HomeMy WebLinkAboutContract 40169-
-
FORT WORTH
CITY SECRETARY %
CONTRACT NO. \ \p j
j
CllY SECRETARY SPECIFICATIONS
0.0.E. FILE AND
CONTRACTOR'S BONDING ffiNTRACT DOCUMENTS
CONSTRUCTION'S COPY FOR
CLIENT DEPARTMENT THE CONSTRUCTION OF
MEDICAL DISTRICT WATER DISTRIBUTION SYSTEM
IMPROVEMENTS, PART 4 -SOUTH HOLLY WATER
TREATMENT PLANT TO THE MEDICAL DISTRICT
DOE No. 6288
City project No. 00247
Water Project No. P265-609140024787
Sewer Project No. P275-709170024787
VOLUME 1 of2
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
City of Fort Worth Water Department
2009
~-n Kimley-Hom
a...J-LJ and Associates, Inc.
Texas Registration No . 928
KHA No. 061018022
............ "-,,
... --:.1iE. OF ',, ..:'~::\ I>-............ .,. i2:.t ,, -•'*'• .. .. '* ,•' ... f."'• , .• •• u· I
'*l '•, *' , .... ,................. \ * ',
1.. GLENN A •• G .......... ; ..... , I -, •••• ___ • ARY $
~ ~ \ BOS09a"·······r···: •, t... (i!Y·· Q:-,. ', ~-·!!.9E"Nscq ... ··· , ,, iS's..-: ............ --/
,, 0 L -0'1 .... ~,~'/. (
_ .... , ........ ,,,,, .
--'\ ~ OF T ,,,
: .... ······· t I., ,,
-'\r •"*"• -Y..., t
.,.. ~ .. .. -, ' ; .• •.cJ', ,,,. ... \ .,, ,,, " . . . ,. ,,.,,. • • • • • • • • • • • • • • • "I
~. JENIFER TATUM ••• ·~ ', .. ·':. ................. -~ ,, i ... 87915 (l: t
I Q "• (; Q •" '
11 ~ ....... CfNSfc:.0 .•
0 ~rl/ /
I, ".s'.s. "•• ••••~G -;v ,,,,~"Yi JI/\
l-\0\2
M&CReview
CITY COUNCIL AGENDA
DATE:
CODE:
COUNCIL ACTION: Approved on 4/6/2010
4/6/2010 REFERENCE NO.: C-24164 LOG NAME:
C TYPE: PUBLIC
NON-CONSENT HEARING:
Page 1 of 2
\
Official site of the City of Fort Worth, Texas
FoRTWORTH
~
60MEDP4-RENDA
NO
SUBJECT: Authorize a Contract in the Amount of $5 ,440,305 .00 with Oscar Renda Contracting, Inc.,
for Medical District Water Distribution System Improvements, Part 4 , from South Holly
Water Treatment Plant to the Medical District (COUNCIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the
amount of $5,440 ,305.00 w ith Oscar Renda Contracting, Inc., for medical district water distribution
system improvements, part 4 .
DISCUSSION:
On March 23, 2004, (M&C C-20005) the City Council authorized an engineering agreement with
Kimley-Horn & Associates, Inc. for Medical District Water Distribution System Improvements .
This project, Part 4, will provide for installation of the following to increase water system reliability to
the Medical District and to accommodate the proposed construction of S. H. 121T at 1.H. 30 :
A 30/42 inch water transmission main from the South Holly Water Treatment Plant westerly 315
feet then south westerly 630 feet, then southerly 600 feet, then south easterly 600 feet across
Interstate Highway 30 and Union Pacific Railroad right-of-way to the Cooper Street/12th Avenue
intersection then easterly to the Cooper Street/11th Avenue intersection.
A 30-inch sanitary sewer main from the I.H. 30/lsth Street intersection southerly 1,580 feet across
I.H.30 and Union Pacific Railroad right-of-way, to a junction structure.
A 10-inch sanitary sewer main from the 11th Avenue/Daggett Avenue intersection southerly along
11th Avenue to the Broadway Avenue/11th Avenue intersection and then westerly along Broadway
Avenue 400 feet.
The project was advertised for bid on October 22 , 2009 and October 29 , 2009, in the Fort Worth Star-
Telegram. On November 19 , 2009, the following bids were received :
Oscar Renda Contractin
Conatser Construction TX , LP
S.J . Louis Construction of TX , Ltd .
AUi Contractor, Inc.
North Texas Contracting, Inc.
Texas Sterlin Construction , Co.
William J. Schultz, Inc., d/b/a
Circle "C" Construction Company
Bar Constructors, Inc.
Ark Contracting Services
$6 ,401 ,449 .95
$7,258,692.50
$7,587,105 .00
$8 ,366 ,660 .00
$8,435 ,455 .00
$8,771,753 .50
$8 ,959,340 .00
http://apps .cfwnet.org/council _packet/mc_review .asp ?ID=l3020&councildate=4 /6/2010 4/27 /2010
M&CReview Page 2 of 2
In addition to the contract amount, $123,000 .00 (Water: $102 ,000.00 ; Sewer: $21,000.00) is required
for material testing and inspection and $164 ,000.00 (Water: $133 ,000.00 ; Sewer: $31,000.00), is
provided for change order contingencies .
M/WBE -Oscar Renda Contracting, Inc., is in compliance with the City's M/WBE Ordinance by
committing to 12 percent M/WBE participation . The City's goal on this project is 12 percent.
This project is located in COUNCIL DISTRICT 9 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budgets , as appropriated , of the Water Capital Projects Fund and the Sewer Capital Projects Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
60MEDP4-RENDA MAP 1.pdf
60MEDP4-RENDA MAP 2.pdf
FROM Fund/Account/Centers
P275 541200 709170024787 $1.006 ,385.00
P265 541200 609140024787 $4.433.920 .00
Fernando Costa (6122)
S. Frank Crumb (8207)
Liam Conlon (6824)
http://apps .cfwnet.org/council_packet/mc_review.asp?ID=l3020&councildate=4/6/2010 4/27/2010
ADDENDUM NO. 2
CITY OF FORT WORTH
WATER DEPARTMENT
MEDICAL DISTRICT WATER DISTRIBUTION SYSTEM IMPROVEMENTS, PART 4 -soum
HOLLY WATER TREATMENT PLANT TO mE MEDICAL DISTRICT
DOE No. 6288, City Project No. 00247
Water Project No. P265-609140024787, Sewer Project No. P275-709170024787
Addendum No. 2 Issue Date: November 18, 2009
Bid Receipt Date: November 19, 2009
This addendum forms part of the contract documentc; referenced above and modifies the original Contract
Documents. Acknowledge receipt of this addendum by signing the space provided below and attaching it to
the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer
envelope of your bid.
PART DA-ADDITIONAL SPECIAL CONDITIONS
Section DA-6, Pipe Installed By Other Than Open Cut
• SECTION B. l .b -MATERIALS: CASING PIPE
REVISE the first sentence that begins "Wall thickness ... " to read as follows:
"b. Wall thickness: 0.750 in. minimum, and in accordance with technical specification
02610. For areas within the railroad permit area, casing pipe thickness shall be in
accordance with the railroad permit."
Section DA-7, Type of Casing Pipe
• SECTION LC-WATER
REVISE the first sentence that begins ''Minimum thickness for casing pipe ... " to read as
follows:
"C. Minimum thickness for casing pipe used shall be 0.750 inch minimum, in accordance
with technical specification 02610. For areas within the railroad permit area, casing pipe
thickness shall be in accordance with the railroad permit."
• SECTlON 1 -WATER
REVISE the last paragraph that begins "Casing spacers ... " to read as follows:
"Casing spacers (Centered & Restrained Style) such as manufactured by Cascade
Watetworks Manufacturing Company, Advanced Products and Systems, Inc., , or an
approved equal shall be used on all pipes when installed in casing. Casing spacers shall be
stainless steel. Installation shall be as recommended by the manufacturer and the casing
spacer design shall be submitted as a shop drawing for review."
• SECTION 2 -SEWER
ADDENDUM NO. 2, Page l
ADD the following paragraph:
"Casing spacers (Centering Style) such as manufactured by Cascade Waterworks
Manufacturing Company, Advanced Products and Systems, Inc., , or an approved equal shall
be used on all pipes when installed in casing. Casing spacers shall be stainless steel.
Installation shall be as recommended by the manufacturer and the casing spacer design shall
be submitted as a shop drawing for review."
PART E -TECHNICAL SPECIFICATIONS
Specification 02341, Open-Shield Pipe Jacking
• SECTION A.5.A.3 -PIPEJACKING EQUIPMENT, PARAGRAPH 3
REVISE the first sentence that begins ''The pipejacking shield shall. .. " to read as follows:
"The pipejacking shield shall have an articulation joint between two segments of the shield."
• SECTION A.5.A.4 -PIPEJACKING EQUlPMENT, PARAGRAPH 4
REVISE the first sentence that begins "The tail of the shield ... "to read as follows :
"The tail of the shield shall prevent material from moving into the tunnel through the joint
between the tail skin and the pipe"
CONSTRUCTION PLANS
Sheet38
• DETAIL 111 -TRENCI-Il..ESS SHAFTS AND CROSSINGS TABLE
DELETE the detail in its entirety and REPLACE with Detail 111-R as attached.
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.
RECEIPT ACKNOWLEDGED:
By: __________ _
Company: _________ _
Water Department
S. Frank Crumb, P.E .
Director
By: Toh~ ~lo lo I,,
Tony Sholola, P.E.
Engineering Manager (Water Dept.)
ADDENDUM NO. 2, Page 2
ADDENDUM NO. 1
CITY OF FORT WORTH
WATER DEPARTMENT
MEDICAL DISTRICT WATER DISTRIBUTION SYSTEM IMPROVEMENTS, PART 4 -
SOUTH HOLLY WATER TREATMENT PLANT TO THE MEDICAL DISTRICT
DOE No. 6288, City Project No. 00247
Water Project No. P265-609140024787, Sewer Project No. P275-709170024787
Addendum No. 1 Issue Date: November 11, 2009
Bid Receipt Date: November 19, 2009
This addendum forms part of the contract documents referenced above and modifies the original
Contract Documents. Acknowledge receipt of this addendum by signing the space provided below
and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid
Proposal and on the outer envelope of your bid.
PART B -PROPOSAL
• DELETE the Proposal , B-1 to B-31 , in its entirety and REPLACE with "Proposal -
Addendum No. 1, B-lR to B-31R" as attached.
PART DA-ADDIDONAL SPECIAL CONDITIONS
• Section DA-116, Field Office
DELETE the Specification in its entirety.
PART E -TECHNICAL SPECIFICATIONS
• Specification 02660, Centrifugally Cast Fiberglass-Reinforced Polymer Mortar Pipe
DELETE the Specification in its entirety and REPLACE with "Specification 02260 -
Fiberglass Sewer Pipe " as attached.
CONSTRUCTION PLANS
• Sheet 4
PROJECT SPECIFIC NOTE 45
REVISE the first sentence that begins "Construction of other facilities ... " to read as follows:
"Construction of other facilit ies may occur adjacent to the project in various locations,
including (but not limited to): utility lines , SH121T/Southwest Parkway, The Fort Worth
Transportation Authority Rail Line, Union Pacific Rail Lines and Bridge, Baylor Surgical
Hospital/Medcor Associates parking lot, Skilled Healthcare Nursing Facility, and
North/South Holly Water Treatment Plant Ozone project."
ADDENDUM NO. 1, Page I
• Sheet 15
DELETE Plan Sheet 15 in its entirety and REPLACE with Sheet 15A as attached
• Sheet26
• PROPOSED 30" SANITARY SEWER LINE H -STA. O+ 12 .23 OFFSET 53 .6' LT.
REVISE the flow line elevation of the Proposed 1 O" Sewer Line in the plan view callout
note as follows:
"Prop. l O" FL= 540.95 (OUT-SW)"
• PROPOSED 30" SANITARY SEWER LINE H -STA. 0+-00
REVISE the flow line elevation of the Proposed 1 O" Sewer Line in the profile view
callout note as follows :
"Prop. IO" FL= 540. 79 (IN-NE)"
• PROPOSED IO " SANITARY SEWER LINE (LINE H STA. 0+00 -LINE H STA.
o+12.23 OFFSET 53.6' LT.)
REVISE the plan view callout note that begins "Construct 54.55 LF of IO" Sanitary
Sewer ... " to read as follows:
"Construct 54.55 LF of 10" Sanitary Sewer SDR26 Pipe By Open Cut@ 0.29%"
• Sheet 27
SHEETNOTE2
REVISE the second sentence that begins "Contractor shall be prepared ... " to read as
follows :
"Contractor shall be prepared to construct shaft and manhole with a rim elevation up to
approximately 584.5'±."
• Sheet 29
PROPOSED 8" SANITARY SEWER LINE K
REVISE the profile note that begins "Construct 74.92 LF of 8" Sanitary Sewer ... " to read as
follows:
"Construct 74.92 LF Of 8" Sanitary Sewer Pipe Pressure Class 350 Ductile Iron With
Protecto 401 Interior Lining By Open Cut@ 4.89%"
ADDENDUM NO. 1, Page 2
• Sheet 40
DELETE Plan Sheet 40 in its entirety and REPLACE with Sheet 40A as attached
• Sheet 41
DELETE Plan Sheet 41 in its entirety and REPLACE w ith Sheet 41A as attached
• Sheet 42
DELETE Plan Sheet 42 in its entirety and REPLACE with Sheet 42A as attached .
• Sheet 43
D E LETE Plan Sheet 43 in its entirety and REPLACE with Sheet 43A as attached.
• Sheet 46
DELETE Plan Sheet 46 in its entirety and REPLACE with Sheet 46A as attached.
All other provisions of the contract documents, plans and specifications shall remain unchanged .
Failure to return a signed copy o f 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.
Water Department
S . Frank Crumb, P.E.
::re·;A, st LI~
Tony Sholola, P.E.
Engineering Manager (Water Dept.)
RECEIPT ACKNOWLEDGED:
By : ____________ _
Company: __________ _
ADDENDUM NO. 1, Page 3
TABLE OF CONTENTS
VOLUME 1
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
02080 Contaminated Soil Management Plan
02221 Trenching, Backfilling, and Compaction
02242 Water Control for Shafts and Tunnels
02261 Shaft Construction
023 15 Portal Stabilization
02341 Open-Shield Pipejacking
02345 Microtunneling
02348 Pilot-Tube Microtunneling
02349 Installation of Carrier Pipe in Casing
02445 Settlement Monitoring
02610 Steel Casing Pipe
02612 Concrete Pressure Pipe Bar-Wrapped Steel Cylinder Type
02615 Ductile Iron Pipe and Fittings
02617 Steel Pipe
02640 Vitrified Clay Pipe
02641 Resilient Seated Gate Valve
02643 Air ReleaseNacuum Valve
02660 Fiberglass Sewer Pipe -Gravity Service
A
A
A
B
B
C
Cl
D
DA
E
E
Division 3 -Concrete
03360 Contact Grouting
03365 Ground Improvement by Jet Grouting
Division 15 -Mechanical
15640 Joint Bonding and Electrical Isolation
15641 Corrosion Control Test Stations
15642 Magnesium Anode Cathodic Protection System
15643 Polyethylene Encasement
Certificate of Insurance
Contractor Compliance with Worker's Compensation Law
Maintenance, Payment and Performance Bonds
Contract
VOLUME2
Geotechnical Documents
CMJ Engineering, Inc . Report No. 456-08-03
CMJ Engineering, Inc. Report No. 456-80-05
City of Fort Worth Pavement Cores
Cathodic Protection Report
Permit Documents
UPRR Pipeline Crossing Agreement Folder No. 2375-19
UPRR Pipeline Crossing Agreement Folder No. 2372-93
TxDOT Permit for SH121T and IH-30
Easement Documents
City of Fort Worth Tree Ordinance
Subsurface Soil Investigation
Soil Management Plan
F
F
F
G
Appendix A
Appendix B
Appendix C
Appendix D
Appendix E
Appendix F
Appendix G
PART A
PART A -NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Medical District Water Distribution System Improvements, Part 4 -South Holly
Water Treatment Plant to the Medical District
DOE No. 6288, City Project No. 00247
Water Project No. P265-609140024787, Sewer Project No. P275-709170024787
Addressed to City of Fort Worth, Purchasing Division, I 000 Throckmorton Street, Fort Worth, Texas,
76102-6311, will be received at the Emshas in g Offi ss urW I '39 E m .I Thursday, November 19,
2009, and then publicly opened and read alou d at 1:oo p.m. in the ouncil 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.
The major work will consist of the following:
Water Line Improvements
2,480 LF 42" Water Line, 368 LF 36" Water Line, 2,270 LF 30" Water Line, 1,480 LF 12"
Water Line, and 1,380 LF 8" Water Line
Sanitary Sewer Improvements
1,280 LF 30" Sanitary Sewer Line, 50 LF 12" Sanitary Sewer Line, 660 LF IO" Sanitary
Sewer Line, and 130 LF 8" Sanitary Sewer 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 or Ms. Jenifer Tatum, P.E., Project Manager, Kimley-Hom and
Associates, Inc., at (817) 335-6511.
Advertising Dates:
October 22, 2009
October 29, 2009
Fort Worth, Texas
PART A-COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Medical District Water Distribution System Improvements, Part 4 -South Holly Water
Treatment Plant to the Medical District
DOE No. 6288, City Project No. 00247
Water Project No. P265-609140024787, Sewer Project No. P275-709170024787
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, Novemberl9, 2009,
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. 7 400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the
employment practices .
Bid security is required in accordance with paragraph 2 of the Special Instructions to Bidders.
The major work will consist of the following:
Water Line Improvements
2,480 LF 42" Water Line, 368 LF 36" Water Line, 2,270 LF 30" Water Line, 1,480 LF 12" Water
Line, and 1,380 LF 8" Water Line
Sanitary Sewer Improvements
1,280 LF 30" Sanitary Sewer Line, 50 LF 12" Sanitary Sewer Line, 660 LF 10" Sanitary Sewer
Line, and 130 LF 8" Sanitary Sewer 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 of ninety (90) days from the date bids
are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but
in no case will the award be made until all the necessary investigation are made as to the responsibility of
the bidder to whom it is proposed to award the Contract.
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt
of the addenda by initialing the appropriate spaces on 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 opeping 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 . B idders 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 cons truction 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 or Ms. Jenifer Tatum, P.E., Project Manager, Kimley-Hom and
Associates, Inc., at (817) 335-6511.
DALE A. FISSELER, P.E .
CITY MANAGER
MARTY HENDRIX
CITY SECRETARY
By:~/oft'-=-1-----!-J ~(;h~J-+-""-~ __
Tony'Sholola
Water Department
Advertising Dates :
October 22, 2009
October 29, 2009
Fort Worth, Tex as
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
provisfons. of ~fnt'to-;Audit; tinderJp;~rI1gfapn°t ::6£sSecfion: Gfr: ·Si.ipplefueiftaty'Conditions To · Part C
-6erieraf 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 bold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with , or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City 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
FORT-WORTH
.._,, a W a .--City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value o(the contract is $25,000 or more, the M/WBE goal is applicable;~·-· ·;
If the total dollarycilue odhe contract is less than '$25 ,000, the M/VVBE oa i is n6t applicable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equi table participat ion by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOA LS
The City's M/WBE goal on this project is 12 % of the total bid (Base b i d applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or ;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the follow in
for the entire bid to be considered responsive to the specifications .
. r:o
1. Subcontractor Utilization Form , if goal is rece ived by 5:00 p.m., five (5) City business days after the bid
met or exceeded : open ing date, exclusive of the bid open ing date .
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date , exclusive of the bid opening date .
stated goal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation : openinq date , exclus ive of the bid openinq date.
4 . Prime Contractor Waiver Form , if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontractinq/supplier work : opening date , exclusive of the bid opening date .
5. Joint Venture Form, if util ize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed qoal. openinq date , exclusive of the bid opening date .
FAILURE·TO COMPLY WITH THE CITY:'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
. .NON-RESPONSIVE TO SPECiFICATIONS ·,
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11/11/05
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FORT WORTH --.....,..----
PROJECT NAME:
City's M/WBE Project Goal :
/ %
ATIACHMENT 1A
Page 1 of 4
RECEIVED City of Fort Worth
Subcontractors/Suppliers Utilization Form NOV 2 4 ZOOS
I~: 2'>
JMENT
M/W/DBE NON-IWW/DBE
Prime's M/WBE Project Utilization: PROJECT NUMBER
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its enti rety 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 be ing considered non-responsive to bid specifications .
The undersigned Offeror agrees to enter into a formal agreement with the MM/BE firm(s) listed in this
utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker , Johnson , Collin , Dallas, Denton , Ellis , Kaufman and Rockwall counties .
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct
payment from the prime contractor to a subcontractor is considered 1 s t tier, a payment by a subcontractor to
its supplier is considered 2"d tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening with in the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Reg ional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous with Minor ity/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 MNVBE 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 aareement.
Rev. 5130/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
..
FORT WORTH
~
ATTACHMENT 1A
Page 2 of4
Primes are required lo identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minorily, 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 Woril Supplies Purchased Dollar Amount Address a M w T D w Telephone/Fax r B B R 0 B E E C T E
A
5l,(,11c.cas+-Resc?uffl'S
X ,::uef tl JI0 1 oo0 121/-o~ ullowcitf u~fCf \ 5-ljJph~ tocid/ E:u\tsS, 7'f 7 Cp0'4,t>
, l"3-tf2.1-C,1 I 'f
Cow~n R"J i tf1 t f c.t;~ a so,ooo ea~ l ~li-f$
P.O. P-,01, J (g'l '3'2-i_,(#11../ ~
forl-.\-WOflifi1 T1-
8'l1-1s-<f-\'tlq
t11 .. 1S'f-ll\lo
kC~ntel Tr1A.C,}qNj »au I /)a:-I
p. 0. ~O'f. ff 3 X ,~,.., ,-,., l'AA-len"' ,f 2(/), o-oO Crow l~, ,1-7 t,03~ I
111-?...'t7 -3ctstP
9n-')...'fl-7-S-II
~~un lhA.nhole. f TV ".t:NSpee,,h oAJ
t~Y!)W"lJ., J:j.JC..
)( fno.n h.0 Le. i -?:JP, '3 l./-0
3f2B ~vahe.r i)r\.vt. l ~-l-H'lj
Gc:u,-~, 7 Y-
'lT2.-~l_~(pf6
G\12 .. Z..31 .-Y11/'f
D M~~1 "a. Z)lo·v~y1 ~ SllrV~ t.4Jj J 't q4f '1115 LAkt. H-aw lc,ms . X ~~+on.-,,... 7 Gooi I ~n-12-~2..'35
~u+h \t,u'1tl. Cor14mlttttj Tunf\ell(\j .ff I J i&o, ® 'P.0.~61-t4oh<>lf X roe+ WQR..,+/,l 7~1fRllfO i r n -zo .. 3 -4-z..w3
in-t.~:; -50"5'"
Rev. 5/30/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FouWoarn
~
ATIACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status: i .e., Minority, Women and non-MIWBEs.
Please list M/WBE finns first, use additional sheets if necessary .
Certification N
(chec;lt one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail
C X M Subcontracting Wor1< Supplies Purchased Dollar Amount Address • II w T D VII Telephone/Fax r B B R 0 B E E C T E
A
LtLT ~1t:i.-les ~ f'I /'<!-s Uf-)~lt .er; iJWJ10D<) P.o. Boi (p ~f I
Me-l' YE,q' 7t-7 s-'1 o'I 11,sc. /Pl~ f
val Ye$. V <.( -5i./ i./ ... O'-f-<ID
Vi-W'l .. 3vf'f -Con+ral T~ &>v,ro~~tc l f:t..DStot-J P.o. BD~ rs~·S"'l 8 (;.bµTUL-,1f 3,5Z)€).00
~,,, 7 'J, 7~1 l S" .,...
5/).. ... 3 (3 -Ci'l-O C,
512 .. ? 'i~ -.Gj~'z...&t
Rev . 5/30/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
ATIACHMENT 1A
Page 4 of 4
$ (o56) 2~~00
$ 4, 1 ~ d-1 01 7, cO
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 5) ·4q 01 3 OJ. CJO
The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail e)(planation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees lo 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 Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal , State or
Local laws concerning false statements . Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
Contact Name/TiUe (if diffec,'nt)
{17 -'t 'l/-2,7/J .3 lr/7-1./9!-!W.-7
i Company Name v Telephone and/or Fax
all Addraaa
,,)t.lJ/p 9
Date r I '
Rev . 5/30/03
NCTRCA
Women-Owned Business Enterprise Certification
Sun Coast Resources Inc.
Woman-Owned Business Enterprise
has mec1 with die Agency an Affidavit as deftMd by the NCTRCA M/WBE pol.Ides & procedures and Is berel>y certified to
provide service(s) In the fo1Jowln1 areas:
424720;
Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and
Terminals);
September 2009
This Certification is valid beginnin and superseded any registration or listing
previously issued. This certJOcation must be updated annually by submmjon of an Annual Update Affidavit. At any time
there is a change in ownership or control of the firm, notification must be made immediately to the North Central Texas
Regional Certlfication Agency.
