L
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WORTII Date~ -
NAME OF PROJECT: Water and Sanitary Sewer Relocations for SH 121 T Crossing West of Hulen
Street Bridge within the Union Pacific Railroad Davidson Rail Yard, Part 1
1
48 Inch
Water Transmission Main Relocation in Rogers Road and Mopac Road
PROJECT NUMBER: Water P265-603170133283
IS TO CERTIFY TIIAT: Conatser Construction TX. LP
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of inswa.nce and accordance with provisions of the standard policies used by this Company, and further hereinafter
described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits ofLiabilitv
Worker's Compensation
Comprehensive General Bodily Injury:
Liability Insurance (Public Ea. Occurrence : $
Liability) Property Damage:
Ea. Occwrence: $
Blasting Ea. Occurrence: $
Collapse of Building or
structUies adjacent to Ea. Occurrence: $ __
excavations
Damage to Underground
Utilities Ea . Occurrence: $
luilder's Risk
'.omprehensive Bodily Injury:
,utomobile Liability Ea. Person : $
Ea. Occurrence: $
Property Damage:
Ea. Occurrence: $
Bodily Injury :
ontractual Liability Ea. Occurrence: $
Property Damage:
Ea. Occurrence: $
ther
Locations covered : Areas surrounding at Fort Worth TX
Description of operations covered : In the above mention project
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
thereto attached.
The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy.
~A=<g>=en=.c.,cy...._ _____________ Insurance Co. __________________ _
"-F-"'ort,.,_,W.:..co,,.rth~A'-=gen=t-------------By _________________ _
Address ________________ _ Title ________________ _
CONTRACTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW
Pursuant to Article 8308-3 .23 of Vernon's Annotated Civil Statutes, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City of
Fort Worth Project Number: 01332
ST A TE OF TEXAS §
COUNTY OF TARRANT §
{'.on o!:i er'. ~, o rd, 11 ~1it _T'i,, LP
CONTRACTOR
~cC
Jerry Conatser, President of
Conatse r Manage ment Group, In c , G .P.
Date
BEEORE ML t.he.._unde.r_~igned authority, on this day personally appeared
Jerry Conatser , President of , known to me to be the person whose name is
-Conatse r Manageme nt Group. In c , G .P .
subscnbect to the toregomg mstru~rt t , and acknowledged to me that he /she executed the same
as the act and deed of 0d1aef Coosl:ruc.-t,o~ "7X,1 LP for the purposes and
consideration therein expressed and in the capacity therein stated.
9 i_l.__
GIVEN UNDER MY HAND AND SEAL OF OFFICE this O day of -~---M 2: cc)..__,, , 2~ I O
THE STATE OF TEXAS
COUNTY OF TARRANT
Bond No: 022028934
PERFORMANCE BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) Conatser Construction TX, LP, as Principal herein, and (2) Liberty
~M=u=t u=a::::..:l:._,:I=n=s-=u..::...r a=n=c=e"-----"'C=o=rn=p=an==--y,__ _______ ,, a corporation organized under the laws of
the State of(3) __ ~MA~ ____ ,, 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 EIGHT
HUNDRED SEVENTY NINE THOUSAND ONE HUNDRED SEVENTY THREE DOLLARS AND
NO CENTS ($879,173.00) for the payment of which sum we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, P . c· al i offtered into a certain written contract with the Obligee dated
the __ day of , 20_ a copy of which is attached hereto and made a part
hereof for all purposes, for the construction of:
Water and Sanitary Sewer Relocations for SH 121T Crossing West of Hulen Street
Bridge within the Union Pacific Railroad Davidson Rail Yard, Part 1, 48 Inch
Water Transmission Main Relocation in Rogers Road and Mopac Road
NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall
faithfully perform the work in accordance with the plans, specifications, and contract documents
and shall fully indemnify and hold harmless the Obligee from all costs and damages which
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 determined 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 ___ day of __ A_P_R_6=-2=-'0--'-'10'--------:, 20_.
Conatser Construction TX, LP
:~I ~~
/
ATTEST:
(Principal) Secretary
Name: .Terry R. Conatser
President of Conatser
(SE AL)
ATTEST:
Secretary
(SE AL)
NOTE: (1)
(2)
(3)
Title : Managemen t Group, Inc., GP
Address: P • O • Box 1544 8
Fort Worth, TX 76119
Liberty Mutual Insurance Company
:~~
Name: Glenna S. Davis
Attorney in Fact
Address: 17 5 Berkeley Str eet
Boston, MA 02117
Telephone Number: 972. 233. 9588
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 N6 : 022028934
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1), CONATSER CONSTRUCTION TX, LP as Principal herein, and (2) _
Liberty Mutual Insurance Company
existing under the laws of the State of (3) -~MA~---
a corporation organized and
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 EIGHT HUNDRED SEVENTY NINE
THOUSAND ONE HUNDRED SEVENTY THREE DOLLARS AND NO CENTS ($879,173.00)
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 the __ day of O_, 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:
Water and Sanitary Sewer Relocations for SH 121T Crossing West of Hulen Street
Bridge within the Union Pacific Railroad Davidson Rail Yard, Part 1, 48 Inch
Water Transmission Main Relocation in Rogers Road and Mopac Road
NOW, TI-IEREFORE, THE CONDITION OF TIIlS 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 ex ecuted this instrument.