Certiftcate expiration. ____ S_e_..p_te_m_b_er _____ ,,20 10
Certlftcation Adminlstrator
tgued date September
CERTIFICATION NO.
VVFVVB42294ND910
ll
II)
(J)
II)
al ..
(f)
(')
(')
II)
l'-
0 z
' ,t
0
0 ..
I-
"' ' II)
0 ..
0 ..
(f)
0
0
N
,t
N
> 0 z
" UI
::)
I-
"'
I
0 a: u.
NCTRCA
Disadvantaged Business
Enterprise Certification
Cowtown Redi Mix, Inc .
. Dlsadvantaqed Business Entemrise . . . has filed W1th the Agency an Affidavit as define'd by 49 C.lfK part :Zf> ancl 1s hereby certified to provide
service(s) in the following areas:
327320;
Ready-Mi x Concrete Manufacturing ;
This Certification is valid beginning March 2009 and superseded any registration or listing
previously issued. This certification must be updated annually by submission of an Annual Update Affidavit. At any
time there is a charge in ownership or control of the firm, notification must be made immediately to the North
Central Texas Regional Certification Agency or an TUCP certifying entity.
Certificate expiration ____ ___.JMuu.wa._,,rc..._h.__ ___ , 20 __ 10
Issued date ________ __.M.v.uaa.a ... cc ... h.__ __ __,, 20 __ 09
CERTIFICATION NO.
WFD840431Y0310
Lilho. in U.S .A.
N
N
a.
" "
....
~
0
~
en
0
0
N
NCTRCA
Disadvantaged Business
Enterprise Certification
E. McDaniel Trucking
Disadvantaged Business Enterprise
h,i, l'ih-d ,1 iih 1111 · -'\)!('Ill) an .\ffoLnil a~ t!dint•tl h) ~1) {'FR parl 26 and i,; lwn·hy cNliikcl lo prM'ilk
sen kl"(,) in 1h<' folloning areas:
484110 ;484230 :444190;
General Freight Trucking. Local; Specialized Freight (except Used Goods) Truckir1g . long-
D1stance; Other Buikling Material Dealers ;
November 2008
Th ;, (·,·1 1ifit ::liu ;; ,, · .. did l,•·:,:i 1111tn g ______ -----·-·-.. -----·-----_ anti .\upl'rsttled any rq:.:i<;1ra1ion o r li ~1i ng
J' r n ion ·;l, i \:,.:: ,-d ·; i: i , , . d i ;;,. :!Tiou 111 u~• ht· upd :di·d annnalh liy \Hh1ni,sion or :m ,.\ n nu al ( i p{la1c \ ffida, iL .·\! 111 ~
1iml' iii ,·;,-!•; ; d·;i11:.:X :" ,:,·,·. uo,l,ip or ,·,;inn,! ol' th;:_• finn . 1101ifa:~ilio11 11111~1 be lll,Hk inllll~thail'l) to thl' '.'iorih
( ·,·1111:i! Ti ·,;;, Hq:iu:rnl ( ·,·1 ·1ilic~;liml .\g;_·nc~ or an TU{ ·p ..:ertil)illl!, tnlil\.
November
November
09
, 20
08
lssunl dal r: _ . _______________________ ·-__ , 2U
BMDB39297Y1109
(TRllHC·\TION !\O .
(\J .
'2...
(D ....
(T)
Ii)
CD
['-
(\J
I
(\J
['-
en
J)
C
I'll
'2...
E
0 u
Qj .....
0
.c
C
I'll
::E
E
:::,
C
~
I'll
::E
'2... ....
Ii) ..
(\J ....
en
0
v
(\J
:>
0
z:
NCTRCA
Disadvantaged Business
Enterprise Certification
Disadvantaged Business Enterprise
has filed with the Agency an Affidavit as defined by 49 CFR part 26 and is hereby certified to provide
service(s) in the following areas:
541990 ;
All Other Professional, Scientific, and Technical Services Including : TV Inspection, Manhole
Rehab and Sewer Clean i ng;
This Certification is valid beginning January 2009 and superseded any registration or listing
previously issued. This certification must be updated annually by submission of an Annual Update Affidavit. At any
time there is a charge in ownership or control of the firm, notification must be made immediately to the North
Central Texas Regional Certification Agency or an TUCP certifying entity.
Certificate expiration _____ J_a_n_u_a~ry..._ ___ , 20__ 10 ~~v
Certification Administrator
Issued date ________ ___;J::.:a"""n.,_,u::aoa"'""ry.,_ ___ , 20 __ 09
CERTIFICATION NO. WFDB39799Y0110
Li th e. in U.S.A .
N
Q)
C: ·-e
(ll
E
a.
(0
•i;, GUeS 345
NCTRCA
Minority Business Enterprise Certification
D Martinez Surveying
Minority Business Enterprise
has fled with the Agency an Affidavit as defined by the NCTRCA M/WBE policies & procedures and is hereby certified to
provide service(s) In the following areas:
541370;
Surveying and Mapping (except Geophysical) Services;
October 2009
This Certification is valid beginnin and superseded any registration or listing
previously issued. This certification mus t be updated annually by submission of an Annual Update Affidavit. At any time
there is a change in ownership or control of the firm, notification must be made immediately to the North Central Texas
Regional Certification Agency.
October 10
Certificate expiration. _______________ ,20 __ _
October 09
Issued date _____ .........,~~~-~---------,,20 __ _
CERTIFICATION NJ:fMMB426711010
....
liihO . 'n U.S A.
C GOE S 346
NCTRCA
Disadvantaged Business
Enterprise Certification
LKT & Associates, LLC
Disadvantaged Business Enterprise
has filed with the Agency an Affidavit as defined by 49 CFR part 26 and is hereby certified to provide
servicc(s) in the following areas:
423720; 424690 ; 423830 ;424910;
Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers ; Other
Chemical and Allied Products Merchant Wholesalers ; Industrial Machinery and Equipment
This Certification is valid beginning October 2009 and superseded any registration or listing
prev iously issued. This certification must be updated annually by submission of an Annual Update Affidavit. At any
time there is a charge in ownership or control of the firm, notification must be made immediately to the North
Central Texas Regional Certification Agency or an TUCP certifying entity.
Certificate expiration ______ Q..,._c ... to ... b ... e,,-r---' 20 _j_Q__
~l
Certification Administrator
Issued date ----------0 .. c~toH<b ... e,..r---' 20__Q_g_
CERTIFICATION NO. ____ J
Lithe. in U.S.A
PROPOSAL -ADDENDUM NO. 1
TO: Purchasing Manager
l 000 'Throckmorton Street
Fort Worth, Texas 76102-6311
FOR: Medical District Water Distribution System Improvements, Part 4 -South Ho ll y Water
Treatment Plant to the Medical District
DOE No. 6288, City Project No. 00247
Water Project No. P265-609140024787, Sewer Project No. P275-709170024787
Pursuant to the foregoing "Notice t o Bidders," the undersigned has th oroughly examined the plans,
specifications and the site, understands the amount of w ork to be done, and hereby proposes to do a ll the
work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in
the plans and s pecifications and subject to the in spection and approval of the Director, Water Department of
the City of Fort Worth.
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish
Perform ance , Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing
and completing the construction work within the time stated and for the following sum, to-wit :
SECTION A (WATER)
Pay
Item
l a.
1 b .
le .
I
CPMS
No.
BID-
00606
BID·
00607
BID-
00608
I
I
Estimated Unit
Quanti
1,555 L.F.
1,555 L.F.
1,555 L.F .
Name of Pay Item with
Uni t Price in Words
Pipe -Pressure -42-lnch (Pressure C lass
150 D1 Water Pipe by Open Cut (All
Depths) (Restrained) with Backfill Per
Detail WTR-029M /35) -In stalJ @
Dollars
And Cents
Per Unit
Pipe -Pressure -42-Jnch (Bar-Wrapped
Concrete Steel Cylinder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Backfill Per Detail WTR-
029M/ 35)-Install @
.£lit hunclaJ etJ._'1'i!t -Dollars
And ,v o Cents
Per U nit
Pipe -· Pressure -42-Inch (Mortar Lined,
Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) with
Backfill Per Detail WTR-029M/ 35) -
In st a ll @
Dollars ------
And Cents
Per Unit
Unit Bid
Price
$
$5J'O -
$
i
Amount
Bid
$
$9tJ~ 900
$
*Note: Bids should be submitt ed for o nl y one of the pip e material alternates a, b, or c.
B -JR (Add e ndum No. J)
I
-
I
Pay
Item
2a.
2b .
2c .
3a.
3b.
.
CPMS
No.
BID-
00606
BlD-
00607
BID-
00608
Estimated Unit
550 L.F.
550 L.F.
550 L.F.
Name of Pay Item with
Unit Price in Words
Pipe -Pressure -42-foch (Pressure Class
150 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Flowable Fill
Backfill Type 2E, DA-108, per WTR-
029M/35)-lnstaJI @
Dollars
And Cents
Per Unit
Pipe -Pressure -42-lnch (Bar-Wrapped
Concrete Steel Cylinder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Flowable Fill Backfill
Type 2E, DA-108, per WTR-029M/35)-
Install@
J:'tve ~ u.V\ll ~& ~e vt.t1-b -Dollars
And /\Jo Cents
Per Unit
Pipe -Pressure -42-lnch (Mortar Lined ,
Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) with
Flowable Fill Backfill Type 2E, DA-108,
per WTR-029M/35) -Install @
Dollars
And Cents
Per Unit
Unit Bid
Price
_$ ___
$570.,.
,$
I
I
Amount
Bid
$
$2l3tSV0 •
_l_ ___
*Note: Bids should be submitted for on ly one of the pipe material alternates a, b, or c.
BID-330 L.F. Pipe -Casing -60-Inch (Steel Casing Pipe
01091 with 42-Inch Pressure Class 150 DI Water
Pipe by Other Than Open Cut (All Depths)
(Restrained) Per 111/38, 11 l A/3 8) -Bore
and Jack with Pressure Grout -Install @
Dollars
And Cents $ _$ ___
Per Unit
BID-330 L.F. Pipe -Casing-60-Inch (Steel Casing Pipe
01091 with 42-lnch Bar-Wrapped Concrete Steel
Cylinder Water Pipe A WWA C303 by
Other Than Open Cut (All Depths)
(Restrained) Per 111/38, 11 l A/38) -Bore
and Jack with Pressure Grout -Install @
t\~M--h~fiM e_c,\ 'Slibl -Dollars
~9to0 -¢b\Qoo I And f0 o Cents
I Per Unit
B -2R (Addendum No. I)
I
Pay
Item
3c.
4a.
4b.
4c.
Sa .
CPMS
No.
BID-
01091
Estimated Unit
Quanti
330 L.F .
Name of Pay Item with
Unit Price in Words
Pipe -Casing-54-Inch (Steel Casing Pipe
with 42-Inch Mortar Lined, Polyurethane
Coated Steel Water Pipe by Other Than
Open Cut (All Depths) (Restrained) Per
111/38, 1 I lA/38)-Bore and Jack with
Pressure Grout -Install @
Dollars
And Cents
Per Unit
Unit Bid
Price
$
*Note: Bids should be submitted for only one of the pipe material alternates a, b, or c.
BID-385 L.F. Pipe -Pressure -36-Inch (Pressure Class
00601 150 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Backfill Per
Detail WTR-029M/ 35) -Install @
Dollars
And Cents $
Per Unit
BID-385 L.F. Pipe-Pressure -36-Inch (Bar-Wrapped
00602 Concrete Steel Cylinder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Backfill Per Detail WTR-
029M/ 35)-In sta ll @
tovl' b lA Y)~ l"e a ~ lt :6t Dollars
And No Cents $Ll?>o
Per Unit
BID-385 L.F. Pipe -Pre ssure -36-lnch (Mortar Lined,
00603 Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) wit h
Backfill Per Detail WTR-029M/ 35) -
Install@
Dollars
And Cents $
Per Unit
*Note: Bids sho uld be s ubmitt ed for only one of the pipe material alternates a, b, o r c.
BID-300 L.F. Pipe -Pressure -30-lnch (Pressure Class
00599 150 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Backfill Per
Detail WTR-029M/ 35)-Install @
Dollars
And Cents $
Per Unit
Amount
Bid
$
$
$lfo~5so ,
$
$
B -3R (Addendum No. I )
Pay
Item
Sb.
Sc .
6a .
6b.
6c.
CPMS
No.
BID-
00600
BID-
00598
Estimated Unit
Q uanti
300 L.F.
300 L.F.
Name of Pay Item with
Un it Price in Words
Pipe -Pressure -30-Inch (Bar-Wrapped
Concrete Steel Cylinder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Backfill Per Detail WTR-
029M/ 35) -Install @
rovr ~und r"ed b Bollars
And ~o Cents
Per Unit
Pipe -Pressure -30-lnch (Mortar Lined,
Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) with
Backfill Per Detail WTR-029M/ 35) -
Install @
Dollars
And Cents
Per Unit
Unit Bid
Price
.-
$4'10
$
*Note: Bids should be submitted for only one of the pipe material alternates a, b, or c.
BID-1,015 L.F. Pipe -Pressure -30-lnch (Pressure Class
00599 150 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Flowable Fill
Backfill Type 2E, DA-I 08 , per WTR-
029M/35) -Install @
Dollars
And Cents $
Per Unit
BID-1,015 L.F. Pipe -Pressure -30-lnch (Bar-Wrapped
00600 Concrete Steel Cylinder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Flowable Fill Backfill
Type 2E, DA-108 , per WTR-029M /3 5)-
lnstall @
,=:;~ V--b \u\(;\v'eJ tuJt-t-.:bt -Dollars -And t,J.O Cents $4'20
Per Unit
BID-1,015 L.F. Pipe -Pressure -30-Inch (Mortar Lined,
00598 Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) with
Flowable Fill Backfill Type 2E, DA-108 ,
per WTR-029M/35) -In stall @
Dollars
And Cents $
Per Unit
*Note: Bids should be submitted for only one of the pipe material alternates a, b, or c.
Amount
Bid
$123,ooo
$
$
$~2~13DD
$
B-4R (Addendum No. I)
Pay
Item
7a.
7b .
8a .
8b .
9a.
CPMS
No.
BID-
01090
BID-
01090
Estimated Unit
Quanti
575 L.F.
575 L.F .
Name of Pay Item with
Uni t Price in Words
Pipe-Casing -54-Inch (Steel Casing Pipe
with 30-Inch Bar-Wrapped Concrete Steel
Cylinder Water Pipe A WWA C303 by
Other Than Open Cut (All Depths)
(Restrained) Per 111 /38 , 111A/38) -Bore
and Jack with Pressure Grout -Install @
l2l~b+-bu()dlaj +i 1~~1 --'Dollars
And t,J o Cents
Per Unit
Pipe -Casing -54-Inch (Steel Casing Pipe
with 30-Inch Mortar Lined , Polyurethane
Coated Steel Water Pipe by Other Than
Open Cut (All Depths) (Restrained) Per
111/38, l 1 lA/38) -Bore and Jack with
Pressure Grout -Install @
Dollars
And Cents
Per Unit
Unit Bid
Price
$ g,30
,,
$
*No te: Bids shou ld be subm itted fo r o nl y one of the pipe materia l alt ernates a orb.
BID-400 L.F. Pipe -Casing-54-Inch (Steel Casing Pipe
01090 with 30-Inch Bar-Wrapped Concrete Steel
Cylinder Water Pipe A WWA C303 by
Open Cut (All Depths) (Restrained) Per
WTR-017M/38)-Bore and Jack with
Pressure Grout -Install @
f\~\t\~ ~\A\')tk etl ti 1r'~ -Dollars
$q 3o _.
And iv o Cents
Per Unit
BID-400 L.F . Pipe -Casing -54-Inch (Steel Casing Pipe
01090 with 30-Inch Mortar Lined , Pol yurethane
Coated Steel Water Pipe by Open Cut (All
Depths) (Restrained) Per WTR-017M/38)-
Bore and Jack with Pres sure Grout -Install
@
Dollars
And Cents $
Per Unit
*Note: B ids s hou ld be sub m itted fo r o nlv one of the pipe material alternates a o rb.
BID -30 L.F. Pipe -Pressure -24-lnch (Pressure Class
00595 200 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Backfill Per
Detail WTR-029M/ 35) -In stall @
Dollars
And Cents $
Per Unit
Amount
Bid
$471, l-SD-
$
$~3'Z,cro-
$
$
B -SR (Addendum N o . I)
Pay
Item
9b.
9c .
10 .
11.
12 .
CPMS Estimated Unit
No. Quan ti
BID -30 L.F .
00596
BID-30 L.F.
00597
Name of Pay Item with
Unit Price in Words
Pipe -Pressure -24-Inch (Bar-Wrapped
Concrete Steel Cylinder Water Pipe
A WWA C303 by Open Cut (All Depths)
(Restrained) with Backfill Per Detail WTR-
029M/ 35) -Install @
'h~r: bundod · Dollars
And Uo \...,ents
Per Unit
Pipe -Pressure -24-Inch (Mortar Lined,
Polyurethane Coated Steel Water Pipe by
Open Cut (All Depths) (Restrained) with
Backfill Per Detail WTR-029M/ 35) -
Inst a ll @
Dollars
And Cents
Per Unit
Unit Bid
Price
$ L/-oQ ,
$
Amount
Bid
$1'2,oo o
$
*Note: Bids shou ld be submitted for only one of the pipe material alternates a, b, or c.
BID -60 L.F. Pipe -Pressure -16-Inch (Pressure Class
00592 250 DI Water Pipe by Open Cut (All
Depths) (Restrained) with Backfill Per
Detail WTR-029M/35) -Install @
Th ret h \A rt d (eJ Dollars
$300 -$ II,_ (?()0 ... And µc., '-ents
Per Unit
BID-740 L.F. Pipe -Pressure -12-inch (PVC C -900 DR-
00591 14 Water Pipe by Open Cut (All De pths)
with Backfill Per Detail WTR-029M/35) -
Install @
'5e'1enh Dollars
$ 1o ... ,
And~ o \...,ents $51,/00
Per Unit
BID -830 L.F. Pipe -Pre ss ure -12-inch (PVC C-900 DR-
00591 14 Water Pipe by Open Cut (All Depths)
(Restrained) with Flowable Fill Backfill
Type 2E, DA-108 , per WTR-029M/35)-
In stall @
~'~¥\-I-~ -r, ve. Dollars -And No -Cents $ !'6 $70,650'
Per Unit
B -6R (Addendum No. 1)
Pay
Item
13.
14.
15 .
16 .
17 .
CPMS Estimated Unit
No. Quan ti
BID-390 L.F.
00618
BID-1,360 L.F.
00618
BID-400 L.F.
00616
BID-460 C.Y .
00839
BID-2 EA.
00738
Name of Pay Item with
Unit Price in Words
Pipe -Pressure -8-inch (PVC C-900 DR-14
Water Pipe by Open Cut (All Depths) with
Backfill Per Deta il WTR-029M/ 35) -Install
@
f2&~6-1te Dollars
And.Alo Cents
Per Unit
Pipe -Pressure -8-inch (PVC C-900 DR-14
Water Pipe by Open Cut (All Depths) with
Flowable Fill Backfill Type 2E, DA-108 , per
WTR-029M/35) -Install @
:>tvfrt--hv~ -Dollars
And ,v c> Cents
Per Unit
Pipe -Pressure -6-inch (PVC C-900 DR-14
Water Pipe by Open Cut (All Depths) with
Backfill Per Detail WTR-029M/ 35) -Install
@
hrf;_-£v o Hollars
And fto Cents
Per Unit
Concrete -Type E (Concrete Embedment to
I-foot above top of pipe)-Insta ll @
(; Fh-fh/~ Dollars
And ,-.Jo Cents
Per Unit
Valve -42 -inch -(Resilient Seated) Gate
Valve with Vault (Per Detail WTR-
005M/32) -Install @
fMfJ-Gve 'fltQf,,f__.Sand -Dollars
And"' o -Cents
Per Unit
B -7R
Unit Bid
Price
$55-
$ (£'
$5:l-
$€6-
$ tf( ()00
A m ount
Bid
$ZI, c/5()
$ 9~<f()O
rtolfoO"
'
$lS",Jro -
$ '1'cq ()01.>
(Addendum No. I)
Pay
Item
18.
19.
20.
21.
22 .
23.
CPMS Estimated Unit
No. Quanti
BID-2 EA.
00732
BID-2 EA .
00730
BID-2 E.A.
00726
BID-12 E.A.
00717
BID-19 E.A .
00749
BID-20 E.A.
00745
Name of Pay Item with
Unit Price in Words
Valve -36-inch -(Resilient Seated) Gate
Valve with Vault (Per Detail WTR-
OOSM/32) -Install @
71, 1cb-·-t:'t v~ tfttJIAs_anti -Dollars
And ..,v o Cents
Per Unit
Valve -30-inch -(Resilient Seated) Gate
Valve with Vault (Per Detail WTR-
OOSM/32) -Install @
---:b,. h ~IJ. ~ "" 'b / w en -1 v.e. altars
And v\J9 Cents
Per Unit
Valve -24-inch -(Resilient Seated) Gate
Valve with Vault (Per Detail WTR-
OOSM/32) -Install @
h.f+ee.A1 ~<2vs.a,-,d --Dollars
And ~o Cents
Per Unit
Valve -12-inch -(Resilient Seated) Gate
Valve with Box (Per Detail WTR-002M/32)
-Install @
one +how !>c<,nJ Dollars
And J.J~ Cents
Per Unit
Valve -8-inch -(Resilient Seated) Gate
Valve with Box (Per Detail WTR-002M/32)
-Install @
(l'Jh1" h,\u,t!red. Dollars
And µo .Cents
Per Unit
Valve -6-inch -(Resilient Seated) Gate
Valve with Box (Per Detail WTR-002M/32)
-Install @
2i ~ h!.HJ_d.re_J Dollars
AndtJo Cents
Per Unit
B -8R
Unit Bid
Price
f3~aov ·
$2:St <1ou·
$ I f'; (1lfl) -
$1,oax
-$ g_oo
$ boo
_,,
Amount
Bid
$ 7qoov -
$ SVtomJ
$ 3 Ol "2lV -
$12,()()0
$f5j200
$lZ, QOO
(Addendum No. I)
Pay
Item
24.
25.
26.
27.
28 .
29.
CPMS
No .
BID-
00665
BID -
00643
BID -
00634
BID -
00751
BID-
00751
BID-
01140
Estim ated Unit
Quanti
I E .A.
I E.A.
I E.A.
I E.A.
35 E.A.
I E.A .
Name of Pay Item with
Unit Price in Words
Pipe -36-inch x 30-inch Tapping Sleeve &
30-inch Gate Valve -Install @
:r:o~~ 1kQyS?g,l'"l Ji . :E>ollars
And 1v c, Cents
Per Unit
Pipe -20-inch x 16-inch Tapping Sleeve &
16-inch Gate Valve -Install @
EleveV\ ~ou.SCt,Ae,l Dollars
And &!. .o Cents
Per Unit
Pipe -20-inch x 12-inch Tapping Sleeve &
12-inch Gate Valve -Install @
Seven '-fAc~sel-n J t)'ollars
And AJ~ -Cents
Per Unit
Valve -Gate (Remove and Salvage Existing
Gate Valve 16-lnch and Larger and
Abandon Vault per Item D-29) -Remove
@
Qr.e ±&,0,.1.E>a ('\d '-• Dollars
AndtJ Q Cents
Per Unit
Valve -Gate (Remove and Salvage Existing
Gate Valve 12-Inch and Smaller per Item
D-29) -Remove @
o"'e h.u..r\~c~d Dollars
And f.l o Cents
Per Unit
Structure (Remove Existing Butterfly
Valve, Salvage Valve , and Abandon
Existing Vault Per Item D-29) -Remove @
()(\€ ~OU$0. nd Dollars
And uo Cents
Per Unit
B-9R
Unit Bid
Price
$l!0(X)O
$ ll)ooo -
fl. ovn -
$11000'
-$ too
$\1000-
Amount
Bid
$t./Ot ooo .
$ I~ trou-
$~ cJlTO
$l~ooO -
$"3,sz>o-
$\,~()0 -
(Addendum No. I)
Pay
Item
3 0 .
31.
32 .
33 a.
33b .
33 c.
CPMS
No.
BID -
005 46
BID -
00 54 8
BID -
005 47
BID -
00 569
BID -
0057 1
BID -
00 570
Quanti
12
25
8
67.0
I
.J
I
1
I
Unit
E .A.
V.F .
E.A.
TON
L.S.
LS .
Name o f Pay It e m w ith
Unit Price in Words
F ire Hydrant (Per De t a il WT R-006/33) -
Insta ll @
t:ne {-t,i ou-6u.n d hve hundv>"" J.Dollars
A nd N o ._,ents
Per U nit
F ire Hydrant -Barre l & Stem Exten s ion -
In s tall @
Df\e hundred f>ollars
And t--1 o Cents
Pe r U ni t
Fire Hy drant -Rem ove (Per It em D-2 9 )@
n rfe bu.vi d t:,e J h £:h -Doll.!lf S
And N o Cents
Per Unit
Pipe Fittings -Ductile Iron -Greate r than
16-inch Ductile Iron Pipe -In stall @
Doll ar s
And Cent s
Per Unit
Pipe Fittings -Bar-Wrappe d Concre te Stee l
Cy lind e r Ty pe Fittin gs -In st a ll @
m e ~ u11Jv-.ed f!:i.teu SCI. Yid --Vollars
And N O 1..,ents
Per Unit
P ipe Fittings -Steel P ipe -In stall @
Dollars
LJAnd Cents
Per U nit
i
I
Unit Bid
Price
$(.500
$1 00,..
$65 0
/
$
$lCD1000
$
Amount
Bid
$ lg1 0CO
$Z.S"OO
.-
-$ 2 1i oo
$
$lCf>iel:O
_$ ___
*Note: Bids should be submitted for onlv one of the pipe material alternates a , b or c.
B -JOR (Add endum No . I)
Pay
Item
34.
35.
36.
37.
38.
39.
40.
CPMS Estimated Unit
No. Q uan ti
BID-0.5 TON
00569
BID-12.5 TON
00568
BID-I L.S.
00711
BID-1 L.S.
00711
BID-1 L.S.
00711
BID-10 E.A.
00552
BID-8 E.A .
00767
Name of Pay Item with
Unit Price in Words
Pipe Fittings -Ductile Iron -Equal to 16-
inch Ductile Iron Pipe -Install @
.five b uttdrt!J Dollars
And /..JO Cents
Per Unit
Pipe Fittings -Ductile Iron -Less Than 16-
inch Ductile Iron Pipe -Install @
Fcw bund f'et! Dollars
And NO Cents
Per Unit
Structure (Connection to Existing 42"
Water Line at Line A Sta. 0+98)-lnstall@
'9t~tlwusand. ~w. kw~Dollars
Andµ_-. Cents
Per Unit
Structure (Connection to Existing 42"
Water Line at Line B Sta. 0+00) -Install@
Seve~ +kous~nd Dollars
And JJ o Cents
Per Unit
Structure (Connection to Existing 36"
Water Line at Line B Sta. 3+68) -Install @
Fi" i. +t-t t) \A s a.n.et Dollars
And .,,u o Cents
Per Unit
Meter Box -Class B (Per Item D-52. 7) -
Install @
0A e V\ \.o'\t! rJ-Dollars
And ,.o" Cents
Per Unit
Water Service -2-inch Tap to Main -
Install @
Eve ~UV\drecl Dollars
And uc ~ents
Per Unit
B-1 IR
Unit Bid
Price
$500
$500
.,
$/p,5()0 -
$z~ -
-$fi.000
$ loo .,
$SDO-
Amount
Bid
$UV-
$(.p1.'2.S-O
~,soo
$ 7tooo
$s;-ooo
$1,000
,...
$ t t\X) .-
(Addendum No. 1)
Pay
Item
41.
42.
43.
44.
45 .
46 .
CPMS Es t imated Unit
No. Qu an ti
BID-160 L.F.
00763
BID-2 E.A.
00755
BID-35 L.F.
00753
BID-65 L.F.
00753
BID-12 E.A.
00550
BID-12 E .A.
00762
Name of Pay Item wit h
U nit Price in Words
Water Service 2-inch (Type K Copper
Water Service Line to Meter Per Item D-
52.7)-In sta ll @
5evan Dollars
And,,u o Cents
Per Unit
Water Service -I 1/2-inch Tap to Main -
Install@
Sur bundretl G £-h, -Dollars
And ,;Vo Cents
Per Unit
Water Service I 1/2-inch (Type K Copper
Water Service Line to Meter Per Item D-
52.7)-ln sta ll @
?t~ Dollars
And&Q Cents • Per Unit
Water Service -I 1/2-inch (Type K Copper
Water Service Line to Private Service by
Licensed Plumber Per Item D-52 .7) -
Install@
,:ior nwnaNd J:,ollars
And ('!'Jt_O Cents
Per Unit
Meter Box -Class A (Per Item D-52 .7) -
Insta ll @
t)n~ Aunclr~d Dollars
And,vo Cents
Per Unit
Water Service -I-in c h Tap to Main -
Install @
ihr~ hu11Jr,&1 S"l'ven't!:f_ --Oollars
And l{/0 Cents
Per Unit
B -12R
Unit Bid
Price
$ 7 ..
..
$ '150
$
~,
$ t,'Q;
..,
.,
$ /00
...
$010
A m o un t
Bid
$1lJZD
$qoo'
-$ 2/0
$-Z,.co~a
$//l.Ol)
-
$ 'I: '/tf_{) -.
(Addendum No. I)
Pay
Ite m
47.
48.
49 .
50.
51.
52 .
CPMS Estimated U nit
No. Q uanti
BID-245 L.F.
00758
BID-5 E.A.
00848
BID-5 E.A.
00767
BID-1 L.S.
00768
BID-4 EA.
01154
BID-2 EA.
00748
Na me of Pay Item w ith
Uni t P rice in Words
Water Service I-inch (Type K Copper
Water Service Line to Meter Per Item D-
52.7) -Install@
Ave Dollars
And ;Uo Cents
Per Unit
Meter Box -Adjustment (Remove Meter
and Abandon Service) -Services @
One hundl'eel Dollars
And IU a Cents
Per Unit
Water Service -2-Inch Tap to Main (and
Water Sampling Point per Detail WTR-021)
-Install @
<5evl'rJ htH1dr'~d 'Dollars
And N t> Cents
Per Unit
Water Service -Temporary 2-inch Water
Service Line (Per Item D-52 .8) -Install @
h-fi-e~n "'e_wt:>ttnll -Dollars
And .A/0 Cents
' Per Unit
Valve -4-inch (Combination) Air and
Vacuum Release Valve with Vault (Per
Detai l WTR-014N33) -Install@
el~ ~vt-#o ~£ c:lt"-d Dollars
And ~o l ents
Per Unit
Valve -8-inch -Blow Off -with Sump
Manhole (Per Detail WTR-Ol 5N33) -
Install@
~fl +hou5q.r1d.. Oollars
And /J 0 -Cents
Per Unit
B-13R
Unit Bid
P rice
$5-
$100
.,..
$700 -
$1!),ooo
$(it(X)O
i
$/Q/JJt)"
Amo unt
B id
$ll 22.5""
$5VD
$5, S"OO
$1~000~
$3 'Z, o-o 1.S-
$Zo,aio--
(Addendum No. I)
Pay
Item
53.
54.
55.
56.
57.
58.
CPMS Estimated Unit
No. Q uan ti
BID-7 E.A.
00367
BID-8,015 L.F.
00372
BID-5,300 L.F.
00443
BID-1,220 L.F.
00442
BID -113 ,000 S.F .
00445
BID-8,000 L.F.
00446
Name of Pay Item with
U ni t Price in Words
Cut and P lug Existing Water Main in
Separate Trench@
sl 'J_ A«nd r et1 -Dollars
AndJ,,,J.Q Cents
Per Unit
Trench Safety System 5-foot Depth (Per
It em D-26) -Install @
OAJe.. Dollars
Andµ.:> Cents
Per Unit
Pavement -2-inch Minimum HMAC on
2/27 Concrete Base (Permanent Pavement
Repair Per Figure STR-028) -Install @
@(JhtfiJI\I . t,ollars
And &_{2 Cents
Per Unit
Pavement -2-inch HMAC -Temporary
(Pavement Repair Per Figure STR-030) -
Install @
7JurWAJ -Dollars
And ~' Cents
Per Unit
Pavement -2-inch Minimum Overlay (per
DA-28, DA-29, and DA-30) -Install @
ONe. Dollars
And AJI -Cents
I
Per Unit
Pavement -2-inch to 0-lnch Wedge Milling
Depth 5-Ft Wide -Rehab @
Two iJollars
And.Al• Cents
Per Unit
B -14R
Un it Bid
Price
$/aOO -
$ I --
$ 11-
$/3-
,.;
~ I
$~-
Amount
Bid
$'1,ioo
$ f, Ol 5
~Si '/DD
$If;"'()
-$/13. 000 .
-$ lh_ 1)()0
(Addendum No. I)
Pay
Item
59.
60.
61.
62 .
63.
64.
CPMS
No.
BID-
00454
BID-
00443
BID-
00423
BID-
00401
BID-
00458
BID-
00134
Estimated Unit
Quanti
4,600 S.Y.
200 S.Y.
3,300 L.F.
200 S.F .
1,800 S.Y.
1,400 S.Y.
Name of Pay Item with
Unit Price in Words
Pavement -8-inch -Pulverization -Rehab
@
tltre.e-Dollars
And ,,u • Cents
Per Unit
Pavement -2-inch Minimum HMAC on
2/27 Concrete Base (Beyond the Trench
Width) -Install@
T~t!.~ Dollars
And /<Jo Cents
Per Unit
Curb and Gutter -Replacement (Per Item
DA-24)@
/1A1t-"..J.r--Ave Dollars
And ,AJo Cents
Per Unit
Driveway (Sidewalk, or Parking Lot) -
Concrete Repair (Per Item D-20) -Install
@
7hr1e~ Dollars
And AJ" Cents
Per Unit
Pavement -Concrete on 2/27 Concrete
Base (Permanent Concrete Pavement Repair
Per Figure STR-031 and 2000-4A) -Install
@
,:;~-SL~ Dollars
And /l/0 Cents
Per Unit
Grass -Hydromulch Seeding (Per Item D-
45) -Install @
o"'e Dollars
And ,<10 Cents
Per Unit
B-JSR
Unit Bid
Price
$ 3/
$;2.0
..,,
i:J-5 -
$ 3-,.,
$ t/'1 /
$ L~
Amount
Bid
$1~rtfOD
$ ~ ()00 -
~2, S-00
$~
$11,~oo
$~«loo
(Addendum No. 1)
Pay
Item
65 .
66.
67 .
68 .
69 .
70.
CPMS
No.
BID-
00493
BID-
00837
BID-
00839
BID-
00542
BID-
00587
BID -
00587
Estimated Unit
Quanti
10 C.Y.
10 C.Y.
10 C.Y.
5 EA.
350 L.F .
700 L.F .
Name of Pay Item with
U nit Price in Words
Subgrade -Crushed Limestone for
Miscellaneous Placement (Per Item D-21) -
Install @
TeAJ Dollars
And N ° Cents
Per Unit
Concrete -Type B for Miscellaneous
Placement (Per Item D-21 )-Install @
7-o_l?f-tt Dollars
And ,,Vo . Cents
Per Unit
Concrete -Type E for Miscellaneous
Placement (Per Item D-21 )-Install @
~Ir, -·
Dollars
And ,6!._ o Cents
Per Unit
Dehole Exploratory Excavation (Per Item
D-51 )-Study@
Toor I, untf r -t"d Dollars
And .NO Cents
Per Unit
Pipe -Pressure -Abandon (Existing 36-
inch Water Main Filled with Cement Slurry
Per Item DA-134)@
Se11er1 Dollars
And .AJO Cents
Per Unit
Pipe -Pressure -Abandon (Existing 30-
inch Water Main Filled with Cement Slurry
Per Item DA-134)@
)J ){ Dollars
And .No Cents
Per Unit
B -16R
Unit Bid
Price
$ IO
,...,
.,.,
$ '10
..,.
$ '10
$ '100
$ ? ,.
$
~,.
Amount
Bid
$ /00 -
$ 'f()O
...
-$ 1./{K)
$ 2ootJ
$Ci t/6-0 -
$tzoo
(Addendum No. 1)
Pay
Item
71.
72.
73.
74.
75.
76.
CPMS Estimated Unit
No. Quanti
BID-2,400 L.F.
00587
BID-1,000 L.F.
00587
BID-I L.S.
00130
BID-2 E.A.
00981
BID-I L.S.
00619
BID-1 L.S.
00181
Name of Pay Item with
Unit Price in Words
Pipe -Pressure -Abandon (Existing 16-
inch Water Main Filled with Cement Slurry
Per Item DA-134)@
7h~e Dollars
And d.L" Cents
Per Unit
Pipe -Pressure -Abandon (Existing 8-inch
Water Main Filled with Cement Slurry Per
Item DA-134)@
---/WO Dollars
And .MO Cents
Per Unit
Fence -Temporary (8' chain link to match
existing sec urity fence on each property) -
Install @
5v r -Maw S&< n d Dollars
And l(,)o Cents
Per Unit
Light-Salvage Existing Street Light
Equipment -Remove (and Replace)@
Sev(!rl hundr~el Dollars
And A/tJ Cents
Per Unit
Pipe -Pressure -Cathodic Protection
System (Per Specifications 15640, 15641 ,
15642, & 15643) -In stall @
Se11er1 fl, ()U.5t:tn ti -Dollars
And PD Cents
Per Unit
Traffic Control (Per Item D-8, DA-117)-
Install@
,:;r1-un #iPLISl!lhA Dollars
And A.Jo \. ents
Per Unit
B-17R
Unit Bid
Price
$
o ...
$~-
$'Ii ofXJ .
$ 700 -
$lODo -
$ 1r; ()00 . ..,
Amount
Bid
$l200
$4_000
$~<Jou
$~ t/()0-
$;?000
$/~oorJ
(Addendum No . I )
Pay
Ite m
77.
78.
79.
80 .
81.
CPMS Estim ated Unit
No. Qua n t i
BID-I L.S.
00100
BID-500 L.F.
00620
BID-100 L.F.
00145
BID-150 C.Y.
00145
BID-15 E.A.
00182
Name of Pay Item with
U nit P rice in Words
Storm Water Pollution Prevention Plan > I
Ac SWPPP-Install@
Sellen #io.v.sanl Dollars
And ,J 0 Cents
Per Unit
Pipe -P ressure -Extra Depth > I Ft ( depth
greater than that shown in the Construction
Plans)-Install @
°LWD Dollars
And ,VO Cents
Per Unit
Potentially Petroleum Contaminated
Material Hand ling Per Item DA-37 @
L-er, Dollars
And A/0 Cents
Per Unit
Loading, Transportation, and Disposal of
Contaminated Soil Per Item DA-38 @
7wen.f!,_ Dollars
And P• Cents
Per Unit
Tree (Per Detail 250/47)-lnstall@
7briee Aundrt'd Dollars
And NO Cents
Per Unit
Unit Bid
P ric e
$ 7,.ooo
$ pJ-
$ /O
~
$ o'lo
..,
"'
$ 300
.....
Amou nt
B id
$ 2 ~fl()
$/iOOO •
$ llo oo
-
-
-
$ 3,o oo ..
$ 'lcSO{)
'
T OTAL: SECTION A (WATER)$ 't L/-63, C/20. 0()
(Transfe r Total to Page B-29R)
B -18R (Addendum No . I)
List of Ductile Iron Fittings for SECTION A -WATER MAIN:
Type of Fitting
Sleeves
90 Degree Bend
Plug
Sleeves
R ed ucer
90 Degree Bend
45 Degree Bend
22.5 Degree Bend
11 .25 Degree Bend
Tee
Tee
Plug
Sleeves
Reducer
90 Degree Bend
45 Degree Bend
22.5 Degree Bend
I I .25 Degree Bend
Tee
Tee
Tee
Sleeves
R ed ucer
Reducer
45 Deg ree Bend
Plug
Tee
P lu g
R e ducer
45 Degree Bend
22 .5 Degree Bend
11.25 Degree Bend
Tee
Plug
45 Degree Bend
Tee
Plug
45 Degree Bend
22.5 Degree Bend
11.25 Degree Bend
Tee
Tee
Tee
Plug
Reducer
Reducer
Size of Fitting
4-inch
6-inch
6-inch
6-inch
6-inch x 4-inch
8-inch
8-inch
8-inch
8 -i nch
8-inch x 6-inch
8-inch
8-inch
8-inch
8-inch x 6-inch
12-inch
12-inch
12-inch
12-inch
12 -inch x 6-inch
12-inch x 8-inch
12-inch
12 -inch
12-inch x 6-inch
12-inch x 8-inch
16-inch
20-inch
24-inch
24-inch
24-inch x 16-inch
30-inch
30-inch
30-inch
3 0-inch x 8-inch
30-inch
36-inch
36-i nch x 8-inch
36-inch
42-inch
42-inch
42-inch
42-inch x 24-inch
42-inch x 36-inch
42-inch
42-inch
42-inch x 30-inch
42-inch x 36-inch
Quantity of
Fittin s
I
2
2
9
I
I
12
I
I
6
6
8
11
2
I
12
3
5
10
2
4
1
2
5
I
2
I
1
I
6
3
3
I
3
3
2
5
7
2
3
I
I
I
I
I
I
Weight per
Fittin lb s.
25
Lf5
10
3~
z.C,
lP I
55
Lf~
tf3
g'O
'l'-1
ZS
~~
3~
J JL/
/0/
lfO
77
/'J..J"
/)..0
11~s-
!'I
57
(p7
")..O?-
I J'O
~lf I
2c,'2.
"32~
I.OIO
~q~
83D
l~O
~f12
J.\')(p
300
.1iO
?-'l.'~5
\ '\11.
\°'. ~Lt
~1~
(i, 041---
{;4~1
410
't,CoY~
1.., ~c,t..{
Total Weight J "3 J °J )/J lbs. ( /q , Y fr;[ Tons)
B-19R
Total Weight
lbs.
Z-5
90
/~0
'l-7>'1
2(p
l.PI ~"'o %
tf3
t/10
5(, '-f
2.oo
S-83
7b
II t./
/2-12-
Z-'10
3 f-'5"
lr2f0
:v10
v&O
8'/
1/<f
83S
;i...o -:i.
3'-0
<itf /
:lo "'2-
32.Lf
<-,o(oO
'Lt 1oe0
-z., 4-q'()
IS-0
C/oto
~ 'foi'
( ,..,/1 t)
/900
\ ") (p45
~ ~ 41.{
5.' 80'1.-
~. 7{;; 0
", Glf-'l.
&,'/f/
4f0
'2-. 11?, '1 z. q S"lf
(Addendum No. 1)
SECTION B (SE W ER)
P ay
It em
I.
2 .
3 .
4.
5.
6 .
I
I
I
CPMS Estimated U nit
N umber Qu anti
BID -50 5 rF 00293
BID-7 85 L.F .
00293
BID -2 5 L.F .
0 0226
BID -50 L.F.
002 48
BID -l 80 L.F.
00281
BID -460 L.F.
0 0228
N am e of Pay It em with
U nit P ri ce in Word s
*Pipe -Sewer -J O-inch (by Open C ut w ith
Backfill P er WTR-02 9M/3 5) -In s t a ll @
Two h 1.u:1dred D o llars
And i..,.:> C ent s
P e r Un it
*Pipe -Sewer -30-inc h (by Other than
O p e n Cut wit h 54-inch Ste el C asin g Pipe
per Detai l 111 /38 and l I I A/3 8)-lns tall @
St~ bkn&reQI Doll ars
And \.Jo ~cents
Per Unit
*Pipe -Sewer -(27-inch by Open Cut w ith
Backfill Per WTR-029M/3 5) -Install @
ore..-bu~red f\tA(; -Dollars
A n d µa Cet1~
Per U n it
Pipe -Sewer -12 Inc h (Vitrifi ed C lay Pipe
per Speci fi cat ion 02 64 0 ) -Oth e r Tha n
Open Cut (A ll Depths) (by P i lot Tube
Tunnelin g) -Insta ll @
fh(ee. ~vecl .11:t r\~ -Voll ars
And tH Cents
Per U ni t
Pipe - Se wer -l 8-inch SDR-26 (All Depth s)
(Pres sure-Rated) -In s ta l I @
QN e. hu l'.ld r~d el~ h±4 --Dollar~
And N O Cents
Per Unit
P ipe-Sewer -J O-inch SDR-26 (A ll Depth s)
(Pr essure-Rated) -In st a l l @
S?venh, '.""::o l lars
AncW o t :ent s
Pe r Unit ..
U n it Bid
Price
$ 2..00 -
$wa)-
~?o -
$3'ifl._·
$ 180 .
$ 7{2 ~
A mount
Bid
$/otamY
$ '-171, (!Tl)-..
-$ 4l 7SO
$I'll stJO -
$I '-1, t/ Ot5
-$3'2,~Ql)
*Contractor mu st co mplete th e C ity app rov e d pr odu ct form a t the end o f thi s sec ti on on page B-29 R.
B · 20R (Addendum No . I )
Pay
It em
7.
8.
9.
10 .
1 I.
12 .
CPMS Es tim ated U nit
N umbe r Q uanti
BID-140 L.F .
00350
BID -470 L.F.
00351
BID-75 L.F .
00332
BID-90 L.F .
00330
BID-4 E .A
00355
BID -335 L.F.
00841
Na m e of Pay Item with
Unit Price in Words
Pipe -Sewer -8-inch SDR-26 (All Depths)
(Pressure-Rated) -Install @
:-5;~-1:::; Dollars
And po Cents
Per Unit
Pipe -Sewer -8-inch -SDR35 (by Open
Cut with Backfill Per WTR-029M/35) -
Install @
~~-/"ive-Dollars
And No Cents
Per Unit
Pipe -Sewer -8-inch (All Depths)
(Pressure Class 350 Ductile Iron Sewer Pipe
with Protecto 401 Interior Lining and
Polyethy lene Encasement by Open Cut with
Backfill per WTR-029M/35) -Install @
5t 'l'Hf--nme Dollars
And ,-.10 Cents
Per Unit
Pipe -Sewer -6-inch SDR-26 (All Depths)
(Pressure-Rated) -Install @
/2.rd!t--sevh,J Bollars
And /VO Cents
Per Unit
Sewer Service -4 Inch -Service Tap (Per
Detail SAN-019) -Install @
tJNe '-Mov ~And Dollars
And Jt/t) Cents
Per Unit
Concrete -Encasement (Concrete Stabilized
B ac kfill Pe r ltem D-49) -Install @
-rwer1h.-411-e Bollars
And No ,....ents
Per Unit
Unit B id
Price
$h0'
it£-
$ b9 ~
$~7 -
ilOOD -
-$ZS
A m o unt
Bid
$ ~t'f(X) -
$30,51~
$~/75 -
$5;130 -
$'fi 000-
$9,~"7 s--
*Contractor mu s t complete the City approved product form at the end of this sec ti o n on page B-29R .
B-2IR (Addendum No. I)
Pay
Item
13 .
14 .
15.
16.
17 .
18.
CPMS Estimated Unit
Number Quanti
BID -6 EA.
00 2 13
BID -20 V.F.
00214
BID-2 EA.
00207
BID -IO V.F.
002 08
BID -I E.A.
00212
BID-I E.A.
0020 3
Name of Pay Item with
Unit Price in Words
M anh o le -Std 4-foot Diam . -T o 6-foot
Depth (Per Item D-27) -In st a ll @
ant: +house1.nd ~v_e. hundad Doll ars
And I.JO Cents
P e r U nit
Manhole -Std 4-foot Diam. -Added De pth
over 6-foot Depth (Per Item D-27) -In stall
@
0()-e hundV"e.ci Dollars
And ,-JD Cents
Per Unit
Manhole -Drop -Std 4-foot Diam . -To 6-
foot Depth (Per Item D-27) -Install @
()Ae i-kouSarid e,flh+-\1W'ldred.Doll ars
And /JC. Cents
Per Unit
Manhole -Drop -Std 4-foot Diam . -
Added Depth over 6-foot De pth (Per Item
D-27) -Install @
{)Ive hundred Dollars
And 10 o Lents
Per Unit
Manhole -Shallow Std 4 Ft Diam-(Shallow
Cone) (Per Item D-27) -In stall @
ooe +ttoy5Cmd hve.. ~unch·-U!f Dollars
And .JO Cents
Per U nit
Juncti on Box (Line H , Sta. 0+00) -In sta ll
@
C:, .f-+.u..--. -U,.ou S&< ,-.,L --f)ollar s
And ,JI:) Cents
P e r Unit
Unit Bid
Price
-$/,SZ'JD
$100 ...
$lftXJ -
•
~IQ? -
$lt_JlJO
$I( tJlJD
Amount
Bid
$ taxi -
$400/J
$5l boo -
-$(,000 •
$ ,lsvo -
$ Lfi._QOIJ -
*Contrac tor mu st compl ete the City a pproved product fonn at th e end of this secti on on pa ge B-29R.
B -22R (Addendum No . 1)
Pay
Item
19.
20.
21.
22.
23 .
24 .
CPMS Estimated Unit
N umber Q uanti
BID-I L.S.
00371
BID-I L.S .
00371
BID-1 L.S .
00371
BID-I L.S.
00371
BID-I L.S.
00371
BID -I L.S .
003 7 1
Name of Pay Item with
Unit Price in Words
Structure (Access Manhole Line H Sta.
0 +2 I) -Install @
{i_/1-t?P.v }'AowSo/11/ Dollars
And /.J D Cents
Per Unit
Structure (Access M a nhole Line H Sta .
3+95) -Install @
hrfe~AI ~tJ~5C/11~ -oollars
And t:!._o Cents
Per Unit
Structure (Access M anhole Line H Sta.
3+85 Offset 15 ') -Install @
~ ve <MNsqnt/ Dollars
And /flo Cents
Per Unit
Structure (Access Manhole Lin e H Sta .
6+6 I) -Insta ll @
n <£ </A<JuM nd Bollars
And A.Jo Cents
Per Unit
Structure (Access Manhole Line H Sta.
I I +6 7) -lnstall @
,C,t-'e ~OHsP/J# • Dollars
And ,-/o Cents
P e r Unit
Structure (Access Manh o le Line H Sta .
I 5+52) -In stall @
hv~ 1A~w5~11¢ Dollars
And NO Cents
Per Unit
Unit Bid
Price
$1(000 -
$ls;ooo·
-$S:OW
$,(OW -
$ (j aJt)-
$(.ootJ ~
Amount
Bid
$I( of)() -
-$If; t.)00
$i°70()0 -
$(000 -
$ ~-; (){)() -
'
$f;"~oo -,
*Co ntra ctor mu st complete th e C ity a ppro ve d product form at th e e nd of this sec ti on o n pa ge B-29R .
B -23R (Addendum No . I)
Pay
Item
25.
26.
27.
28.
29.
30.
CPMS Estimated Unit
Numbe r Quanti
BID-I E.A.
00203
BID-17 EA .
00196
BID-215 V .F.
00211
BID-17 EA.
00217
BID -2,200 L.F .
00202
BID -2 ,200 L.F.
00201
Na me of Pay Item with
Unit Price in Words
Junction Box (Line H , Sta . 15+75)-Install
@
J:;;::-fer'/IJ Ho11Sc;;u/J --Dollars
And ~o Cents
Per Unit
Collar -Manhole (Per Item D-27) -Install
@
7ivl) nund'r,/ Dollars
And 11..J(} Cents
Per Unit
Manhole -Paint & Coating -Interior
Protective Coating (Per Item DA-I I , DA-14
or DA-15) -Install @
tJ11~ /Jundrr'cl · Dollars
And NO Cents
Per Unit
Manhole -Vacuum Test (Sanitary Sewer
Manholes Per Item D-36)-Services @
7fao IJul'!drt!'tl Dollars
And t!.-' Cents
Per Unit
Inspection -Preconstruction Cleaning &
TV (Per Item D-38) -Study@
fWO Dollars
AndP0 Cents
Per Unit
Inspection -Post Construction Cleaning &
TV (Per Item D-38) -Study@
71,,(/0 Dollars
And ,4n Cents
Per Unit
Unit Bid
Price
$1(00D
$ .;loo ~
-$ /(J()
$ 1.-(JtJ .,
$ .2-
$ J?, ~
Amo unt
Bid
$ /fitJOO
-f3'.,c/oo
$Z/,_ svo -
$~ <./00 -
-
$~'/_00
_,
$~ YOO
*Contractor must complete the City approved product form at the end of this section on page B-29R.
B -24R (Addendum No . I)
Pay
Item
31.
32.
33.
34.
35.
36.
CPMS Estimated Unit
Number Quanti
BID-1,845 L.F.
00372
BID-1,050 L.F.
00443
BID-75 L.F.
00423
BID-200 S.Y.
00458
BID-30,000 S.F.
00401
BID -6 ,000 S .Y.
00134
Name of Pay Item with
Unit Price in Words
Trench Safety System 5-foot Depth (Per
Item D-26) -Install@
DtJ.e Dollars
And.Nu Cents
Per Unit
Pavement -2-inch Minimum HMAC on
2/27 Concrete Base (Permanent Pavement
Repair Per Figure STR-028) -Install@
YJ.J-11!-e-e_,0 Dollars
And »D Cents
Per Unit
Curb and Gutter -Rep lacement (Per Item
DA-24)@
7/11.e~ Dollars
And~' \ .ents
Per Unit
Pavement -Concrete on 2/27 Concrete
Base (Per Figure 2000-2) -Repair@
fiieJ:; -51 t_ Dollars
And ,Alo Cents
Per Unit
Driveway (Sidewalk, or Parking Lot)-
Concrete Repair (Per Item D-20) -Install
@
MrYe Dollars
And ,.,vtJ ~ents
Per Unit
Grass -Hydromulch Seeding (Per Item D-
45) -Install @
bAJe no liars
And ~,:, ents
Per Unit
Unit Bid
Price
,..
$ I
$ Lf-
$ 3tJ -
$ 1t,-
$ 1-
$ I..,
Amount
Bid
$~R<I-S-
$l{9c:O -
$,ZZS-0 -
$~200 -
$1/2000 -.
$~aJ()J
*Contractor mu st complete the City approved product form at the e nd of this section on page B-29R.
B -25R (Addendum No . I)
Pay
Item
37.
38.
39.
40.
41.
42.
CPMS Estimated Unit
Number Quanti
BID-10 C.Y.
00493
BID-10 C.Y.
00837
BID-10 C.Y.
00839
BID -2 EA.
00542
BID -750 L.F .
00587
BID -60 L.F.
00587
Name of Pay Item with
Unit Price in Words
Subgrade -Crushed Limestone for
Miscellaneous Placement (Per Item D-21) -
Install@
TeAJ Dollars
And .Al 0 Cents
Per Unit
Concrete -Type B for Miscellaneous
Placement (Per Item D-2 I)-Install @
~b_ Dollars
And AJO Cents
Per Unit
Concrete -Type E for Miscellaneous
Placement (Per Item D-2 I)-Install @
'n,eb_-htA? Dollars
And ,,,uo Cents
Per Unit
Dehole Exploratory Excavation (Per Item
D-51)-Study@
Five. Aundr~d Bo liars
And ,,u () .::::ents
Per Unit
Pipe -Pressure -Abandon (Existing 27-
inch Sewer Main Filled with Cement Slurry
Per Item DA-134)@
::;t_ Dollars
And llfl() '-ents
Per Unit
Pipe -Pressure -Abandon (Existing 8-inch
Sewer Main Filled with Cement Slurry Per
Item DA-134)@
/WO !2ollars
And ./Vd Cents
Per Unit
Unit Bid
Price
,.-
$ /0
$ ~0.-
$tis
$5l',l? -
$ ~-
$ ~-
Amount
Bid
$100 -
$ <ICO -
$~SO -
-$~cm
$ ',!SVO
$L20 -
*Contractor mu st complete the City approved product form at the end of this section on page B-29R.
B -26R (Addendum No. 1)
Pay
Item
43.
44 .
45.
46.
47.
CPMS Estimated Unit
N umber Quanti
BID-1,020 L.F.
00587
BID -2 E.A.
00206
BID -10 E.A.
00367
BID -230 L.F.
00841
BID -300 L.F.
00145
Name of Pay Item with
Unit Price in Words
Pipe -Pressure -Abandon (Existing 6-inch
Sewer Main Filled with Cement Slurry Per
Item DA-134)@
rwo Dollars
I
And w 0 Cents
Per Unit
Manhole (Existing) -R emove @
7hre.e I, v n d "I? 6' -Dollars
And ~(,) Cents
Per Unit
Sewer -Cut and Plug Existing Sanitary
Sewer Line (At Different Locations Other
Than Proposed Sanitary Sewer
Improvements)-Abandon @
lwohvn"~t/ h'~-6 --Dollars
And ~c> Cents
Per Unit
Concrete -Encasement (Ground
Improvement by Jet Grouting Pe r
Specification 03365) -In stall @
7Zven./:y_ -vollars
And 4/0 l .ents
Per Unit
Potentially Petroleum Contaminated
Material Handling Per Item DA-37 and
Specification 02080 @
7eN Dollars
And ,,.vu Cents
Per Unit
Unit Bid
Price
$ 2-
$3W -
-$.250
$ 20 ~
$ 10'
Amo unt
Bid
$~0¥0
-$ UX)
$ ~5ix:>
it./:J:Oo -
$JO/JO-
*Contractor mu s t complete th e C ity a pproved product form at th e e nd of thi s section on page B-29 R.
B -27 R (Addendum No . 1)
Pay
Item
48.
49.
CPMS Estimated Unit
Number Quanti
BID-950 C .Y.
00145
BID-I L.S.
01139
Name of Pay Item with
Unit Price in Words
Loading, Transportation, and Disposal of
Contaminated Soil Per Item DA-38 and
Specification 02080 @
2"/_feeAJ Bollars
Andd.::'.'.'.o Cents
Per Unit
Structure (Retaining Wall near Line H, Sta.
11 +67) -Remove ( and Replace) @
Ftve~u~ :,
Dollars
And ,,v v Cents
Per Unit
Unit Bid
Price
$ /~ __.
$(Od0
~
TOT AL: SECTION B (SEWER) $ /, ~~~ 1 ,?;/JS: tJ 0
Amount
Bid
ys;200
$5, l)t){) .
(Transfer Total to Page B-29R)
*Contractor must complete the City approved product form at the end of this section on page B-29R .
B -28R (Addendum No. I)
CITY APPROVED PRODUCT FORM
for
Section B (Sewer): Medical District Water Distribution System Improvements, part 4 -South
Holly Water Treatment Plant to the Medical District
City Project No. 0024 7
*CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED:
STANDARD SPECJFICA TJON NO. PIPE SIZE
ffo/:'AS Ree 02660 (Fiberglass Sewer Pipe) 27" thru 30"
Consult the "City of Fort Worth, Texas Standard Product List " to obtain the Generic/Trade Name
and the Manufacturer for the pipes listed above.
Failure to provide the information required above may result in rejection of bid as non-responsive.
Only products or methods listed above will be allowed for use in this project. Any substitution shall
result in rejection of bid as non-responsive.
SUMMARY OF BIDS
SECTION A (WATER)
SECTION B (SEWER)
TOT AL (SECTION A+ B)
s ct, L/a3, q;zo.oD
s ~ DO~, 85'S. tJ 0
s S'; t./'-10, 3 o~oo
(Award of contract, if made, shall be to the overall responsible low bidder.)
B -29R (Addendum No . 1)
PROPOSAL
MATERIAL SUPPLIER INFORMATION FORM -42, 36, and 30-inch Water Pipe
DUCTILE IRON PIPE
The DUCTILE IRON pipe and valve suppli er information form bound with this project manual shall be
provided by the Contrac tor at the time that bids were submitted.
Name of Manufacturer Ty pe 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. ~-B03)
Hanson ftf65urt.-fr p e_
Name of Manufacturer
7 Home Office Address of Manufacturer
<3 m nd /bur1t, fl
L ocation of plant in which pipe and fittings are to be manufactured
STEEL PIPE
8r~I.JaRf'd c:t /,nd~ 11,~e-
Type o Pipe
The STEEL pipe s upplier information form bound with this project manual shall be provided by the
Contractor at the time that bids were submitted .
Name of Manufacturer Type of Pipe
Home Office Address of Manufacturer
Location of plant in which pipe and fittings are to be manufactured
B -30R (Add e ndum No. I)
PROPOSAL
Within ten ( I 0) days of notification by City, the undersigned will execute the formal contract and deliver
an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful
performance of this Contract. The attached bid security in the amount of$ 5 % is to
become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not
executed and delivered within the time above set forth as liquidated damages for the delay and additional
work caused thereby.
If as a requirement of this project, the undersigned bidder certified that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have read and thoroughly understand all the requirements and conditions of those General
Documents and the specific Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing of referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No . 7278 as
amended by the City Ordinance No. 7400 .
The bidder agrees to begin construction within 10 calendar days after issue of the work order, and to
complete the contract by 540 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 .
A. The principal place of business of our company is in the State of_T~e~x~a~s~------~
Non-resident bidders in the State of , our principal pl a ce 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) 9t-:
Addendum No. 2 (initials)~
Addendum No . 3 (initials) __ _
(SEAL) if Bidder is Corporation
Date: CJ/5//'174 ~·
B -31R
Respectfully submitted ,
Oscar Renda Contracting, Inc.
By : /,(//1~
Name: Frank Renda
Title: Vice President
Addre~: 608 Henrietta Creek Rd.
Roanoke, TX 76262
Telephone: 81 7 491 2703
(Addendum No . l)
•,
,,_ '
PARTC
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl-1.4
C 1-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-1.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
C 1-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987
TABLE OF CONTENTS
DEFINITIONS
Definition of Terms
Contract Documents
Notice to Bidders
Proposal
Bidder
General Conditions
Special Conditions
Specifications
Bonds
Contract
Plans
City
City Council
Mayor
City Manager
City Attorney
Director of Public Works
Director, City Water Department
Engineer
Contractor
Sureties
The Work or Project
Working Day
Calendar Days
Legal Holidays
Abbreviations
Change Order
Paved Streets and Alleys
Unpaved Streets or Alleys
City Street
Roadway
Gravel Street
Cl-1 (1)
Cl-1 (1)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (2)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (3)
Cl-1 (4)
Cl-1 (4)
Cl-1 (4)
Cl-1 (4)
Cl-1 (4)
Cl-1 (4)
Cl-1 (5)
Cl-1 (5)
Cl-1 (6)
Cl-1 (6)
Cl-1 (6)
C 1-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.1
C2-2.2
· C2-2.3
C2-2.4
C2-2.5
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
Rejection of Proposals
(1)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
C2-2 (3)
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2 .11
C2-2 .12
C3-3
C3-3 . l
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3.6
C3-3.7
C3-3.8
C3-3.9
C-3-3.10
C3-3.ll
C3-3 .12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4 .1
C4-4.2
C4-4.3
C4-4.4
C4-4 .5
C4-4.6
C4-4.7
C5-5
C5-5. l
C5-5.2
C5-5.3
C5-5.4
C5-5.5
C5-5.6
C5-5.7
C5-5 .8
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
A WARD AND EXECUTION OF DOCUMENTS :
Consideration of Proposals
Minority Business Enterprise/Women Business
Enterprise Compliance
Equal Employment Provisions
Withdrawal of Proposals
Award of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payrolls
Contractor's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Schedule of Operation
Progress Schedules for Water and Sewer Plant Facilities
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
Authority and Duties of City Inspector
(2)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (4)
C2-2 (4)
C2-2 (4)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3-3 (3)
_ C3-3 (3)
C3-3 (4)
C3-3 (4)
C3-3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
C4-4 (1)
C4-4 (1)
C4-4 (1)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 (4)
C5-5 (1)
C5-5 (1)
C5-5 (1)
C5-5 (2)
C5-5 (2)
C5-5 (3)
C5-5 (3)
C5-5 (3)
C5-5 .9
C5-5.10
C5-5.l 1
C5-5.12
C5-5.13
C5-5.14
C5-5.l 5
C5-5.16
C5-5.l 7
C5-5.l 8
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.l 0
C6 .6.l 1
C6-6.12
C6-6.13
C6-6.14
C6-6.15
C6-6.16
C6-6 .l 7
C6-6 .18
C6-6 .19
C6-6.20
C6-6.21
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, W amings and Flagmen
Use of Explosives, Drop Weight, Etc.
Work Within Easements
Independent Contractor
Contractor 's Responsibility for Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public Utilities , Etc .
Temporary Sewer and Drain Connections
Arrangement and Charges for Water Furnished by the City
Use of a Section or Portion of the Work
Contractor's Responsibility for the Work
No Wai v er of Legal Rights
Personal Liability of Public Officials
State Sales Tax
C7-7 PROSECUTION AND PROGRESS
C7-7.l
C7-7 .2
C7-7.3
C7-7.4
C7-7.5
C7-7.6
C7-7.7
C7-7.8
C7-7.9
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 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (10)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7(3)
C7-7 (3)
C7-7 (4)
C7-7.10
C7-7.l 1
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
C8-8.11
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
MEASUREMENT AND PAYMENT
Measurement Of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
(4)
C7-7 (4)
C7-7(5)
C7-7(5)
C7-7 (6)
C7-7 (6)
C7-7 (8)
C7-7 (8)
C7 -7 (11)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (1)
C8-8 (2)
C8-8 (3)
C8-8 (3)
_ C8-8 (3)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
C8-8 (4)
PART C-GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS : The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A -NOTICE TO BIDDERS .
PART B -PROPOSAL
PART C-GENERAL CONDITIONS
PART D-SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) White
b. SPECIAL CONTRACT DOCUMENTS : The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items :
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders.
Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposat which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes , and
requirements of the City of Fort Worth's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project. ·
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a. Performance Bond (see paragraph C3-3.7)
b. Payment Bond (see paragraph C3-3.7)
c. Maintenance Bond (see paragraph C3-3 .7)
d. Proposal or Bid Security (see Special Instructions to Bidders , Part A and
C2-2.6)
Cl-1 (2)
C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties
about the project to be completed under the Contract Documents.
C 1-1.11 PLANS : The plans are 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 COUNCIL: 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.
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
Cl-1.16 GITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT : The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant , or agents.·
Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants , agents, engineers, inspectors ,
or superintendents, acting within the scope of the particular duties entrusted to them.
Cl-1.20 CONTRACTOR: The person , person's, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work , acting
directly or through a duly authorized representative. A sub -contractor is a person, firm,
Cl-1 (3)
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
C 1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein .
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
Cl-1.23 WORKING DAY : A working day is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays , in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a .m. and 6 :00 p.m ., with exceptions
as permitted in paragraph C7-7.6
Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or-month, no days
being excepted.
Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows:
1.
2.
3.
4.
5.
6.
7.
8.
9.
New Year's day
M.L. King , Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a special holiday is declared by the City
Council , falls on a Saturday, the holiday shall be observed on the preceding Friday, or if
it falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations. Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS : Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
Cl-1 (4)
AASHTO American Association of State MGD Million Gallons
Highway Transportation 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.
C 1-1.28 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-1 (5)
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated .
Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2 ') back of the curb lines or four (' 4) feet back of the average edge of pavement where
no curb exists.
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.
I .,
(
Cl-1 (6)
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis . Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2(1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish . All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of 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 Co-ntract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research , tests,
explorations , and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required . Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings , if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices , written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly . In case of discrepancy
between price written in words and the price written in numerals , the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual , his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm , association, or
partnership , the name and address of each member of the firm , association , or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given , and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2(2)
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures , additions not called for , conditional or unc alled for
alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened.
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids.
C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place . The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders ." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas .
C2-2.8 WITHDRAWING PROPOSALS : Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writing , addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud , the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened .
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time , and provided further , that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time . If such confirmation is not received within forty-eight ( 48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2(3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2 .11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form , additions , or conditions not called for ,
unauthorized alternate bids , or irregularities of any kind . However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to , the following reasons :
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated .
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule , and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which , in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner , one week in advance of the hour of
the opening of proposals the following :
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration , which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer , is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2(4)
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; furth.er, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3 .5 A WARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time , not to exceed forty-five ( 45) days after the
date of opening proposals , and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee .
The award of the contract , if award is made, will be to the lowest and best responsive ·
bidder.
The award o_f 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 deli very of the Contract Documents , the
Contractor shall furnish to, and file with the owner in the amounts herein required , the
following bonds:
a.
b.
C.
PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract , as
evidenced by the proposal tabulation or otherwise , guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment , supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
MAINTENANCE BOND: A good and sufficient maintenance bond , in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise , guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10.
PAYMENT BOND: A good and sufficient payment bond , in the
amount of not less than 100 percent of the amount of the contract , as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56 1h 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.
d. OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth , Texas , and which is acceptable
to the Owner. In order to be acceptable,-the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required , have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution , or otherwise , awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney , and executed for the
Owner by either the Mayor or City Manager.
C3-3 .9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal , and the owner may annual the Award . By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee 's
failure to execute said bonds and contract within ten (10) days , the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the A wardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3 .10 BEGINNING WORK : The Contractor shall not commence work until
authorized in writing to do So by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will , within · ten (10) days after the commencement date set forth in such wr i"tten
authorization, commence the physical execution of the contract.
C3-3 . l 1 INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner . The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor 's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors .
a. COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker 's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors . In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker 's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
b.
C.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract ,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500 ,000 covering each
occurrence on account of bodily injury, including death , artd in an amount
not less than $500 ,000 covering each occurrence on account of property
damage with $2 ,000 ,000 umbrella policy coverage .
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies , and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability (covers General Contractor's Liability for acts
of sub-contractors).
C3-3 (4)
d .
e .
2. Blasting, prior to any blasting being done .
3. Collapse of buildings or structures adjacent to ex cavation fil
excavation are performed adjacent 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).
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 $1 Ob ,000 .
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 all such other bonds are written ,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fo_rt Worth. Tarrant County, Texas . Each such
agent shall be a duly qualified , one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth , or any other claimant , and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged , may have against the Contractor, insurance , and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies , then such authority must be vested in a
local agent or claims officer residing in the Metroplex , the Fort Worth-
Dallas area. The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials , labor and services when due.
C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person, persons, partnership, company , firm , association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities , will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area . The
Contractor shall charge, delegate , or assign this office (or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed , to settle all material ,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete .
Should the Contractor 's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area , notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
appropriately signed and sealed, as applicable, by the Contractor 's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents . The intent of these requirements is that all matters associated with the
Contractor's administration , whether it be oriented in furthering the work, or other, be
governed direct by local authority . This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas .
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment; special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: . The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration
to be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
C4-4 (1)
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS : By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the
original Contract Documents or change the general nature of the project as a whole . Such
changes shall not be considered as waiving or invalidating any condition or provision of
the Contract Documents .
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering
permanently into the project, and (4) actual cost of insurance , bonds , and
social security as determined by the Owner, plus a fixed fee to be agreed
upon but not to exceed 10 percent of the actual cost of such extra work .
The fixed fee is not to include any additional profit to the Contractor for
rental of equipment owner by him and used for extra work. The fee shall
be full and complete compensation to cover the cost of superintendence ,
overhead , other profit, general and all other expense not included in (1),
(2), (3), and (4) above. The Contractor shall keep accurate cost records on
the form and in the method suggested by the Owner and shall give the
Owner access to all accounts , bills , vouchers , and records relating to the
Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties .
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case an y orders or instructions , either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work , prior to
beginning such work.
C4-4 (2)
Should a · difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work
is done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work. ·
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay ,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 SCHEDULE OF OPERATION: Before commencmg 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 SEWERPLANT 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 , sequencing 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.
T he 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 achieve activities 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 delivery.
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 determination 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
CS-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.
CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing
in one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions , plans shall govern
over specifications, special conditions shall govern over general conditions and standard
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 shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings, specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents. ·
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner , the Engineer, or his authorized
representatives. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call, as is the project superintendent, at any time of the day or
night on any day of the week on which the Engineer determines that circumstances
require the presence on the project site of a representative of the Contractor to adequately
provide for the safety or convenience of the traveling public or the owners of property
across which the project extends or the safety of the property contiguous to the project
routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the
work, the Contractor, or the Contractor through his designated representative , shall
respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions , or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request , or does not shoe just cause for not taking the proper action, within 24 hours , the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project. .
C5-5.6 FIELD OFFICE : The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated , air
conditioned, lighted, and weather proof, so that documents will not be damaged by the
elements.
C5-5 .7 CONTRUCTION STAKES: The City , through its Engineer, will furnish
the Contractor with all lines, grades , and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents , and
lines , grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay . Such stakes or markings as may be established for Contractor 's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them . Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed , or removed by the Contractor or any of
his employees , the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the. preparation or
manufacturing of the materials to be used or equipment to be installed. A City Inspector
may be stationed on the work to report to the Engineer as to the progress of the work and
the manner in which it is being performed , to report 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, th e 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
C5-5 (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.
C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests , the
Contractor shall , at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable , the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts -shall be at the
Contractor 's expense . No work shall be done or materials used without suitable
supervision or inspection.
C5-5.10 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, except as herein specially provided,
or any Extra Work done without written authority , will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor 's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph , the Engineer will have the authority to cause defective work to be
·remedied or removed and replaced and unauthorized work to be removed , and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work.
C5-5 .11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications,
law , ordinance , codes or regulations permit Contractor to furnish or use a substitute that
is equal to any material or equipment specified , and if Contractor wishes to furnish or use
a proposed substitute, he shall, prior to the preconstruction conference , make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
C5-5 (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
CS-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.
CS-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance , shall be required to:
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 6f the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
..
C5-5 (6)
"NOTICE"
Due to Utility Improvement in your neighborhood , your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ----
This inconvenience will be as short as possible .
Thank You,
Contractor
Address Phone
b . Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate .
C5-5.16 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.
C5-5. l 7 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice , and the costs of such direct action, plus 25 % of such
costs , shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents ,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site of the project all surplus and discarded materials, temporary
structures , and debris of every kind . He shall leave the site of all work in a neat and
orderly condition equal to that w hich 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 install ed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition . No extra compensation will be made to the Contractor for any
clean-up required on the project.
CS-5 (7 )
CS-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and
request that a Final Inspection be made. Such inspection will be made within 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.
CS-5 (8)
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.l 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 , police call boxes , water valves , gas valves , or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention ,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case , the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer , shall notify the Fire Department
Headquarters , Traffic Engineer , and Police Department , when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and
when so directed by the Engineer , shall keep any street, streets , or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets , alleys , or hydrants are placed
back in service . ·
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams , his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings .
C6-6(2)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or 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.I0 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 s~cured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to , all tress, shrubbery, plants , lawns ,
fences , culverts , curbing, and all other types of structures or improvements , to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work .
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual , or other, either as owners or occupants , whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act , omission, neglect , or
misconduct in the manner or method or execution of the work , or at any time due to
defective work , material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act , omission, neglect , or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing , rebuilding, or otherwise
C6-6(5)
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed , the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts pro vided 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 rtotice under ordinary
circumstances, and without notice when a nuisance or hazardous condition results,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6 .6. l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent , servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder , and all persons performing the .same , and shall
be solely responsible for the acts and omissions of its officers , agents , servants,
employees , contractor , subcontractors, licensees and invitees . The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers , agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor
covenants and agrees to, and does hereby indemnify , hold harmless and defend Owner , its
officers , agents , servants , and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death , to any and all persons , of
whatsoever kind or character, whether real or asserted , arising out of or in connection
with , directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers , agents, employees , contractors , subcontractors, licensees or
invitees , whether or not caused , in whole or in apart , by alleged negligence on the part of
officers, agents, employees , contractors , subcontractors , licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused , in whole or in apart, by alleged negligence of officers, agents, employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been · completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may , if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation for any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage , and on or
before the 25th day of the month succeeding that in which ant such damage is claimed to
have been sustained , the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request , shall give the
Engineer access to all books of account , receipts , vouchers , bills of lading , and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived , and he shall not be entitled to payment on _account of such
damages.
C6-6.I4 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC .: In case
it is necessary to change , move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.I5 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed , the Contractor shall , at his own expense and
cost , provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers , and for this purpose he shall provide and
maintain , at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense , shall construct such troughs , pipes , or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract , except when specified or ordered to be abandoned by
the Engineer. All water , sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected .
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so d~ing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents . All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or workmanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever , whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes .
C6-6.19 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 oftime, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
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
or lease all materials , supplies and equipment used or consumed in the performance of
this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011 , and any other
applicable State Comptroller 's rulings pertaining to the Texas Limited Sales , Excise , and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20 .04 (H) of the Texas Limited Sales , Excise, and Use
Tax Act , the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales , Excise, and Use Tax Act permits and information can be obtained
from :
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin , TX
C6-6(10)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of workmen under his immediate superintendance, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest 1n or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy , voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public . At any time when, in the judgment of the Engineer , the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who, in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful , intemperate ,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability , and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties .
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools , and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory , safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
..... C7-7.6 WORK SCHEDULE: Elapsed working 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 Sa~day, 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 inabjlity to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery .
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS : The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material , if any , which is to
be furnished by the City . When such extra compensation is claimed , a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval ; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work , then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall , however , be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal , the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents .
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed , the sum per
day given in the following schedule , unless otherwise specified in other parts of the
Contract Documents , will be deducted from the monies due the Contractor, not as a
penalty , but as liquidated damages suffered by the Owner.
C7-7(4)
.....
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35.00
$ 5,001 to $ 15 ,000 inclusive $ 45.00
$ 15 ,001 to $ 25 ,000 inclusive $ 63 .00
$ 25,001 to $ 50 ,000 inclusive $ 105.00
$ 50,001 to $ 100 ,000 inclusive $ 154.00
$ 100 ,001 to $ 500 ,000 inclusive $ 210.00
$ 500,001 to $ 1,000,000 inclusive $ 315.00
$1,000,001 to $2,000,000 inclusive $ 420.00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor 's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above , is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither wiH the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible .
C7-7.12 TEMPORARY SUSPENSION : The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such manner that they will not obstruct or impede the public
unnecessarily nor become damaged in any way , and he shall take every precaution to
prevent damage or deterioration of the work performed ; he shall provide suitable drainage
about the work , and erect temporary structures where necessary.
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7 .8 EXTENSION OF THE TIME OF COMPLETION , and should it be
C7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time , then the
Contractor may be reimbursed for the cost of moving his equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
construction may be resumed. Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations .
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency , so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, ~aterials, 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 carnies , or when the
contract is canceled , the Contractor shall discontinue the work or such part thereof as the
owner shall designate , whereupon the Sureties may , at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option , if at all , within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties , in such event shall assume the Contractor 's place in all respects , and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents . All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
C7-7(7)
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise , as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
the performance of the work under this contract may be terminated by the Owner in:
whole, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated, and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
B.
claim, demand or suit shall be required of the Owner regarding such
discretionary action
CONTRACTOR ACTION: After receipt of a notice of termination,
and except as otherwise directed by the Engineer, the Contractor shall:
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials ,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times, and to the extent, if any, directed by the Engineer:
a . the fabricated or unfabricated parts , work in
progress , completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
b . The completed, or partially completed plans ,
drawings, information and other property which, if
the contract had been completed , would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination ; and
6. Take such action as may be necessary , or as the Engineer
may direct , for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination , the Contractor may submit to the Engineer a list,
certified as to quantity and quality , of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
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.
C . TERMINATION CLAIM: Within 60 days after the notice of
termination , the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived .
D. AMOUNTS : Subject to the prov1s10ns of Item C7-7 .l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided, that such agreed ·
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly , and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7.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.
E. FAIL URE TO AGREE : In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7 .16(0) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine , on the basis of
information available to it, the amount , if any , due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined. No amount shall be due for lost or anticipated profits.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted ;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract ;
C7-7(10)
-
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for , or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold , pursuant to the provisions of this clause , and not
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial , prior to the
settlement of the terminated portion of this contract , the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion .
H . NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7 .17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating , maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal , state , and local laws, ordinances , and
regulations so as to protect person and property from injury, including death, or damage
in connection with the work .
C7-7(11)
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and 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 Spec ial 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 nat~re 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 the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates.
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and such estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency , or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract.
C8-8(2)
-
-
•-.
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection . The
Engineer shall notify the appropriate officials of the Owner, will within a reasonable time
make such final inspection , and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT : Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents , will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms, associations, corporations, or other organizations
furnishing labor and/or materials have been paid in full,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal mJury and/or property
damages .
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents. It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in _ respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.l 1 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer , depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda, modifications, shop drawings and samples at the
C8-8(4)
-
.... '
-
.-
-
-
site, in good order and annotated to show all changes made during the construction
process . These shall be delivered to the Engineer upon completion of the work.
C8-8(5)
... -
-
-.
' -· '
~-
' -t
.-
'(
';
cl
-. " .-,;''
\.
)
,,
PART Cl
-
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
B .
I
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.
I
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 tAe
5th day and 20th day of each month that the work is in progress. The estimate shall be
i
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage ts
set out below. Partial pay estimates may include acceptable nonperishable material s
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 n ~t
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 p!r
cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be
five percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within fi 1 e
(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 thb
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C. Part C -General Conditions : Paragraph C3-3 .11 of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions .
D. C3-3. l 1 INSURANCE: Page C3-3 (5): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(6), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City 's engineer and architect, and their
personnel at the project site for Contractor 's sole negligence. In addition, Contractor
covenants and agrees to indemnify , hold harmless and defend , at its own expense, the
Owner , its officers, servants and employees , from and against any and all claims or suits
for property loss , property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees , subcontractors, licensees or invitees, whether or not any
such injury, damage or death is caused, in whole or in part, by the negligence or
alleged negligence of Owner, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the Owner from and against any
and all injuries to Owner's officers, servants and employees and any damage, loss or
destruction to property of the Owner arising from the performance of any of the terms and
conditions of this Contract, whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of Owner* its officers, servants
or employees.
In the event Owner receives a written claim for damages against tlie Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
F . INCREASED OR DECREASED QUANTITIES : Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered , increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents.
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
Revised
10/24/02
Pg. 2
G. C3-3. l 1 INSURANCE: Page C3-3 (6): Add subparagraph "h. ADDITIONAL
INSURANCE REQUIREMENTS"
a. The City, its officers , employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability 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 , 1 ood
Throckmorton Street, Fort Worth, TX 76102 , prior to commencement of work on thd
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. f
e . Insurers must be authorized to do business in the State of Texas and have a curren
A .M. Best rating of A: VII or equivalent measure of financial strength and solvency . f
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 . f
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 inust 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 shata
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
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents .
H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced with the following :
The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools , materials , and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph 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. C8-8.10 GENERAL GUARANTY: Delete C8-8.10 , General Guaranty at page C8-8(4) is
deleted in its entirety and replaced with the following :
Neither the final certificate of payment nor any provision in the Contract Documents , nor
partial or entire occupancy or use of the premises by the Owner shall constitute an
acceptance of work not done in accordance with the Contract Documents or relieve the
Contractor of liability in respect to any express warranties or responsibility for faulty
materials or workmanship. The Contractor shall remedy any defects or damages in the
work and pay for any damage to other work or property resulting therefrom which shall
appear within a period of two (2) years from the date of final acceptance of the work
Revised
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 inten~
that the Contractor guarantee its work for a period of two (2) years following the date o f
acceptance of the project. I
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 his I
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 propeF
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 modi ~
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 Ci ty
Manager is satisfied that a written and duly authenticated confirmation of such
telegraphic communication over the signature of the bidder was mailed prior to thJ
proposal opening time. If such confirmation is not received within forty-eight ( 48) hour~
after the proposal opening time , no further consideration will be given to the proposal
Revised
10/24 /02
Pg. 5
K. C3-3.7 BONDS {CITY LET PROJECTS): Reference Part C, General Conditions, dated
November 1, 1987; (City let projects) make the following revisions:
L.
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to
read:
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be provided
to the City upon request. The City, in its sole discretion, will determine the adequacy of
the proof required herein .
2. Pg. C3-3(4) Paragraph C3-3 .l 1 INSURANCE delete subparagraph "a .
COMPENSATION INSURANCE".
3. Pg. C3-3(5), Paragraph C3-3.11 INSURANCE delete subparagraph ~'g. LOCAL
AGENT FOR INSURANCE AND BONDING".
RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8.14 RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall , until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further , that City shall
have access during normal working hours to all subcontractor facilities , and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance
notice of intended audits.
Revised
10/24/02
Pg. 6
r
( c) Contractor and subcontractor agree to photocopy such documents as may be requestl
by the City. The City agrees to reimburse the Contractor for the cost of copies as follows:
1. 50 copies and under -10 cents per page
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M. SITE PREPARATION:
The Contractor shall clear rights-of-way or easements of obstruction which must be \
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6. l O work.
within easements, page C6-6(5), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe.
N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
0.
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
MINORITY /WOMEN BUSINESS ENTERPRISE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall bei
deleted in its entirety and replaced with the following:
Upon request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books, records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE . The
misrepresentation of facts ( other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal, state or local laws or ordinances
relating to false statements; further, any such misrepresentation ( other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
Revised
10/24/02
Pg. 7
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years .
P . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with
the following :
(a) The contractor shall comply with all requirements of Chapter 2258 , Texas
Government Code, including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258 , Texas Government Code. Such prevailing wage rates are included in these
contract documents .
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract ;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to
Audit (Rev . 9/30/02) pertain to this inspection.
( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
( d) With each partial payment estimate or payroll period, whichever is less , an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of
the project at all times.
Revised
10/24/02
Pg . 8
. .
.
~ . ,. ,-
. '
H '
PARTD
PART D -SPECIAL CONDITIONS
0-1 GENERAL ........................................................................................................................... 3
0-2 COORDINATION MEETING ................................................................................................ 5
0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5
0-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ............................. : ........ 7
0-5 CROSSING OF EXISTING UTILITIES ................................................................................. ?
0-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
0-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8
0-8 TRAFFIC CONTROL ........................................................................................................... 9
0-9 DETOURS ......................................................................................................................... 10
0-10 EXAMINATION OF SITE ............................................................................................... 10
0-11 ZONING COMPLIANCE ................................................................................................. 10
0-12 WATER FOR CONSTRUCTION .................................................................................... 10
0-13 WASTE MATERIAL ....................................................................................................... 10
0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10
0-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................... 11
0-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11
0-17 BID QUANTITIES .......................................................................................................... 11
0-18 CUTTING OF CONCRETE ...................................................................................... ..1. ... 12
0-19 PROJECT DESIGNATION SIGN ............................................. : ..................................... 12
0-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12
0-21 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12
0-22 CRUSHED LIMESTONE BACKFILL ........................................... : .................................. 13
0-23 2:27 CONCRETE ........................................................................................................... 13
0-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ...................................... f .. 13
0-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14
0-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15
OJ ~ siNJ.~!~~t$EWE ,MAN .. O[I;.~ .................................................................................. 16
0-28 SANITARY SEWER SERVICES .................................................................................... 19
0-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................. 20
0-30 DETECTABLE WARNING TAPES ................................................................................. 23
0-31 PIPE CLEANING ........................................................................................................... 23 ·
0-32 . DISPOSAL OF SPOIL/FILL MATERIAL ........................................................................ 23
0-33 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23
0-34 SUBSTITUTIONS ....................................................................... ; ................................. 24
0-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............. 24
0-36 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27
0-37 BYPASS PUMPING ...................................................................................................... 28
0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ........... 28
0-39 SAMPLES AND QUALITY CONTROL TESTING ..................................... : .................... 30
0-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................ 31
0-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................... 32
0-42 PROTECTION OF TREES, PLANTS AND SOIL .......................................................... 32
0-43 SITE RESTORATION ................................................................................................... 32
0-44 CITY OF FORT WORTH STANDARD PRODUCT LIST ............................................... 33
0-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING .............................................. 33
0-46 CONFINED SPACE ENTRY PROGRAM ...................................................................... 38
0-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................. 39
0-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ....................... 39
0-49 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40
04115108 SC-1
PART D -SPECIAL CONDITIONS
D-50 CLAY DAM ..................................................................................................................... 40
D-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 2-1 nch Tern porary 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 ............................................................................ 4 7
D-54 DEWATER! NG ....................................................................................... .' ...................... 4 7
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 CLEAN OUTS ............................................................... .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
D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57
04/15/08 SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and
Part C1 -Supplementary Conditions to Part C of the Contract. Anything contain bd in
this Part D that is additive to any provision in Part C -General Conditions and part JC 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: MEDICAL DISTRICT WATER DISTRIBUTION SYSTEM IMPROVEMENTS, PART 4 -
SOUTH HOLLY WATER TREATMENT PLANT TO THE MEDICAL DISTRICT
FORT WORTH, TEXAS
DOE NO. 6288, CITY PROJECT NO . 00247
WATER PROJECT NO . P265-609140024787,
SEWER PROJECT NO . P275-709170024787
0-1 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 neces darily ,
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 Ge r eral
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 manufact~rers
name, or identification include therein as specifying , referring or implying product control ,
performance, qual ity , 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 furn ished in a faithful manner as though
required by all .
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must b~ 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 geJh eral
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 CONSTRUCTI ION -
CITY OF FORT WORTH
I
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 Division, PO Box 17027, Fort Worth, Texas 76102.
B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals. A request for non-consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-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:I 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 . I
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 undertakJn 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 car ~iers,
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, provi ~ing ,
hauling, or delivering equipment or materials, or providing labor, transportation , or 0ther
services related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets .
B. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, wh ich meets the statutory
requ irements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor
providing services on the proj ect , 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. I
D. If the coverage period shown on the contractor's current cert ificate of coverage ends during the
duration of the project , the contractor must, prior to the end of the coverage period , file a[ new
certificate of coverage with the governmental entity showing that coverage has been extenaed.
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity : . j
1. A certificate of coverage, prior to that person beginning work on the project , so the
governmental entity will have on file certificates of coverage showing coverage f6r all
persons providing services on the project ; and I
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
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice , in the text, form and manner prescribed
by the Texas Worker's Compensation Commission, informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage .
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to :
1. Provide coverage, based on proper reporting on classification cod~s and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011 (44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project ;
4 . Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project ; and
b.) A new certificate of coverage showing extension of coverage , prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter .
6 . Notify the governmental entity in writing by certified mail or personal delivery , w ithin ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person prov iding services on the project ; and
04/15108 SC-6
PART D -SPECIAL CONDITIONS I
7. Contractually require each person with whom it contracts, to perform as require1 by
paragraphs (1)-(7), with the certificates of coverage to be provided to the person for Jhom
they are providing services .
8 . By signing this contract or providing or causing to be provided a certificate of coverage
1
, 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 cove~age
for the duration of the project , that the coverage will be based on proper reporti ~g 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 6ther
civil actions. j
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 ifj 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 provid ing services
on the project that they are required to be covered, and stating how a person may ~erify
current coverage and report failure to provide coverage . This notice does not satisfy 0ther
posting requirements imposed by the Texas Worker's Compensation Act or other Trxas
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 no ices
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 incll!.ldes
persons providing , hauling, or delivering equipment or . materials , or providing labdr or
transportation or other service related to the project, regardless of the identity of their emplb yer
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 Departme ~t 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 91 feet
barrel to bar~el, the sanitary sewer or sanitary sewer service line shall be made watertight r be
0411510a 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 itern .
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,
protect ion 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
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads. The Contractor shall not , aJ 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 df his
construction operation.
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the
"Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections 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 817-392-7738) to remove the sig ~. In
the case of regulatory signs, the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly
or if it does not meet the required specifications , the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods'" as
determination by the City Traffic Engineer and in accordance with the applicable provision of the .
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."
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
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes .
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction .
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary , clean-up shall be done on
a daily basis. Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition , on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed .
No more than seven days shall elapse after completion of 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 dr its
representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance. The City of Fort Worth Department of Engineering shall give
final acceptance of the completed project work.
D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK
Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule
outlining the anticipated time for each phase of construction with starting and completion dates,
including sufficient time being allowed for cleanup. The Contractor shall not commence with Jater
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, hoisting equipment or similar appar~tus.
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." I
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. I
3. When necessary to work within six feet of high voltage electric lines, notification sh~II be
given the power company (ONCOR) who will erect temporary mechanical barriers,J 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 fo~ the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense .
5 . No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3). I
D-17 BID QUANTITIES I
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities . To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantit ies .
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 addition to the 4' x 8' project signs, project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted . Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance
with Figure 30, except that they shall be 1'-0" by 2'-0" in size . The information box shall have the
following information:
For Questions on this Project Call:
(817) 392-8306 M-F 7:30 am to 4 :30 p.m .
or
(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 existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction, Item 504.
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction , Item 502.
Payment for cutting , backfill, concrete , forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair.
D-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.
04/15'08 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 Publ ic 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 Repa ir 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 rem k dial
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 Sp bcial
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" o~ "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 cons ist of
durable particles free of thin or elongated pieces, lumps of clay , soil, loam or vegetable matte li and
shall meet the following gradation:
04/15108 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P .I. = 10 or less
Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following :
Sieve Size
1"
1/2"
3/8 "
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same.
3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S .T.M. 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City , at its own expense, will perform trench compaction tests per A.S.T.M . standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exce~d 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 11 8 11 backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe. Type "B" backfill shall be paid for at a pre-bid un it price of $15.00 per cubic yard .
0-25 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 .
04/15108 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 l ides
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 p~ving
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 res idential driveJ.vays
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 su itable 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. I
D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) I
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 requireme ~ts of
this item govern all trenches for mains, manholes , vaults, service lines, and all other
appurtenances. The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
8 . STANDARDS : The latest version of the U.S . Department of Labor, Occupational Safety and
Health Administration Standards , 29 CFR Part 1926, Sub-Part P -Excavations , are hereby
made a part of this specification and shall be the minimum governing requirements for t ench
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 j t 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.
A. GENERAL: The installation , replacement, and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans, and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Etc .,
and E2 -14 Vault and Manhole Construction of the General Contract Documents and
Specifications, unless amended or superseded by requirements of this Special Condition. For
new sewer line installations, the Contractor shall temporarily plug all lines at every open
manhole under construction in order to keep debris out of the dry sewer lines . The. plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction .
1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as per
Figure 121 .
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
04115108 SC-16
-
5.
PART D -SPECIAL CONDITIONS I
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 ele vltion
shown on the drawings or minimum of 6 inches above grade.
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 l with
Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick ~lots .
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 coate )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 jbints
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 f 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 Uoint
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 sealanl t 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 the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings. Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section. Pre-cast concrete rings , or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame. If the walls or cone section below this level are structurally unsound ,
-
notify the Engineer prior to replacement of the grade rings and manhole frame. Existing -
brickwork , if damaged by the Contractor, shall be replaced at the Cqntractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris .
Coat exposed manhole surfaces witl') an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed.
Joint surfaces between the frames , adjustment rings, and cone section shall be free of dirt,
stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint, or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole . No steel shims, wood, stones , or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame .
In paved areas or future paved areas , castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation .
3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black "; Tnemec "46-
450 Heavy Tnemecol ", or equal, to a minimum of 14 mils dry film thickness .
4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
04/15108 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, bu t 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 I 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 wi I be
made per each .
0-28 SANITARY SEWER SERVICES
Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service sha \l be
required as shown on the plans, and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps . The
service connections shall be constructed by the Contractor utiliz ing standard factory manufactured
tees . City approved factory manufactured saddle taps may be used, but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case
basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews Jwith
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 sect_ion CS-6 .15 . . . I
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 s~wer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Eng ineer . Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer servici 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.
D-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 require b 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 .
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. !The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade .
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade. I
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 r,i ith
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 ~hall
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. l~I 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 demolis~ed to a point not less_ than 18" below fi_nal grrd~.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Sectio_n E2-2 .9 Backfill. Bac~fill material shall b~ suit~ble exca~r ~ed
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 restoration shall be compatible with surrounding surface .
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be
required to cut , plug , and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required .
-
J . REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe . All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage
Yard .
C. PAYMENT : Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows : separate payment will be made for removal of all fire hydrants , gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location.
Payment will be made for salvaging, abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main , the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main .
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
04115/08 SC-22
PART D -SPECIAL CONDITIONS
D-30 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc . or approved equal,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis , acids , chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils , and the width shall
not be less than two inches with a minimum unit we ight of 2Yi pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows : I
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 , detectbble
tapes, and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-31 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall
be swept daily and kept clean during installation . A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage .
D-32 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of
Engineering Department, acting as the City of Fort Worth's Flood Plain Administ rator
("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 01 the
City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the
Admin istrator 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 Contra ~tor's
expense . In the event that the Contractor disposes of spoil/fill material at a site without a fill perm it
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.
D-33 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men's liens wpon
receipt of payment.
04/15108 SC-23
PART D -SPECIAL CONDITIONS
D-34 SUBSTITUTIONS
The specifications for materials set out the minimum standard of qual ity, 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 spec ified. 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 cleaning 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 abandohed .
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.I 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 n:ieter 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 1 ells ,
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 f rom
the site no less often than at the end of each workday and disposed of at no additional cost
to the City. I
5 . UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS , STORM ORAi INS
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 . I 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 s~tisfaction of the Engineer; and if unsatisfactory, equipment shall be removed anb 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 w inches , power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with p ri/oper
documentation shall be used to move the camera through the sewer line .
04115/08
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 commun ications between
members of the crew.
The importance of accurate distance measurements is emphasized . All tele~ision
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, r 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
0411&08 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. I
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall
be incidental and no payment shall be made. I
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . _The methods used for securing passage of the camera are to be a1t 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 (1 O"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read
after the required test time . The required test time shall be determined from the Ta,ble I
below in accordance with ASTM C1244-93 :
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (10"Hg -9"Hg) (SEC)
Depth of MH. 48-lnch Dia . 60-lnch Dia.
(FT.) Manhole Manhole
Oto 16' 40 sec . 52 sec.
18' 45 sec . 59 sec .
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 .
D-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 veh icular 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.
D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor . Work
shall 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 clean ing
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 I the
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
C. EXECUTION :
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewi nds
or other devices that do not obstruct the camera view or interfere with prbper
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 televi
1
sion
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, Of 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 dther
suitable device, and the accuracy shall be satisfactory to the Engineer.
1 The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection.
. I
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 ke bt 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 referenc1d to
stationing as shown on the plans . A copy of these television logs will be supplied to the
City .
I
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 Contracj·tor'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 reco rding
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 immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days . Equipment shall be provided to the
City by the Contractor for review of the tapes . Tapes will be returned to the Contractor
upon completion of review by the Engineer . Tapes shall not be erased without the
permission of the 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
SE;WERS : The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised. The Contractor shall provide the Engineer w ith tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or_ mechanical cleaner) to
provide video image required for line analysis. The quantity of TV inspection shall be
measured as the total length of new pipe installed . All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection .
The item shall also include all costs of installing and mainta ining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
0-39 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 project and
will bear any expense related thereto .
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate , cement , and mortar which are
to be used later in the concrete . The Contractor shall provide a certified copy of the test
results to the City.
C. Quality control testing of in-place material on this project will be performed by the city at its own
expense. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
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. . J
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 create·d by his construction operations . The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, jute nett ing,
temporary seeding , straw mulch , asphalt mulch, plastic liners , rubble liners , baled-hay retards ,
dikes , slope drains and other devices . I
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 nght-
of-way , clearing and grubbing , the surface area of erodible-earth material exposed by
excavation, borrow and to direct the CONTRACTOR to provide tel]lporary 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 , ril ats,
seed i ng, or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution c d ntrol
features , but are not associated with permanent control features on the project. The Engi
1
neer
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 curre~t in
accordance with the accepted schedule. Should seasonal conditions make such limitaf ions
unrealistic, temporary soil-erosion-control measures shall be · perfo r med as directed b~ 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.
1 3 . Frequent fordings of live streams will not be permitted; therefore , temporary bridges or
· other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams . /
4 . When work areas or material sources are located in or adjacent to live streams , such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream . Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream.
5 . All waterways shall be cleared as soon as practicable of false work, piling , debris or other
obstructions placed during construction operations that are not a part of the finished w r k.
0411510a 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 holidays . The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction.
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
D-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 pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the
Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture. Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City.
To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-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 st ~eets
which is suitable for topsoil will be used in the parkways and medians before any topsbil is
obtained from a borrow source. Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways .
2 . SODDING
DESCRIPTION : Sodding will consist of furnishing and planting Bermuda, Buffalo o'r St.
Augustine grass in the areas between the curbs and walks, on terraces , in median strip ~. 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 varibties
for ~09ding are Prairie and 609. . . I
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 st ~te of
these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a
healthy , virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots. St. Augustine grass sod shall have a he~lthy ,
virile root system of dense, thickly matted roots throughout a one (1) inch minimum thic i ness
of native soil attached to the roots.
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted .
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling , and planting. Sod material shall be kept moist from the time it is dug
until planted . When so directed by the Engineer, the sod existing at the source sh i ll be
04115/08 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent required prior to excavating. Sod material shall be planted within three
days after it is excavated.
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St.
Augustine grass .
a. Spot Sodding
Furrows parallel to the curb line or sidew.alk 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 plant ing 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 :
04/15108 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 sa~ple
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
Aug 15
to
May 1
(All Sections)
Tall Fescue
Western Wheatgrass
Annual Rye
Total :
50
50
50
100
I
CONSTRUCTION METHODS: After the designated areas have been completed to the qnes,
grades , and cross-sections shown on the Drawings and as provided for in other items o~ 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. /
04115108 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 0-
45 , Construction Methods, is not applicable si nce 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 m ixture , 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 c9rrugated 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 wt re
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.
I
* Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4. HYDROMULCH SEEDING :
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes.
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS: FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications.
MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis
represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists . /
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted
or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
I
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 C400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site. Measurement will be made only on topsoils secured from borrow
sources .
Acceptable material for "Seeding" will be measured by the linear foot, complete in place .
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, equipment, tools, supplies, and
incidentals necessary to complete work.
All labor, equipment, tools and incidentals necessary to supply, transport , stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and
will not be paid for directly.
"Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price
per square yard, complete in place, as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod ; for all rolling and
tamping ; for all watering; for disposal of all surplus materials; and for all materials, labor,
equipment, tools and incidentals necessary to complete the work, all in accordance with the
Drawings and these Specifications.
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified , as the case
may be , which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows:
Fertilizer material and application will not be measured or paid for directly , but is considered
subsidiary to Sodding and Seeding.
D-46 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the coritractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and
subcontractors at all times during construction. All active sewer manholes, regardless of depth,
are defined by OSHA, as "permit required confined spaces". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces.
04115108 SC-38
PART D -SPECIAL CONDITIONS
D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the proj~ct is
substantially complete. J
8. The inspector along with appropriate City staff and the City's consultant shall ma e an
inspection of the substantially completed work and prepare and submit to the contradtor a
list of items needing to be completed or corrected. J
9. The contractor shall take immediate steps to rectify the listed deficiencies and noti I/ the
owner in writing when all the items have been completed or corrected . I
10 . Payment for substantial completion inspection as well as final inspection sha
1
11 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.
D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs,
tree trunks, and tree roots at each work site . All such measures shall be considerJd as
incidental work included in the Contract Unit Price bid for applicable pipe or strubture
in~tallation except for short tunneling/tree augering.
2. Any and all trees located within the equipment operating area at each work site shall, at the
direction of the Engineer, be protected by erecting a "snow fence" along the drip li ti e 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 imbs
pruned that might be damaged by equipment operations. The Engineer shall be notifiFd at
least 24 hours prior to any tree trimming work . No trimming work will be permitted within
private property without written permission of the Owner.
4. Nothing shall be stored over the tree root system within the drip line area of any tree.
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet.
6. At designated locations shown on the drawings , the "short tunnel" method using Class 51
D.I. pipe shall be utilized.
7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged d
1
uring
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.
04115108 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 diameter
indicated. The Contract Unit Price shall include all costs associated w ith 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 finish ing shall be subsidiary to the price bid for pipe installation .
D-51 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of fill existing utilities prior to
construction , in accordance with item D-6 . At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility , the contractor shall contact the engineer immediately for appropriate design
modifications.
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the 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 required as shown on the Plans and
shall be installed in accordance with the General Contract Documents . All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve.
52.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions
of E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects . The steel casing pipe shall be
supplied as follows:
I
For the inside and outside of casing pipe, coal-tar protective coating in accorqance
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 . Min imum
thickness for casing pipe used shall be 0.375 inch.
Stainless Steel Casing Spacers (cen. tering style) such as manufactured by Ca ~cade
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 . I
3. PAYMENT:
Payment for all materials , labor, equipment, excavation , concrete grout, backfill, and
iricidental 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
04/15108
PART D -SPECIAL CONDITIONS
Engineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an existing main, the Contractor shall notify the City Project Manager,
Construction Services, .Phone 817-392-8306, at least 48-hours prior to the required shut
down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION
OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing
as to the location, time, and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection. Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size .
52.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or replacement is to be connected . This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service .
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenants required , shall be included in the price of the appropriate bid items .
52. 7 Water Services
The relocation, replacement, or reconnection of water services will be required as shown
on the plans, and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing , curb stops ·
with lock wings, meter boxes, and if required approved manufactured
service branches . All materials used shall be as specified in the Material Standards (E 1-17
& E 1-18) contained in the General Contract Documents .
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade.
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from
the main line to the meter box .
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer .
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section C5-5.15 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 ex isting service is lead or is too shallow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings, and corporation stop . \
Payment for all work and materials such as backfill , fittings , type K copper tubing , curb stop
with lock wings, service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter.I 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 stopJ 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
04/15108
· and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches, as measured from the center line of
the existing meter to location to the center line of the proposed meter location, separate
payment will be allowed for the relocation of service meter and meter box. Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately . Relocations made along the
centerline will be paid of in feet of copper service line .
When relocation of service meter and meter box is required , payment -for all work and
materials such as backfill , fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation . All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time . Locations with multiple servi.ce 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
section E1-18A-Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops , and fittings shall
be included in the price bid for Service Taps to Mains.
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box.
1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the
contractor shall furnish approved factory manufactured branches.
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER : Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
52.8 2-lnch Temporary Service Line
A The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water 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 reconditioning or replacement. Upon
restoring permanent service, the Contractor shall re-install the meters at the correct
location. The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
SC-44
PART D -SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GP i 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 Jervice
connections , removal of temporary services and all other associated appurtenants
required, shall be included in the appropriate bid item. I
B. In order to accurately measure the amount of water used during constructio ~, the
Contractor will install a fire hydrant meter for all temporary service lines . Wate n 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
a<:lvise 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 responsib ility 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 evaluat e the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs. The issued meter is for this specific project and locatio rl 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
. I
52.9 Purging and Sterilization of Water Lines I
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 1 O parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary
sewer not be available, ch lorinated water shall be "de-chlorinated" prior to disposal.I 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
a~d all costs incurred will be considered to be included in the linear foot bid price t the
pipe .
I
52.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this cont ract may cross
or may be in close proximity to an existing pressure plane boundary . Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
SC-45
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 requ ired 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 E1-13 and Construction
Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie-down
concrete blocking , and concrete cradle . Payment for the polyethylene wrapping , horizontal
concrete blocking , 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 this item and it shall be considered to this
contract.
D-54 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the existing mains and ground water. The Contractor shall be
responsible for damage of any nature resulting from the dewatering operations .
The DISCHARGE from any dewatering operation shall be conducted as approved by the Englineer.
Ground water shall not be discharged into sanitary sewers. I
Dewatering shall be considered as incidental to a construction and all costs incurred will be
considered to be included in the project price. I
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 extr~ payment shall be allowed for this special condition. _
D-56 TREE PRUNING
A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees".
B. ROOT PRUNING EQUIPMENT I
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. I
6 . Combination Fence: Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings.
D. ROOT PRUNING
7 . Survey and stake location of root pruning trenches as shown on drawings.
8. Using the approved specified equipment, make a cut a minimum of 36 inches deb p in
order to minimize damage to the undisturbed root zone. I
04/15108 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 priv'ate 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 notifidation'
flyer is attached . \
The contractor shall submit a schedule showing the construction start and finish time tor \ 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. I
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 additional 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 sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets, sidewalks , etc. whenever possible . When it is not
possible, the cleanout stack and cap shall be cast iron.
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D-62 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item .
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized . The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
D-63 CONSTRUCTION STAKES
The City, thro'ugh its Surveyor or agent, will provide to the Contractor construction stakes or other
customary method of markings as may be found consistent with professional practice, establishing
line and grades for roadway and utility construction, and centerlines and benchmarks for
bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical.
One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and
one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter/or paving. It
shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes
furnished until completion of the construction phase of the project for which they were furnished .
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City , have been lost , destroyed , or disturbed, to prevent the proper prosecution and control of the
work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the
Contractor's sole expense , to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to
lack of replacement of construction stakes will be accepted, and time will continue to be charged in
accordance with the Contract Documents.
D-64 EASEMENTS AND PERMITS
The performance of this contract requires certain temporary construction , right-of-entry
agreements, and/or permits to perform work on private property .
The City has attempted to obtain the temporary construction and/or right-of-entry agreements for
properties where construction activity is necessary on City owned facilities , such as sewer lines or
manholes . For locations where the City was unable to obtain the easement or right-of-entry , it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
04115/08 SC-50
I
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 thJ
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 . I
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 ,
understand ing and complying with all provisions of such permits , including obtaining the requisite
insurance , and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
me~t 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 additional compensation shall be allowed on this pay item .
D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determined by the Engineer. \ The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule , including construction start date, and answer any construction related
questions . Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held. ·
D-66 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas Government Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such
prevailing wage rates are included in these contract documents .
Penalty for Violation .
A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made
by the City, pay to the City $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the prevailing wage rates stipulated in these contract documents.
04/15108 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas
Government Code 2258.023.
Complaints of Violations and City Determination of Good Cause .
On receipt of 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 ~n initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred . The City shall notify in writing the
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates , such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant_to paragraph (c) above.
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction.
Records to be Maintained .
The contractor and each subcontractor shall , for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City . The provisions of the Audit section of these contract documents shall
pertain to this inspection.
Pay Estimates .
With each partial payment estimate or payroll period, whichever is less, the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times.
Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
(Attached)
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 e'stablish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulation or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but
which may become friable upon removal, demolition and/or 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 re9uced
to powder by hand pressures . _ I
C . The Generator of the hazardous material is responsible for the identification and proper
handling, transportation, and disposal of the material. Therefore, it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D . It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable . The Excavator is
responsible to employ those means, methods, techniques and sequences to ensure this
result.
E.
F .
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) I
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 Qua.lity (TCEQ) regulations, a 1exas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all .
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total ,land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
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
app lication fee .
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O . Box 13087
Austin , TX 78711-3087
A copy of the NOi shall be sent to :
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth , TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O . Box 13087
Austin, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site . 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 . Hov.rever,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities. The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents. The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include , but not be limited to, silt fences, straw bale dikes, rock berms,
diversion dikes , interceptor swales , sediment traps and basins, pipe slope drain, inlet protection,
stabilized construction entrances, seeding , sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP .
D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City 's representative . The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project, the Contractor must coordinate this activity
through the appropriate City representative. The Contractor shall not operate water line valves of
existing water system . Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to 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
0-70 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City, in sole discretion may require ,
including but not limited to manpower and equipment records , information about key personnel to
be assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame . Based upon the City 's
assessment of the submitted information, a recommendation regarding the award of a contract will
be made to the City Council. Failure to submit the additional information if requested may be
grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
0-71 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 . O_n a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example : 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken :
1. A letter will be mailed to the contractor by certified mail, return receipt requested
demanding that, within 1 O days from the date that the letter is received, it provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time . In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2 . The Project Manager and the Directors of the Department of Engineering , Water
Department, and Department of Transportation and Public Works will be made aware
of the situation . If necessary, the City Manager's Office and the appropriate city council
members may also be informed .
3. Any notice that may , in the City 's sole discretion, be required to be provided to
interested individuals will distributed by the Engineering Department's Public
Information Officer.
4. Upon receipt of the contractor's response , the appropriate City departments and
directors will be notified . The Engineering Department's Public Information Officer will , if
necessary, then forward updated notices to the interested individuals .
5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract , the bonding company will be
notified appropriately .
0411510s SC-56
PART D -SPECIAL CONDITIONS
D-72 AIR POLLUTION WATCH DAYS I
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 NJtional
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 respon~ibility
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 emulsio r s, ·or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours be b een
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 . \1
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 pa ~kway
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 insp J ction
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
Date: ____ _
DOE NO.XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON---------
BETWEEN THE HOURS OF AND _____ _
IF YOU 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,
___________ _, CONTRACTOR
PART D -SPECIAL CONDITIONS
F TEXAS DEPARTMENT OF HEALTH B
0
~ NOTE: C!RCLE ITEMS THAT ARE AMEN.OED T D ff
DEMOLITION I RENOVAt ON
NOTIFICATION FORM
NOTIFICATION# ff 1) Abtlb!ment Contractor.. __________________ . TOH Lic~--en-s_e_N_u_m_b_e_r. ____ _
1; Address :, ____________ City: -,....,.......,,,,,,.---=.,._...__,..,.....,....----s.tate : ___ zrp': c . Office ?hone ·Numt>er.~.__,--------J:ob SIie Phone Number:._-________ -:_:_-:_-:_:::
• -Site'suiie~r. TOH LJoefl$$, Number. ti Slte<SUpe MS>Or: TOH License Number.----------,-----
11 Trained On-Sile NESHAP lndivfdual: _____________ Certrfication Dale: ___ ..,.... __ _
'f!· Demolition conttaetor: _______________ omce Phone Numbe,,_ ________ \_-__ _
n
i:
Addres.s:. ______________ City : _________ Sta1e : ___ ~Zip: ___ _
y 2) Project Consllllant or Operator._· _______________ TOH Llc(inse Numbar:. _____ _
, Meillng Address: ______________ ---c-=----c------,-,--....... .......,,.._....,. ________ _
1:1
T ,
Clty.. ________ state:. __ ___..Zip:, ____ Offlce Phons Number:..___...__ ____ _
A 3} FacllltyOwner.._ ______________________________ _
H Allontion .._· --------------------------------'-----R Mei lng Addre5$: ___________________ -=----=----,----------
A City: Stale: Zip: Owner Phone Number( ) 1
iJ
.. Noto: Th~ lnvoleo for tho nc,tlllcatlon fue wlll be Ant to the owne:r cf the bullcl'lng and tho billln; ocklrus tor tho frriOice will be
obtalnod rrom tho lnform:itior. thi'rt Is p<o\lldod In thh. section.
'N 4} Descrfptlon or Facility Name :. _________________________ ..._ __ _
E Phy&ical Address:. ___________ County: City:. ____ ~_.Zlp:._,,_ __ _
04115108
S Facility Phone Numbe Facility Con1act Person: __ ---------.,..----
ff Descriplio.n of Area/Room Number.·------------------------'-----A Prior Use: Fulure USEr. ________________ _
P Ag:e of Buildln.g/Faclllty._· ____ srzo: ___ -'Number otAoors.·~ ____ School {K -12}: o YfS rr NO
,.
a iJ Renovation (Abatement) a Annual Consolidated <. D Evenlrtg D NFght O Phased Pr()ject
5) Typo of Work: Cl Demolition
Work wiD be during: a Day a a .. Oescripllonofworkschedute:, ___________________________ _
r
0
i•
a
tf
<i n
.1
0
y
~ s
G
N
6) ts lhls a PUbHC BUIiding? CJ YES
NeSHA?-Only F.acllUy? D YES
0 NO Federal Faclllty? DYES O NO Industrial Site-?[) YES Cl NO
D NO Is Buildlng/Facllity Occupied? 0 YES Cl NO
7) Nolificatlon Type CHECK. ONLY ONE
CJ Ortglna.T (10 Working Days) O canct:tll;ation O Amendment D EmergcncylOrdcrod
If this Is an amendrnat!I, which amendment number Is this?_ (Enclose· copy of orig lnal and/or tat aman~tnent)
If an emergency, vmo did you tal.k with at TOH? , Emergency#:. __ _,, __ _
Date and Hour of Emarrganey (HHIMM/DD/YY): I
Descript1on of the sudden, unexpected event and explanatkm of how the event caused unsafe conditir;ms or "'foukl cause
equ ipment damege (computMs , machinery, etc . .
B) Description of proc:edures to be followed In the event 1hat unexpected asbestos is found or previously non-friable
asbestt>S material becomes crumbled. pulYerized. or reduced to powder:---------------
9) Wes an Asbestos survey performed? a YES D, NO Date: / / TOH Inspector License No: ____ _
Analytical Method : o PLM o TEM D Assumed TDH Laboralory license No: ------
(iFor TAHPA (public buik!ing) protects: .in assumption must be made by a TOH Licensed lnspBCtor)
10) Description of ·planned demoli tiOn or renovation work, type of material, and method(s) to be used..,,; ______ _
11) Description of work pr.icUces ~nd engineering controls to be used to prevoot emissions of asbestos ,11t ttie
c:remollfion/renova1ron : __ _._ ______________ ---'------------·
SC-59
' .• ;...
04/15108
PART D -SPECIAL CONDITIONS
12) All applicable Items In the foJlnwing table must be completed : IF NO ASBESTOS PRESENT CHECK HERE G
Approximate amount of Check unit of measurement
Asbestos-Containing Building Material .,._. __ _.At;. __ b.,.Kto1. _______ -+--..------------1
-TY$?$
Pipes Surface Area
RACM lO I>& removed
RACM NOT removed
Interior Cat I non-rriable removed
Cate I non-friable NOT removed
Interior cat Ii non-friabre removed
Exterior Cate II non-friabre removed
Ca II non .friable NOT removed ,
RACM Off-Facility Component
13) Waste Transporter Name: _________________ TOH Uoense Number.------
Addl'ess.: ---'--------City: _________ s.tate: _Zip·
Corttil c.t Per&on : Phone Nu mtM!r: -----
14) waste Disp~I Site Nsme=-------.....,...,----------.,...-------------Address ·,,__...,...... ____________ c.ity: _________ state: ---. Zip:
Telephone ~ ( ) TN.Rec Permit Number. -~--
15) For structurally uns_ound facllllles, attaeh a copy of derMlilion order and identify Governmental Official below:
Nama; Registration No:-------------Title :. ______________ _
Date of order (M MfDDJYY) I . J Date order to begin {MM/00/YY) -~I__,. __
16) Scheduled Oates of Asbeslos Al>atemenl (MM/DONY} Start--~/'-----'''---Compl ete : -~'-~-
17) Scheduled Dates OemoliUon/Renovation (Mt.\100/VY} Start Comprete:. _ _./ _ _.,/ ___ _
.,. Note: If the start dat& on this noUfl~on ean not bo mot. tho TOH Regional or Local Program office Must be contacted by
phone prior to the start data. Failure io do so ff • vtotatlon ~ accordanco to TAHPA. Soctlon 295.81,
I ti!a!reby oer1ify 1hat all information I have provided Is corrocl , complele, and lrue to the best of my kl'lowledge . I ecknowJedge
that I am respons ib le for all aspects of the notification form, irl clu ding, but not limiling, ~ontent and submlss lon dates. The
maximum penalty i$ s10;000 per day pe r violation.
(Signature of Building Omier/ Operator
or Delegated Consultant/Contractor)
MAIL TO:
•Faxu aro not acceprecr
(Printed Name) (Date}
ASBESTOS NOTIFICATION SECTION
TOXIC SUBSTANCES CONTROL DIVISION
TEXAS DEPARTMENT OF HEAL TH
PO BOX 143538
AUSTIN, TX 7871~3538
PH: 512-834-6600, 1-800-5n-5548
(Telephor,e)
{Fax Number)
"Ftuccs arc not accepted"
FCJrm APB#5, dated 07129/02. Replaces TDH form datod 07113/01 . For assistance in co.m~ting form, call 1-8()().572•5548
____ .,. __ ... __
SC-60
I
I -,
City of Fort Worth, Texas
Mayor and Council Communication
, -=---------c_o_u_N_c_1_L_A_C=T-IO_N_:_A_P_P_r_o...,ve_d_o_n_1_1_a1_2_oo_s _______ """"""'=-
DATE: Tuesday, July 08, 2008
1 LOG NAME: 30WAGE RA TES REFERENCE NO.: **G-16190
SUBJECT:
1 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:
I The Finance Director certifies that this action will have no material effect on City funds.
~
I
-·
I
I
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 Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
( c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
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 determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
( d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this. contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
----·-··----------------· --·-----------------·------------------·---·--·--------
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
--------------------------·-------------------
~·-· ....... &..U.U.U.H".I. ~V!'I0::,1..1:(.U\...:llUN
PREY AILING WAGE RA TES 2008
Air Tool Operator $10 .06
Asohalt Distributor Ooerator $13.99
Asohalt Pavinll Machine Ooerator $12.78
Asohalt Raker $11.01
Asobalt Shoveler $ 8.80
Batchioe Plant Wei2her $14.15
Broom or Sweeper Operator $ 9.88
Bulldozer Operator $13.22
Caroenter $12.80
Concrete Finisher, Paving $12.85
Concrete Finisher, Structures $13.27
Concrete Pavine: Curbine: Machine Operator $12.00
Concrete Pavine Finishing Machine Operator $13.63
Concrete Paving Joint Sealer Operator $12.50
Concrete paving Saw Onerator $13.56
Concrete Pavine: Spreader Ooerator $14.50
Concrete Rubber $10.61
Crane, Clamshell. Backhoe, Derrick, Dragline, Shovel Ooerator $14.12
Electrician $18.12
Fla'1'rrer S 8.43
Form Builder/Setter, Structures $11,63
Form Setter, Paving & Curb $11.83
Foundation Drill Onerator, Crawler Mounted $13.67
Foundation Drill Operator, Truck Mounted $16.30
Front End Loader Operator $12.62
Laborer Common $ 9.18
Laborer, Utility $10.65
Mechanic $16.97
Milling Machine Operator, Fine Grade $11.83
Mixer Operator $11.58
MotorGraderOperato~FineGrade $15.20
Motor Grader Ooerator. R.ou11:h $14.50
Oiler $14.98
Painter, Structures $13.17
Pavement Markin2 Machine Operator $10.04
Pioelayer $11.04
Reinforcine: Steel Setter, Pavine $14.86
ReinforciIU!'. Steel Setter, Structure $16.19
Roller Operator. Pneumatic, Self-Propelled $11.07
Roller Operator, Steel Wheel, ·Flat Wheel/Tampiniz $10.92
Roller Ooerator, Steel Wheel. Plant Mix Pavement $11.28
Scraper Ooerator $11.42
Servicer $12.32
Slip Form Machine Ooerator $12.33
Sp.reader Box Operator $10.92
Tractor Operator, Crawler Tvoe $12.60
Tractor Operator, Pneumatic $12.91
Traveline: Mixer Ooerator $12 .03
Truck Driver. Lowboy-Float $14.93
Truck Driver, Sine:le Axle, Heavv $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
---------
·--·--··--------·----· --------··---·----------··----------·-·-···-----------····-------·------~---------
..,v,,i.;» 1 "v1., 1 IVl'II ll'IIUU::S I KY
Classification I wi,,J Classification Hrly Rate
AC Mechanic $21 .69 Plumber $20 .43
AC Mecha nic Helper $12 .00 Plumber Helper $14.90
Acoustical Ceilini Mechanic $15 .24 Reinforcini Steel Setter $10.00
Brick layer /Stone Mason S19 .12 Roofer $14.00
Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10 .00
Caroenter $16.23 Sheet Metal Wo rk er $16.96
Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31
I
Concrete Finisher $13.49 Sprinkler System lnstaUer $18.00
Concrete Fonn Builder $13.12 Sprinkler System Installer Helper $9.00
Drywall Mechanic $14 .62 Steel Worker Structural $17.43
Drywall Heloer $10.91 Concrete Pump $20.50
Crane, Clamsheel, Backhoe, Derrick, D'Line
Drywall Taper $13.00 Shovel -$17.76
Drvwall Taoer Helper $9.00 Forklift $12 .63
Electrician (Joumevman) $20.20 Front End Loader $10.50
Electrician Heloer $14.43 Truck Driver $14.91
Electronic Technician $19.86 Welder $16 .06
Electronic Technici an Helper $12.00 Welder Helper $9 .75
Floor Laver (Resilient) $20.00
Floor Layer Helper $13.00
Glazier $18.00
Glazier Helper $13.00
Insulator $14.78
Insulator Helper $11 .25
Laborer Common $10.27
Laborer Skilled $13.18
Lather $16.10
Painter $14.83
Painter Helper $8.00
Pipefitter $18.85
Pi Pe fit t er Hetner $12.83
Plasterer $17.25
Plasterer Heloer $12.25
PART DA
-
-
DA-1
DA-2
DA-3
DA-4
DA-5
DA;s "' ,. i'
D~: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:3~
DA-39
DA-40
DA-41
DA-42
DA-43
DA-44
DA-45 .~,-~ D.~~~
DA-47
DA-48
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS f
AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) ... ~
PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) ......................... 5
PIPE ENLARGEMENT SYSTEM (OMITTED) ........•................................................•.. 5
FOLD AND FORM PIPE (OMITTED) ......................................................................... 5
SLIPLINING (OMITTED) .............................•.............................................................. 5
PJREflNSTAL(E5.'ev-0.;rl:{ERTHAf-i'OREN ·c1tt ........................................•............ s TYPE '.oF.,dA.s1~a,:P1Pe ................. : ......... .-. ....... : ....................................................... a
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) ......................... 9
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ..............•.. 9
MANHOLE REHABILITATION (OMITTED) ............................................................. 11
SURFACE PREPARATION FOR MANHOLE REHABILITATIO. N (OMITTED) ..•.....• 11
INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
~~f ~~i~~)MAN.HOLE.COATiN·G·~·ciuADEX .. SYS.TEM.(OMirre·o)·::::::::::::::::::::::: ~ 1.
INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) .....•...••.... 11
I INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM ................................ 11
INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMITTED) .............................................•................................................................. 14
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) .............. 14
RIGID FIBERGLASS MANHOLE LINERS (OMITTED) ............................................ 11
PRESSURE GROUTING (OMITTED) •.........................•........................................... 14
VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) ...................... 11
FIBERGLASS MANHOLES (OMITTED) ........•.....•................................................... 11
LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ...•..•....•...•. 11
REPLACEMENT OF CONCRETE CURB AND GUTTER .........................•............... 1~
REPLACEMENT OF 6" CONCRETE DRIVEWAYS ......•.....•.................................... 1q
REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ...•..................................... 16
GRADED CRUSHED STONES .............•.................................................................. 1~
WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ....................................................... 1~
BUTT JOINTS -MILLED .......................................................................................... 1~
2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ................................................. 1~
REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ......................................... 1~
NEW 7" CONCRETE VALLEY GUTTER ................................................................. 2g
NEW 4" STANDARD WHEELCHAIR RAMP ............................................................ 20
8" PAVEMENT PULVERIZA TION ...•........•......•.................•..•..................................• 21.
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) ... 21
RAISED PAVEMENT MARKERS ............................................................................. 22
Pcfn~_Nfl,SCLY -P~JR'b. tE~_M·,coN. TAM. ,IN.~ r _EP MATEJ$1A.~, ~ANPLIN_,G.:.:;·:··:······2~
~QADJNG } .TRANSP9RTATJO~,,~N9. R.l~PP§.At;'.Of C9N,TAM.l~J\ TEP ,SOIL ..... 2~
ROCK RIPRAP -GROUT -FILTER FABRIC ........................................................... 2~
CONCRETE RIPRAP (OMITTED) ...............................•............................................ 39
CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED) .................................... 30!
CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) ..................................... 30!
UNCLASSIFIED STREET EXCAVATION (OMITTED) ............................................• .301
6" PERFORATED PIPE SUBDRAIN (OMITTED) .................................................... 3
REPLACEMENT OF 4" CONCRETE SIDEWALKS ................................................. 31
RJ;CQ!VIM~tiPE~(~E.O.Q.EN~f;lfF,~Q, S"'(ftUC.,TJQN ............................................ 31
PAVEMENT REPAIR IN PARKING AREA ............................................................... 31
EASEMENTS AND PERMITS .................................................................................. 31
ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-49 HIGHWAY REQUIREMENTS ................................................................•.................. 32
DA-SO CONCRETE ENCASEMENT .................................................................................... 32
DA-51 CONNECTION TO EXISTING STRUCTURES .......................................................... 32
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) ........... 32
DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) ..................................................... 32
DA-54 WATER SAMPLE STATION .................................................................................... 32
DA-55 CURB ON CONCRETE PAVEMENT ....................................................................... 33
DA-56 SHOP DRAWING~ .................................................................................................. 33
DA--57 COST BREAKDOWN ............................................................................................. _._ .. ._ ......... 34
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ............................... 35
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................ 35
DA-60 ASPHALT DRIVEWAY REPAIR .......................... _ .................................................... 35
DA-61 TOP SOIL ................................................................................................................ 35
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ............... 35
DA-63 BID QUANTITIES ...................................................................... _ ............................... 35
DA-64 WORK IN HIGHWAY RIGHT OF WAY .................................................................... 36
DA-65 CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 36
DA-66 OPTION TO RENEW {OMITTED) ............................................................................ 36
DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) ............................................................ 36
DA-68 CONCRETE VALLEY GUTTER ............................................................................... 36
DA-69 TRAFF-IC BUTTONS ............................ _ ... _ .... _ ........................................... _., ............................ 36
DA-70 PAVEMENT STRIPING ............................................................................................ 37
DA-71 H.M.A.C. TESTING PROCEDURES ..................... _ .................................................... 37
DA-72 SPECIFICATION REFERENCES ............................................................................. 37
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
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
DA-94
DA-95
11/02104
VA_LVE AND BOX .................. ., •• _ .••..•..•..••.• _ ......................... _ .......• _ •. ._._ ............ , ....... _ ......... _ ......... 37
RESILIENT-SEATED GATE VALVES {OMITTED) .................................................. 38
EMERGENCY SITUATION, JOB MOVE-IN {OMITTED) .............................. , .......•... 38
1 Y2" & 2" COPPER SERVICES .............................................................................. 38
SCOPE OF WORK {UTIL. CUT) {OMITTE0) ........................................................... 38
CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT) {OMITTED) ...•..•......................... 38
CONTRACT TIME {UTIL. CUT) (OMITTED) ............................................................ 38
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) .......... 38
TIME ALLOWED FOR UTILITY CUTS {UTIL. CUT) {OMITTED) ............................. 38
LIQUIDATED DAMAGES {UTIL. CUT) {OMITTED) ................................................. 38
PAVING REPAIR EDGES {UTIL. CUT) {OMITTED) ................................................ 38
TRENCH BACKFILL (UTIL. CUT) {OMITTED) ........................................................ 38
CLEAN-UP {UTIL. CUT) {OMITTED) ....................................................................... 38
PROPERTY ACCESS {UTIL. CUT) (OMITTED) ............... _ ....................................... 39
SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) .................................................... 39
STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) ......................... 39
CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill {UTIL. CUT) (OMITTED) ....... 39
2" TO 9 11 H.M.A.C. PAVEMENT (UTIL. CUT) {OMITTED) ....................................... 39
ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)
(OMITTED) .............................................................. _ .•............•..•...........•. : ................. 39
MAINTENANCE BOND (UTIL. CUT) {OMITTED) .................................................... 39
BRICK PAVEMENT {UTIL. CUT) (OMITTED) .......................................................... 39
LIME STABILIZED SUBGRADE (UTIL. CUT) {OMITTED) ...................................... 39
CEMENT STABILIZED SUBGRADE {UTIL. CUT) (OMITTED) ................................ 39
ASC-2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) .................. 39 -DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) .............................................. 39
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) ................................................... 39
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) I
(OMITTED) ..............................................................•................................................ 39
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) ................ 39
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) .................................. 39
DA-102 PAYMENT (UTIL. CUT) (OMITTED) ........................................................................ 39
DA-103 DEHOLES (MISC. EXT.) (OMITTED) ....................................................................... 39
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) ..................... , .............. 39
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) ........................ 39
DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) ........................................................... 39
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) ..................................................... 39
DA-1.08 FLOWABLE FILL (MISC. EXT.) ............................................................................... 39
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ....................................... 40
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .......... 40
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) .......................... 40
DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED) .................................................... 40
DA-113 PROJECT SIGNS (MISC. REPL.) (OMITTED) ........................................................ 40
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) ............................................. 40
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) .......................... 40
DA-116 FIELD OFFICE .............................................................................. -........................... 40
Q1':1.,-7;
DA-118
DA-119
ii~!67N~~~r~g~~~K·wirH.CO.NTRACTOR.FOR.OT.HE·R·u·Nirs'" ............ 4l
(OMITTED) ............................................................................................................... 41
DUCTILE IRON PIPE (OMITTED) ............................................................................ 41
DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED) ............................................................................................................... 42
DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED) ................................................. 42
DA-122 CATHODIC PROTECTION ...................................................................................... 42
DA-123 GRAVEL DRIVEWAY REPAIR (OMITTED) ............................................................. 42
DA-124
DA-125
REPLACEMENT OF TREES .................................................................................... 42
PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, I
TUNNELING OR OPEN CUT (OMITTED) ................................................................ 42
DA-126 BUTTERFLY VALVES (OMITTED) ......................................................................... 42
DA-127 GATE VALVES (OMITTED) ..................................................................................... 42
DA-128 AIR RELEASE VALVES (OMITTED) ....................................................................... 42
DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD PERMIT
AREA ....................................................................................................................... 42
DA-130 FIBERGLASS SEWER PIPE -GRAVITY SERVICE (OMITTED) ............................ 43
DA-131 JUNCTION SANITARY SEWER MANHOLE ............................................................ 4~
DA-132 SUBSURFACE EXPLORATION .............................................................................. 44
DA-133
DA-134
ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES .............. 44
ABANDON EXISTING PIPE LINE ............................................................................ 44
DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED) ....... 44
DA-136 SANITARY SEWER AND WATER LINE MARKERS ............................................... 44
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER -DISTRICT AREAS (OMITTED) ................................................................................ 46
11/02104 ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY
(OMITTED) ......................... , .......... ., ... " ..... _ ....................................................................................... 46
DA-139 GROUTING PROCEDURE ...................................................................................... 46
DA-140 TUNNELING (OMITTED) ........................................................................................ 47
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 (OMIITED)
DA-4 FOLD AND FORM PIPE (OMITTED)
DA-5 SLIPLINING (OMITTED)
bAt_s ~':p (p E}NSTALL~P. BY: QT!!ER I HAN:Qfsl'l 'Cm
A. GENERAL:
1.
2 .
3 .
Furnish materials and necessary accessories, with strengths , thickness, coatings ;
and fittings indicated , specified and/or necessary to complete the work .
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 an 8
grade which will allow the carrier conduit to be installed to proper line and grade a~
shown on the Plans and as established in the Specifications .
Work shall be performed in accordance with the requirements of the City of Fo ~
Worth Water Department, the Texas Department of Transportation , or railroad
company, as applicable .
B. 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 compressivr
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 requ ired 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 arid 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 10 percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit, seal the walls of
the hole, and furnish lubrication for subsequent removal of cutt ings 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
PART DA -ADDITIONAL SPECIAL CONDITIONS
4 . Installation of Carrier Pipe in Casing :
a.
b.
C.
d.
e.
Sanitary sewer pipe located within the encasement pipe shall be supported
by "skids" or "bands" to prevent the pipe and bells from snagging on t rl e
inside of the casing , and to keep the installed line from resting on the bells.
All skids shall be treated with a wood preservative. Skids should extend f t
the full length of the pipe with the exception of the bell area and spigot ar~a
necessary for assembly unless otherwise specified .
The Contractor shall prevent over-belling the pipe while installing it through
the casing. A method of restricting the movement between the assemblJd
bell and spigot where applicable shall be provided.
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 pip~.
The backfill material will not be required unless specified on the plans and
specified by the Engineer.
Closure of the casing after the pipe has been installed-shall be plugged at
the ends of the casing as shown on the drawings or as required by the
Engineer.
5 . Boring and Jacking Ductile Iron Pipe without Casing Pipe:
6 .
a.
b.
C.
d.
As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe. I
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 pip p
shall be provided at no additional cost and .shall be subsidiary to the cost
bid for installation By Other than Open Cut.
Bore and jack in accordance with paragraph C .3. above.
Short length of sewer consisting of a single pipe section may be installe ~
by jacking without a bore hole if permitted by the Engineer and in soft soil
layer. All voids outside of installed pipe shall be pressure grouted .
Tunneling: Where the characteristics of the soil, the size of the proposed pipe , 9r
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 bel
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 th F
proposed liner method to the Engineer for approval. The tunnel lin;r
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 me'thod.
b. The space between the tunnel liner and the limits of excavation shall be
pressure grouted or mud-jacked .
c. Access holes for placing concrete shall be space at maximum intervals of
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;.7 ,:YPE Of:= CASING PIPE
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of
E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects . The steel casing pipe shall be supplied as
follows:
A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with
the requirements of Sec. 2.2 and related sections in AWWA C-203.
B. Touch-up after field welds shall provide coating equal to those specified above.
C , Minimum thickness for c~sing J;!ipe used shall be 0. 750 inch, in accordance with~ te g:i nical
specification 02610:
Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing
Company , Advanced Prqducts and Systems_, Inc., or an approved equal shall be used on all~
concr~te -~ piP.es when· .ins1a11~_d'. 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:
11/02104 ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
A. GENERAL:
1.
2.
3 .
4.
Scope : This section governs all work, materials and testing required for the
application of interior protective coating . Structures designated to received interidr
coating are listed on the construction drawings. The structures are to be coated,
including interior wall, top and bench surfaces. Protective coating for corrosioh
protection shall meet the requirements of this Specification (and items DA-14 anb
DA-15) and the Manufacturers recommendations and specifications .
Description: The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion df
protective coating of structures in accordance with manufacturer'~
recommendations.
Manufacturer's Recommendations: Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations. I
Corrosion Protection: Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected.
B. MATERIALS:
1.
2.
3.
4.
11/02104
Scope: This section governs the materials required for completion of protective
coating of designated structures. 1
Protective Coating: The protective coating shall be a proprietary two componen ,
100 percent solids, rigid polyurethane system designated as Spray Wall af
manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solidf
based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining
systems and designated as Raven 405. I
Specialty Cement (If required for leveling or filling): The specialty cement-base~
coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. dr
Reliner MSP as manufactured by Standard Cement Materials .
Material Identification : The protective coating material sprayed onto the surface 9f
the structure shall be a urethane or epoxy resin system formulated for thf
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows :
Property Standard Long Term Value
ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
Tensile Strength
Flexural Stress
Flexural Modulus
ASTM D-638
ASTM D-790
ASTM D-790
5,000 psi
10,000 psi
550,000 psi
5. Mixing and Handling : Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain condit ions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals . All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations .
C. EXECUTION :
11102104
1. General : Protective coating shall not be installed until the structure is complete
and in place.
2. Preliminary Repairs :
a . All foreign materials shall be removed from the interior of the structure
using high pressure water spray (3500 psi to 4000 psi at spray tip).
b. All unsealed lifting holes, unsealed step holes, and voids larger than
approximately one-half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application .
c. After all repairs have been completed , remove all loose material.
3. Protective Coating :
a. The protective coating shall be applied to the structure from the bottom of
the frame to the bench , down to the top of the trough . The top of the
structure shall also be coated . ·
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the following procedure .
1)
2)
3)
The surface shall be thoroughly cleaned of all foreign materials and
matter.
Place covers over the invert to prevent extraneous material from
entering the sewers .
If required for filling or leveling , apply specialty cement product to
provide a smooth surface for the coasting material.
ASC -10
PART DA -ADDITIONAL SPECIAL CONDITIONS I
4.
I 4) Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0 .125
inches). Thickness to be verifiable through the use of method !;
acceptable to the Engineer. After the walls are coated , the woode r1
bench covers shall be removed .
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to activ ~
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur inside the structure within 24 hours after1
application .
Testing of Rehabilitated Manholes : Testing of rehab ilitated manholes for
watertightness shall be performed by the Contractor after operations ar~
I complete in accordance with the Section D-36 -VACUUM TESTING Off
SANITARY SEWER MANHOLES .
D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot, measured from the bottom of the frame to the top of the bench . The
Contract Unit Price shall be payment in full for performing the work c!nd for furnishing al1
1
labor, supervision , materials , equipment and material testing required to complete th J
work . Pressure grouting, if necessary to stop active infiltration prior to application of th J
protective coating , shall be included in the above unit price . Grouting of the pipe seals [
bench and trough, and lower portion of a particular structure , if required by the Engineeri
shall be paid for separately , as specified in Section DA-10 , MANHOLE REHABILITATION J
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
A. GENERAL
11/02104
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating . Manholes designated for interior coating are listed of th~
Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall
meet the requirements of this Section, or of Section DA-12 , DA-13, DA-14 , DA-16 ot
DA-17 .
ASC -11
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Description
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents .
3. Manufacturer's Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations.
4 . Manholes
Manholes to be coated are of brick, block, or concrete construction . All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface .
B. MATERIALS
11/02104
1. Scope
This section governs the materials required for completion of interior coating of manholes.
2. Interior Coating
Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405.
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1s as
manufactured by Quadex , Inc. or Reliner MSP as manufactured by Standard
Cement Materials.
4. Material Identification
5.
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting materials based on chemical and physical properties, ease of
application, and expected performance . These grouting materials shall be
compatible with Raven 405 interior coating. The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials.
Mixing and Handling
ASC -12
PART DA -ADDITIONAL SPECIAL CONDITIONS
Mixing and handling of interior coating, which may be toxic under certain condition l
shall be in accordance with the recommendations of the manufacturer and in such b
manner as to minimize hazard to personnel. It is the responsibility of the Contractdr
to provide appropriate protective measures to ensure that materials are undJr
control at all times and are not available to unauthorized personnel or animals . All
equipment shall be subject to the approval of the Engineer. Coating shall be
performed only by certified applicators approved by the manufacturers .
C. EXECUTION
11/02104
1. General
Manhole coating shall not be performed until sealing of manhole from frame ana
grade adjustments, partial manhole replacement, manhole grouting or sewJr
replacement/repairs are complete.
2. Temperatures
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
a.
b.
Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule. The interior coating shall be applied to the manhol~
from the bottom of the manhole frame to the bench/trough, including th~
bench/trough. I·
The interior coating shall be installed in accordance with the manufacturer'[
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements ~f
Section DA-11, SURFACE PREPARATION FOR MANHOLE
RESTORATION. l
2) Apply a minimum of one-half (1/2) inch specialty cement-base
product (Quadex QM-1s or Reliner MSP) smooth surface for th~
urethane coating material.
3)
4)
The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water . Materi~I
shall be spray applied per manufacturer's recommendations with ~
minimum thickness of 125 mils (0.125 inch).
After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed to the same average and minimu~
thickness as required for the walls .
ASC -13
PART DA -ADDITIONAL SPECIAL CONDITIONS
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur in side the manhole within 24 hours after
application.
4. Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all visible pinholes shall be
repaired. Repairs shall be made by lightly abrading the surface and brushing
the lining material over the area. All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations. Spot
check of coating thickness may be made by Owner's Representative, and the
contractor shall repair these areas as required , at no additional cost to the
Owner.
b. Testing of rehabilitated manholes for watertightness sh_all be performed by
the Contractor after operations are complete in accordance with Section DA-
21 -VACUUM TESTING OF REHABILITATED MANHOLES .
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot , measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
testing necessary to complete the work. Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
(OMITTED)
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED)
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED)
DA-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
11/02104 ASC -14
PART DA -ADDITIONAL SPECIAL CONDITIONS
The contractor shall be responsible for locating and marking all previously exposed manholJ s
and wate r valves in each street of this contract before the resurfacing process commences for la
particular street.
The contrac.tor 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 ~
recommended procedure .
It shall be the contractors responsibility to notify the utility companies that he has commencetl
work on the project. As the resurfacing is completed (within same day) the contractor shall locatb
the covered manholes and valves and expose them for later adjustment. Upon completion of b
street the contractor shall notify the utilities of this completion and indicate the start of the ne~t
one in order for the utilities to adjust facilities accordingly. The following are utility conta dt
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 Ben_nett
Mr. Jim Bob Wakefield
Of course , under the terms of this contract , the contractor shall complete adjustment of the storm
drain and Water Department facilities , one traffic lane at a time within five (5) working days aftJ r
completing the laying of proposed H.M.A.C . overlay adjacent to sa id facilities .
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutte ~,
laydown curb and gutter, or in like kind , as governed by the standard City Specifications, Item No
1
•
104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter'', and Drawing Nos . S-S2
through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No . S-S5 of th ~
Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior t ~
removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation!;
as per specificat ion Item No. 106 "Unclassified Street Excavation ", into the street to aid in the
construction of the curb and gutter. The pay lim it will be 9" out from the gutter lip , with same day
haul-off of the removed material to a suitable dump site . The street void shall be filled wit ~
H.M .A.C. "Type D" mix as per specification No . 300 "Asphalts , Oils and Emulsions", Item No . 304
"Prime Coat" and Item No . 312 "Hot Mix Asphaltic Concrete " and compacted to standard City
densities and top soil as per specification item No. 116 "Top Soil", if needed , shall be added an¢
11102104 ASC -15
PART DA -ADDITIONAL SPECIAL CONDITIONS
leveled to grade behind the curb . Existing improvements within the parkway such as water
meters, sprinkler system , etc. damaged during construction shall be replaced with same or better
at no cost to the City .
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion . If the contractor fails to complete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day.
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways , due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site . For
specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No .
S-S5 of the Standard Specifications .
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the work.
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M .A.C . pavement and/or bad base material
that shows surface deterioration and/or complete failure. The Engineer will identify these areas
upon which time the contractor will begin work. The failed area shall be saw cut , or other similar
means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut
vertically and all failed and loose material excavated . As a part of the excavation process , all
unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable
sub-base. The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth. The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site , the same day as excavated , to a suitable dump site.
After satisfactory completion of removal as outlined above, the contractor shall place the
permanent pavement patch , with "Type D" surface mix . This item will always be used even if no
base improvements are required . The proposed H.M.A.C . repair shall match the existing
pavement section or the depth of the failed material , whichever is greater. However, the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C . pavement thickness
will not exceed 6". Before the patch layers are applied , any loose material, mud and/or water shall
be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth , made in
preparation to accept the recycling process .
All applicable provisions of Standard Specification Item Nos . 300 "Asphalts , Oils, and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work .
11/02104 ASC -16
PART DA -ADDITIONAL SPECIAL CONDITIONS
The unit price bid per cubic yard shall be full compensation for all .materials, labor, equipment an 6
incidentals necessary to complete the work .
DA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed b
the Engineer. The material shall be graded crushed stones .
For specifications governing this item see Item No . 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials, labor, equ ipment anti
incidentals necessary to complete the work.
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE
A. Description
This item sh_a_ll c_onsist of mill ing th~ e~isting pavement from the Ii~ ~f gutter_ at a depth 9f
2" and trans1t1ornng to match the ex1st1ng pavement (O" cut) at a minimum width of 5'. The
existing pavement to be milled will either be asphalt , concrete , or brick pavement. Th~
removal and disposal of the milled materials shall be as directed by the Engineer. Th ~
milled surface shall provide a smooth surface free from gouges, ridges, oil film, and othel1r
imperfections of workmanship and shall have a uniform textured appearance. In a I
situations where the existing H.M.A.C. surface contacts the curb face the wedge millin9
shall include the removal of the existing asphalt covering the gutter up to and along the
face of curb .
The wedge milling operations for this project will be performed in a continuous manner
along both sides of the street. Details of milling locations are at the back of this documenf
Contractor is required to begin the overlay, within five (5) calendar days from the date o~
the wedge milling completion of any one street. Should the contractor fail to meet this
condition, the wedge milling will be shut down, and liquidated damage of $500.00 per da y
per street will be assessed until all wedge milled streets are overlayed . The overlay, once
begun on a street shall continue uninterrupted until complete.
The Contractor shall haul-off the removed material to a suitable dump site .
B. Equipment
The equipment for removing the pavement surface shall be a power operated milling
machine or other equal or better mechanical means capable of removing, in either on t
pass or two passes, the necessary pavement thickness in a five-foot minimum width . The
equipment shall be self-propelled with sufficient power, traction and stability to maintai ~
accurate depth of cut and slope .
The machine shall be equipped with an integral loading and reclaiming means to
immediately remove material being cut from the surface of the roadway and discharge th f
cuttings into a truck , all in one operation . Adequate back-up equipment (mechanical stree
1
t
sweepers, loaders , water truck, etc .) and personnel will also be provided to keep flyin~
dust to a minimum and to insure that all cuttings are removed from street surface dailyl.
11102104 ASC -17
PART DA -ADDITIONAL SPECIAL CONDITIONS
Stockpiling of planed material will not be permitted on the project site unless designated
by the Engineer. The machine shall be equipped with means to control dust created by
the cutting action and shall have a manual system providing for uniformly varying the
depth of cut while the machine is in motion thereby making it possible to cut flush to all
inlets , manholes, or other obstructions within the paved area. The speed of the machine
shall be variable in order to leave the desired grid pattern specified under Surface
Texture.
The unit price bid per linear feet shall be full compensation for all labor, material,
equipment, tools , and incidentals necessary to complete the work .
DA-29 BUTT JOINTS -MILLED
A. Description:
This item requires the contractor to mill "butt joints" into the existing surface , in
association with the wedge milling operation to the depth and at locations as described
below. The butt joint will provide a full width transition section , whereby the new overlay
shall maintain constant depth at the point the new overlay is terminated and the new
surface elevation matches the existing pavement. The construction activities, performance
standards and equipment needed for the butt joints milling operations shall be governed
by the special provisions of Pay Item No. 9 -Wedge Milling. The configuration of the butt
joints is described in more detail below . General details of butt joint locations -along with
wedge milling in general -are shown in plan form at the back of this document.
B. Construction Details
Prior to the milling of the butt joints, the Contractor shall consult with the Construction
Engineer for proper location of these joints and verify that the selected limits of the
projects' street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed
in the project and as more graphically detailed at the back ·of this specificat ion book . The
joints are also required on both sides of all railroad tracks and concrete valley gutters ,
bridge decks and culverts and all other items which transverse the street and end the
continuity of the asphalt surface. Each b.utt joint shall be 20 feet long and milled out
across the full width of the street section to a tapered depth of 2". This milled area shall be
tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and
ending points or intermediate transverse items . This butt joint -when overlayed -will
consist of a asphalt section that will transition the new overlay to match the existing
pavement elevation .
The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a
smooth ride over the bump.
C . Measurement and Payment
11102104
Butt joints as prescribed above , will be measured by the unit of each butt joint milled. The
disposal of excess material involved will not be measured for payment.
ASC -18
PART DA -ADDITIONAL SPECIAL CONDITIONS
Each butt joint-milled, measured as above, complete-in place-in accordance with thes l
specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The
unit price bid per each shall be full compensation for all milling, including material haul-off,
tools, labor, equipment and incidentals necessary to complete the required work. I
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 -Aspha t
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 artific ial heat. Asphaltit
material shall also not be placed when the wind conditions are unsuitable in the opinion of th~
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 . j
The unit price bid per square yard of H.M.A.C . complete and in place, shall be full compensatio n
for all labor, materials, equipment , tools, and incidentals necessary to complete the work .
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER
This item shall include the removal and reconstruction of existing concrete valley gutters at
locations to be determined in field : I
Removal of existing concrete valley, asphalt pavement , concrete base, curb and gutter, and
necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay iterl)·_
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by
the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details,
shall be subsidiary to this Pay Item.
See standard specification Item No. 314 , "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No . 104, "Removing Old Concrete", Item No . 106, "Unclassified Street
Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included. j
Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement". I
Asphalt base material may be required at times as directed by the Engineer to expedite the work
at locations identified in the field.
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall
be open to traffic . Work shall be completed on each half within seven (7) calendar days . /
11102104 ASC -19
PART DA -ADDITIONAL SPECIAL CONDITIONS
If the contractor fails to complete the work on each half w ith in seven (7) calendar days , a $100
dollars liquidated damage w ill be assessed per each half of valley gutter per day .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials , labor, equipment , tools and incidentals necessary to complete the
work.
DA-32 NEW 7" CONCRETE VALLEY GUTTER
This item shall include the construction of concrete valley gutters at various locations to be
determined in field .
Removal of existing , asphalt pavement , concrete base , curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing
and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer
and necessary asphalt transitions as shown in the concrete valley gutter details shall be
subsidiary to this Pay Item .
See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No . 104, "Removing Old Concrete ", Item No. 106 , "Unclcissified Street
Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of_ valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included.
Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch . Contractor shall work on one-half of Valley gutter at a time, and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days .
If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liqu idated damage will be assessed per each half of valley gutter per day .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials , labor, equipment , tools and incidentals necessary to complete the
work .
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP
The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed
details , or as directed by the Engineer.
The removal of existing substandard wheelchair ramps and sidewalk as required for the
installation of new wheelchair ramps shall be subsidiary to this pay item . The removal and
replacement of existing curb and gutter as required for the installation of new wheelchair ramps
shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for
laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will
extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item . Pay limits for "Standard Wheelchair Ramp" will
start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk.
11 /02104 ASC -20
PART DA -ADDITIONAL SPECIAL CONDITIONS I
All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Ite l
504 "Concrete Sidewalk Driveways" shall apply except as herein modified.
All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured
by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-sha~e
type , and shall be used in accordance with manufactures instructions. Concrete stain may de
applied after concrete is poured (Product sold by BAER).
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches
dimension, or other dimension approved by the Engineer, meeting the aforementioneb
specification . The sample, upon approval by the Engineer, shall be the acceptable standard to b[1e
applied for all construction covered in the scope of this pay item.
The method of application shall be by screen, sifter, sieve or other means in order to provide for
uniform color distribution ." . I
The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will
be full compensation for materials, labor, equipment, tools and incidentals necessary to competb
the work .
DA-34 8" PAVEMENT PULVERIZATION
Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is complete ,
contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base
2" to provide place for the new 2" H.M .A.C. surface. The 2" base cut shall start at a depth of 8"
from the existing pulverized surface. After the undercut operation is completed , contractor shall
spread, mix, and compact the pulverized material to a 95% compaction per City's Standard
Specifications or as directed by the Engineer in the field . A 3.5% portland cement shall be used to
mix the pulverized material.
If the existing pavement has a combination of 1 O" H .M.A.C . and crushed stone/gravel, undercut
will not be required, the contractor will pulverize 1 O" inches, the 2" inch cut will be taken from the
1 O" pulverized material. (see soil test report)
Pulverization shall start within ten (10) calendar days after all concrete work has been completed
on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars
liquidated damage will be assessed per block per day.
After the pulverization material is cured, the contractor shall overlay it with 2" H .M.A.C . surface
within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days,
a $200 dollars liquidated damage will be assessed per block per day .
The unit price bid per sq. yd. shall be full compensation for all labor, material, equipment , tools,
and incidentals necessary to pulverize, remove and store the pulverized material, undercut the
base, mixing, compaction, haul off, sweep , and dispose of the undercut material.
The 2" H .M.A.C. surface will be paid by separate item.
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED)
11/02104 ASC -21
PART DA -ADDITIONAL SPECIAL CONDITIONS
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".
QA~3_7 POTEtiT!ALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A GENERAL:
11/02104
Where 'Known by _th~' deslgn e ngineer, the location s of potentially petrcile"um ;; or other,
contarrinated material (so!I) that may be encountered du rj ng excavation and/or construction
activities will b~ ,shown on the . plans. For all locations where material is excavated and
suspected of being contaminated with petroleum products , whether known or not, these ·
special conditions are to be followed. The contractor is also to follow all applicable Federal.
State and Local regulations when handling known or suspect contaminated materials (soils).
1. WORK INCLUDED
a. Excavation , stockpiling and testing of Potentially Petroleum Contaminated Material.
b. Removal, testing, and disposal of petroleum contaminated groundwater.
c. Obtaining and paying for required permits.
d. Hiring of qualified environmental professional consultant(s). Contractor will be
required to submit the environmental consultant's experience and qualifications to
the City prior to beginning work in areas of Potentially Petroleum Contaminated
Material.
e. Hiring of qualified environmental sampling professionals that will collect and submit
samples to the applicable City of Fort Worth testing laboratory. The City of Fort
Worth's Department of Environmental Management for coordination of laboratory
test ing .
f. Contaminated · material . excavation, stockpiling ; · and testing in . accordance with
Specification 02080...:. Contaminated Soil Management Plan .
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 .
g. Specification 02080 -Contam inated Soil Manageme11t Plan
ASC -22
B.
C.
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. SUBMITTALS
tt, ~pQ tri c~oc ,~_tia}k ~~bmi fi~ct u_al lirr,iits q,f PR.CM ~~.C?JtM e?<~~fl ti on, ~s r:>re.12aJ§Q Pl;
bllq,1,1 13l1fiefteDVJIO!lDJ~l1taJ..&on~uJ,t~1;1l(~)1an c.t te %t1ng l~b.~
e~r~C,pnf!~ct~~--s~J f)u.brn)J !9r:fevi~'!fie~8·~~~,~artix~mip,~ ~~t.~rt~Ct6, b~~~{~~1
th~.;actua. 1. !1m •.. 1Js,·'.of"'PR ... <;.~_.,:.or:.O. CM.-,~.: ... e. xc;:. ?··v· .. a· .. · •.... t1.o·•.n".1n···cJu.d1ng. ;.R.IP..e,g_as .. ~ ... eta. nd carr.·1e,·.1;;p1p1·· coati rjg :ordine~,
PRODUCTS:
'f.:.1i Pl !?E--GASKET'-MATERI AL~_,,Materials i useci}wlthinJthe r actuaf limi ts ~of., Pl?CM ~.orTo'"CM
• '·_,'? .Y< ·_. !).,:•~ ' -; /-,.,_,~r_:.,,'"-,..~:':·:::t'.-~,-~ ',.,:"',ff:'··--f,~-\J~·~m. __ ·-.:-•:', ;;"'{'4-, '~ .,~·,.,1-,-~, .... ·_''Ji : ~-__ '-11
~~s~vation ;i, ir;,_clyd l119~' pj p_J ?'g~§.~~ts .~Jth.a!l'.t>st :te~i§t~ri t«J qJ pe!roleum : !'IY,drqc;~rgg r.i
geterio.[~tiol):
EXECUTION:
1. 0l :P 6f ENTIA L~Y PETRPL~~M ;{QR QJH };:8~ CQN.IAMl!:JAT~b _AREAS
a. Areas suspected of having petroleum contaminated material (soils) are shown in on
the engineering drawings .
~-,, 1 n,. a~a1 9thef.J~~11J111>s:e .. ~ot~cfp~: !t1~;.'~ta0ns~ ~al)d :nere,:p<?.tentian y"' ~~t~ole ~rri ~'ii
?tt),er,z,c qnJ£1Jr!J J1~t~~t m~t ~n~ls Jire :~'!n 7c .~!3t~~:P ;-9~):;U~P,,~_qted1 !he r. City ,p~~~q ~ yv .. oi'th-'.aF1ct t~~. E_n~. 1~~et; ~h~~_ld b._e 11qt1fi.~g 01rnmeqJat~lyJ3 ng t t:i ~.):'YPJk ,sh9uld,.pro,9~~la
1n acc.9Jd~J1ce w1ttt.J n1s ~e9t1on ..
ASC -23
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. SCREENING POTENTIALLY PET~OLEUM , OR OTHER, CONTAMINATED"AREAS
~-Care should b~ taken during all excavation and dewatering activities to ide otify. areas
potential!)'. contaminated by (2 etroleum, or other cq ritamiriants.
b. When a petroleum odor is encountered during excavation or when there is visual
ev idence 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 collect ion 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, OR QTHER , CONTAfl.'.11N ~TED . ~SOI ~
CPPCS)
a. Contractor shall coordinate with the City to determine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site :
1. Provide a diked enclosure large enough to hold all material and prevent runoff.
2 . The diked area shall be lined w ith 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, · or· other _ contaminated soil (OCS) shall be handled , 'tested , observing all
standard chain-of-custody procedures and sampling preservation and analyse·s shall
conform to published and recognized standards .
ASC -24
11/02104
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. The s tockpiled PPCS or OCS shall be sampled and tested every 50 cubic yards fo
Total . Petroleum , _ Hydroca-rbon~ (TPH) (TX 1005) · and · . Benzene:. , Toul_ene
Ethylbenzene and Xylen,e . (BTEX)"(EPA 8020) or jn acc~rdance with il'S ~cification
02080.~ 'All test results' will b~ forwarqed to the City of.Fqrt Worth _ De i:iartment -qf
Environ·r:ne_ntal M;:magen,en( I
d . Contaminated soil identified by test results will be disposed of according to DA-36 1
Loading , Transportation, and Disposal of Contaminated Soil. J
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:t'" .HAt-.JDLING POTENTIALLY PETROLEUM CONTAMINATED ,,'J,VATER (e f?C~,-0~
bTHER CONTAMINATED WATER (OCW) . /
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 potential!~
petroleum contaminated.
b. PPCW shall be""'handled, tested, and discharged in accordance with tne ·TNRCC' ·
appropdaie state regulation. OCW sh.§111 be handled, testect, and discharged in
_accor<;ia11fe with . $P.e<::ific~tio ri 02980 PPCW shall be tested no later than 15 day~
prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized
oil/water separator, air stripper or GAC canisters . Contractor shall have his testing
laboratory determine that the oil/water separator treated discharge is within the limits
established by the TNRCC's regulations before being allowed to discharge
(discharge to sanitary sewer). Contractor shall be responsible for furnishing th J
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 responsibilit~
of the Contractor to obtain the necessary permit(s) and to perform all testing
required by the City of Fort Worth Pretreatment Services Division. J
d . All treated water shall be discharged into a Contractor supplied Frac Tank , sampled ,
and analyzed before discharge into the sewer system . I
e. The product that is recovered shall be disposed of in accordance with all applicable
regulations . Any phase separate product recovered from the oil/water separator and
air stripper shall be transported in accordance with Department of Transportation
rules and regulations for flammable products. When transporting product for
disposal, transportation shall also be performed by a licensed carrier. The
Contractor is responsible for proper manifesting of the material from the site to thJ
waste disposal facility . Completed Manifests shall be· returned to the City
Department of Environmental Management within 90 days of shipment.
5 . HANDLING VAPOR CONCENTRATIONS
ASC -25
PART DA -ADDITIONAL SPECIAL CONDITIONS
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.
Payment for handling PPCS, PPcw: ocs ; OCW and Vaporconcentrations, obtaini'rlg ·a~n~
paying for any permits requirea, hiring the se~ices bf a quaJified ,professional 1e nJ iro ~n,~'6t~i
consultant(s); environmental issues·, stockpiling and· all issues incluaeq a11cLf~9id.enJal J o@s
section ' will be full compensation. for all labor, equipment, materi~ls,. ·ancf<l1i·supervision:
. . . • . . -~ . . . .. ~ 1\ • 'I: _<r ,\(. ""i,. l."~-'.i;'
Measurement and Payment for this section will be per linear foot of tr;ench ·excavated ·\Nh'ere
tll~ ~xcavated ' r:naterial }~ h~~dlEfd ' a's _-a~ co nJ a11)ina}_ed mate~fa l.'' t:Jo .~e8!J~~t&~fft;wi U~6~
made for handh pg of cqntaminat~d water ~va . or .concentrations sam hng,stocl<R1hng,J~!ci
DA-38 LOAj :>TNG,~TRANSPORTA TI ON , AND DISPOSAL OF CQNTAMtNATED SOfli
A. GENERAL:
ifhis item has b~en establish ed for the loading, transportation and disp osal ot .g.onfaruinat ~d
soils in a State of T~~a;_pppr~>Ved disgosal site ·(landfill) to handle sgecial 'Jia.ste s,,.(P,ef rdl ~lirn
o,r ottierwise ·conta minated ,so!ls ): 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
description information . These results may not be uniform throughout the entire site . For all
petroleum substance waste , the waste shipment record utilized shall be the TNRCC
PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall
be responsible for obtaining , originating and maintaining manifests in accordance with
federal and state laws . The Contractor shall sign the manifests forms as Independent
Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT
AND TREATMENT/ DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE
ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in
ASC -26
PART DA -ADDITIONAL SPECIAL CONDITIONS
agreement with regard to the type and amount of waste removed from the site and receiv J d
by the treatment/disposal facility. The Contractor shall immediately resolve any manife~t
discrepancies. Completed Manifests shall be returned to the City Department 6f
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 ar
1
e
loaded, transported and disposed of in an approved special disposal site. No separate
payment will be made for loading, transportation and disposal of contaminated groun8
waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM
CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in thb
Contractor's bid submittal and approved by the City of Fort Worth Department Jf
Environmental Management prior to contract award. Contractor shall be responsible for J11
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
A. GENERAL:
1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 -
General Requirements and the North Central Texas Council of Governments
(NCTCOG) Standard Specifications, are hereby made a part of this section .
2 . This item shall govern for the installation of rock riprap of the various sizes shown on
the plans .
B. DESIGN CRITERIA:
1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the
channel bottom is not stable, the design shall incorporate other requirements neede~
to stabilize the revetment toe .
2. The channel side slope shall be as shown on the drawings.
3. Engineering filter fabric material shall be placed underneath the riprap .
4 . Riprap shall extend up the bank to an elevation where vegetation will provide
adequate protection. See cross sections .
C. PRODUCT:
1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to
insure permanence in the structure . It shall be free from cracks , seams and othe:r
defects that would tend to increase deterioration . Rock shall be reasonably well
graded between the following prescribed limits:
Sieve Size
(Square Mesh) Percent Passing
11102104 ASC -27
PART DA -ADDITIONAL SPECIAL CON.DITIONS
24 "
Riprap
18 "
Riprap
24inch
18inch
12inch
6inch
Sieve Size
(Square Mesh)
18inch
12inch
6inch
3inch
100
80-90
45-55
0-20
Pe rcent Passing
100
60-85
15-45
0-15
2 . RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid
cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry).
3. FILTER FABRIC BLANKET:
• Supac -Heavy Grade BNP (UV)
Approved Manufacturer: • Trevira 011/280
• Amoco 4553
• or Equal Heavy Grade
4 . RIPRAP GROUTING
a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand ,
manufactured sand , or a combination of natural and manufactured sands . The
grading and uniformity of the fine aggregate shall conform to the following
requirements as delivered to the mixers:
Sieve Designation , U.S.
Standard Square Mesh
3/8 in. (9.5 mm)
No . 4 (4 .75 mm)
No . 8 (2 .36 mm)
No . 16 (1 .18 mm)
No . 30 (600 um)
No. 50 (300 um)
No . 100 (150 um)
Permissible Limits
Percent by Weight, Passing
100
95 -'100
80-95
55-75
30-60
12 -30
2 -10
D. EXECUTION :
11/02104
1. CONSTRUCTION :
a. The channel side slope and the toe excavation shall be prepared to the required
lines and grades .
b. Filter fabric and riprap shall be placed in succession to the required thicknesses
and elevations . Riprap shall be hand placed around structures to prevent damage
to the structures .
ASC -28
11102/04
PART DA -ADDITIONAL SPECIAL CONDITIONS j
2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall bJ
placed in the manner and at the locations shown on the drawings. At the time o{
installation, the geotextile shall be rejected if it has defects, rips, holes, flaws !
deterioration or damage incurred during manufacture, transportation or storage. The
surface to receive the geotextile shall be prepared to a relatively smooth condition freJ
of obstructions, depressions, debris, and soft or low density pockets of material I
Erosion features such as rills, gullies, etc. must be graded out of the surface beforJ
geotextile placement. The geotextile shall be placed with the long dimensiorl
perpendicular to the centerline of the channel and laid smooth and free of tension J
stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum
width of 24-inches of overlap for each joint. Temporary pinning of the textile to hel~
hold it in place until the rock riprap is placed. The temporary pins shall be removed aJ
the riprap is placed to relieve high tensile stress which may occur during placement of
material o~ the geotextile. The specified placement procedure requires that the lengtrl
of the geotextile be greater than the actual slope length. The Contractor shall adjust
the actual length of the geotextile used based on initial installation experience. The
geotextile shall be protected at all times during construction from contamination b~
surface runoff and any geotextile so contaminated shall be removed and replaced with
uncontaminated geotextile. Any geotextile damaged during its installation or during
placement of riprap shall be replaced by the Contractor at no cost to the Owner. The
work shall be scheduled so that the covering of the geotextile with a layer of thJ
specified material is accomplished within seven (7) calendar days after placement of
the geotextile. Failure to comply shall require replacement of geotextile. The
geotextile shall be .protected from damage prior to and during the placement of rock
riprap. Before placement of gabion units, the Contractor shall demonstrate that the
placement technique will prevent damage to the geotextile. In no case shall any typJ
of equipment be allowed on the unprotected geotextile.
3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in
such a manner as to produce a reasonably well graded mass of rock with thJ
minimum practicable percentage of voids and shall be constructed within the specifie9
tolerance to the lines and grades shown on the drawings . Then intent of these
specifications is to require placement of riprap to the thickness shown and to alloi.y
isolated stones to extend as much as six inches above grade. Riprap shall be placed
to its full course thickness at one operation and in such a manner as to avoi9
displacing the fabric. The larger stones shall be well distributed and the entire mass
of stones in their final position shall conform to the gradation specified hereinbeforer.
The finished riprap shall be free from objectionable pockets of small stones and
clusters of larger stones. The de~ired distributi~n of th~ various sizes ?f stoneT
throughout the mass shall be obtained by selective loading of the material at the
quarry or other source, by controlled dumping of successive loads during final placing,
or by other methods of placement which will produce the specified results!.
Rearranging of individual stones, by mechanical equipment or by hand will be require9
to the extent necessary to obtain a reasonably well graded distribution of stone
specified above . The Contractor shall maintain the riprap protection until accepted
1
•
Any material displaced by any cause shall be replaced at his erosion to the lines and/
grades shown on the Drawings.
4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining
admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of
ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
sand , sufficient water to produce a workable mixture , and that amount of admixture
which will entrain sufficient air to produce durable grout, as determined by the
ENGINEER. Sand for grouting shall conform to the requirements of paragraph : FINE
AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for
concrete except that the time of mixing shall be increased to that necessary to produce a
mixture having a cons istency such as to permit gravity flow into the interstices of the
riprap with the help of limited spading and brooming. The grout shall be used in the
work within a period of one (1) hour after mixing. Retempering of ground will not be
permitted . Riprap shall not be grouted when the ambient temperature is below 35
degree F .. or above 95 degrees F. unless approved by the ENGINEER in writing ; nor
when the grout, without special protection , is likely to be subjected to freezing
temperatures before final set has occurred . Prior to grouting , all surfaces of riprap shall
be wetted . The riprap shall be grouted in successive longitudinal strips, approximately
1 O feet in width , commencing at the lowest strip and working up the slope . Grout shall
be brought to the place of final deposit by approved means , and in no case will grout be
permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately
after dumping the batch of grout, it shall be distributed over the surface of the strip by
the use of brooms and the grout worked into place between stones with su itable spades ,
trowels , or vibrating equipment. As a final operation, the grout shall be removed from
the top surfaces of the upper stones and from pockets and depressions in the surface of
the stone protection . After completion of any strip as specified, no workman or any load
shall be permitted on the grouted surface for a period of at least 24 hours. The grouted
surface shall be protected from rain , flowing water , and mechanical injury. The surface ·
of all grouted riprap shall be cured by keeping the surface continuously wet for a period
of not less than 7 days .
E. MEASUREMENT AND PAYMENT
1. FILTER FABRIC : Filter fabric will be measured by the square yard for material used
including that required at toes and thickened edges of riprap. Payment for filter fabric
will be made at the contract unit price per square yard which includes all plant , labor,
material, and all installation costs in-place, complete .
2. STONE RIPRAP : Stone (rock) riprap will be measured by the cuhic yard using actual
plan dimensions . Payment for riprap will be made at the contract unit price per cubic
yard which includes all plant , labor, material, and installation costs in-place, complete .
3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan
dimensions . Payment for grout will be made at the contract unit price per square yard
which includes all plant , labor, material , and installation costs in-place, complete .
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)
11102104 ASC -30
PART DA -ADDITIONAL SPECIAL CONDITIONS I
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS
Th(s it~m ~hall include the removal a_nd replacement ?f existing concr_et~ sidewalk due to failu rre
or in s1tuat1on where curb and gutter 1s replaced to adJust grades to eliminate ponding water with
same day haul-off of the removed material to a suitable dumpsite. For specifications governing
this item see Item No. 104 "Removing Old Concrete ", and Item No. 504 "Concrete Sidewalk a l 1d
Driveways".
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies , and incidentals necessary to complete the removal and replacement work .
In order Jo fa dlitate . ti mel t , recci"~stru ction ~o(:th e ::affecte d"'J oadway;surfaces .fsu bsequenf te
waf erlsew~r, install ation ). ·under th~ ;City'f rciad w ay "ma.intena'nce~progra fo r it ,is."recommen cf ed . tn~t
t oir ~rp poii~d . wat e r~ a nd/q r~ sanitciry:· ~ew.et~i,rn prov~me nts~ b~trco"'nHuct~d :IJa cca rgi ng~to line
~eq~ln c~:~eta,ilecr {n'"t h~:snufi:lo~n ancf s_e:.ciJen~f 09 ·