ATTEST:
(Principal) Secretary
(SE AL)
ATTEST:
Secretary
(SE AL)
Witnessa5o Surety
Carolyn Maples
NOTE: (1)
(2)
(3)
Conat ser Construction TX, LP
~
Name: Jerry R. Conatser
President of Conatser
Title: Managerrent Group, Inc., GP
Address: P. o. Box 15448
For.t Worth, TX 76119
Liberty Mutual Insurance Canpany
Name: Glenna S. Davis
Attorney in Fact
Address: 175 Berkeley Street
Boston, MA 02117
Telephone Number: 972.233.9588
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.
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
§
§
§
Bond No: 0220 2 8934
MAINTENANCE BOND
That CONATSER CONSTRUCTION TX, LP. ("Contractor"), as principal, and , Liberty
Mu t ual Insurance Company a corporation organized under the laws of the State of-M_A __
___ , ("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 EIGHT HUNDRED SEVENTY NINE THOUSAND
ONE HUNDRED SEVENTY THREE DOLLARS AND NO CENTS ($879,173.00) , 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 __ of APR 6 20 O_, a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements:
Water and Sanitary Sewer Relocations for SH 121T Crossing West of Hulen Street
Bridge within the Union Pacific Railroad Davidson Rail Yard, Pa
the same being referred to herein and in said contract as the Work and being designated as project
number(s) Water P265-603170133283 and said contract, including all of the specifications, conditions,
addenda, change orders and written instruments referred to therein as Contract Documents being
incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (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 C ity 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 void, and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in eight CS) counterparts, each of
which shall be deemed an original, this_ day of APR 6 2010 , A.O. 20 __
ATTEST:
(SE AL)
Secretary
ATTEST:
(SE AL)
Secretary
Conatser Construction TX, LP
Contractor
By ~ ~;;;rry R. Conatser
President of Conatser
Title: Management Group, Joe., GP
Liberty Mutual Insurance Company
Surety
Name: Glenna S. Davis
Title: Attorney-in-Fact
175 Berkeley Street
Boston MA 021 17
Address
2589953
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to
the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance
company , pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint
GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY
.
~-:~
OF FORT WORTH, STATE OF TEXAS .............................................................................................................................. .
, each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed , anv and all undertakings, bonds , recognizances and other surety obligations in the penal sum not exceeding
TWENTY FIVE MILLION AND 00/100**'***************** DOLLARS ($ 25,000,000.00***** ) each , and the
execution of such undertakings, bonds, recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the
Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following By-law and Authorization :
ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings .
Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the
chairman or the president may prescribe , shall appo int such attorneys-in-fact , as may be necessary to act in behalf of the Company to make ,
execute , seal , acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obligations . Such
attorneys-in -fact , subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their
signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be
as binding as if signed by the president and attested by the secretary .
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in -fact:
t:i 'E Pursuant to Article XIII , Section 5 of the By -Laws, Garnet W . Elliott , Ass istant Secretary of Liberty Mutual Insurance Company, is hereby I:$ f!! authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and
.., § deliver as surety any and all undertakings , bonds , recognizances and other surety obligations .
~
! ~ That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. ~ ,, _> IN WITNESS WHEREOF, this Power of Attorney has been subsc ribed by an authorized officer or official of the Company and the corporate seal of
, m Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 12th day of __ J=u=n~e~--------
1 ::::J 2009
ri ~ I~~ ;o
~'!
~ ... -s,CII
I G> n"" ~-! ·-) m ....
~f ....
) ... t' a
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
LIBERTY MUTUAL INSURANCE COMPANY
By~~ M-a<-::tt&
Garnet W. Elliott , Assistant Secretary
On th is~ day of June , 2009 , before me , a Notary Public , personally came Garnet W . Elliott . to me known , and acknowledged
that he is an Assistant Secretary of Liberty Mutual Insurance Company ; that he knows the seal of said corporation; and that he executed the above
Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation .
first above written .
CERTIFICATE
COMMONWf~;~.~:.:ENNSYLVANJIA
emsa Pastel!a, Nctafy Public
!h T"!)., Monti;omer, County
nisskm Expires March 28, 2013
Mombe<, Penrts)'!<tti!"!ia Asv.iciat~ (>f Nota r~
By~~
Terisa Pastella , Notary Public
I, the undersigned , Assistan ecretary of Liberty Mutual Insurance Company , do hereby certify that the original power of attorney of which the foregoing
is a full , true and correct copy , is in full force and effect on the date of this certificate ; and I do further certify that the officer or official who executed the
said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article
XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980 .
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company , wherever appearing upon a
certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company
with the same force and effect as though manually affixed.
IN TESTIMONY WHE unto subscribed my name and affixed the corporate seal of the said company , th is--------day of
>, m
"C
Cl)
Cl)
Q)
C:
"iii
::::J
..0
> C: m
=5 ~ ....
=-,CIJ
a,W
Ee .s C. :ig
0~
... "C
Q) C:
:i:m oe a. m
.!:!!o ..c:o ::en
0 C:
>,G>
;t:: Q) :2.!
-Q) ~..o
Q) 0 =~ E~ -=~ -co C: I Oo u.-
0 CD .... ,!.
~Lib e rtv \P Mt1 tt1aL
Important Notice
TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT:
You may contact the Texas Department of Insurance to obtain information on
companies , coverages, rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P. 0. Box 149104
Austin , TX 78714-9104
Your notice of claim against the attached bond may be given to the Surety Company
that issued the bond by sending it to the following address:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting , PA 19462-8284
You may contact the claim office by telephone at:
610-832-8240
Premium or Claim Disputes
If you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim , you should contact the company first. If the dispute
is not resolved, you may contact the Texas Department of Insurance.
This notice is for information purposes only and does not become a part of or a condition of the attached
document. It is given to comply with Section 2253 . 048, Government Code , and Section 53 . 202, Property
Code , Effective September 1, 2001
PARTG
THE STATE OF TEXAS
CITY OF FORT WORTII, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This Contract made and entered into this the A of6 2010 A.D., 2010, by and between
the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and
Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and
(Contracting Company Name here), ("Contractor") Owner and CONATSER CONSTRUCTION TX
LP. Owner and Contractor may be referred to herein individally as a "Party" or collectively as the
"Parties ."
WITNESSETH: That said parties have agreed as follows :
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows :
Water and Sanitary Sewer Relocations for SH 121 T Crossing West of Hulen Street
Bridge within the Union Pacific Railroad Davidson Rail Yard, Part 1, 48 lnctl
Water Transmission Main Relocation in Rogers Road and Mopac Road
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 Water Department of the City of Fort Worth adopted by the City Council of the City
of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a
part of this contract the same as if written herein .
3 .
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Water (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 in ecti o
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 100 Calender days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as provided in the General
Conditions , there shall be deducted from any monies due or which may thereafter become due him, the
sum of $315 .00 Per working day, not as a penalty but as liquidated damages, the Contractor and his
Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents , then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the
project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers , servants and employees , from and
against any and all claims or suits for property loss , property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers , agents , employees , subcontractors , licensees or invitees , whether or not anv such iniury,
damage or death is caused, in whole or in part, bv 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 bv the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/ or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees, upon the execution of this Contractor, and before beginning work, to
make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort
Worth in a sum equal to the amount of the Contract. The form of the bond sh ereirr-provided
and the surety must first be acceptable to the requirements of the Chapter 2253 o tw::if t~m.§
Code, as Amended . CITY SECRETARY
FT. WORTH, TX
A. If the total contract price is $25 ,000 or less, payment to the contractor shall be made in
one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has
been completed and accepted by the Owner.
B . If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the
amount of the Contract, solely for the protection of the claimants supplying labor and material in the
prosecution of the work.
C If the Contract amount is in excess of $100,000, a Performance Bond shall be executed,
in the amount of the Contract conditioned on the faithful performance of the work in accordance with the
Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner.
D. A Two-year Maintenance Bond in the name of the Owner is required for all projects to
insure the prompt, full and faithful performance of the general guarantee contained in the Contract
Documents .
8.
The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be EIGHT HUNDRED SEVENTY NINE THOUSAND ONE HUNDRED SEVENTY THREE
DOLLARS AND NO CENTS ($879,173.00).
9 .
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any
request for any sublease or assignment shall be made in writing and submitted to the Director of the
Engineering Department.
10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this 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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Done in Fort Worth, Texas , this the_ ~f of 6 2010 A.D .,2010 .
DIRECTOR, DEPARTMENT OF
WATER
Contrac·t Author i zatio:a
__ 4\le l10
Date
CONTRACTOR
BY ~
C:~ntof
Co natser Ma nagement Group, Inc, G.P .
TITLE
p.o.Bay l:S'f tl~ Fad "'-'<tdlµ1:s
ADDRESS I(, ( /Cf
CllY OF FORT WORTH
..
FERNANDO COSTA, ASST CITY MANAGER
ATTEST:
APPROVED AS TO FORM AND
LEGALITY :
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPENDIX A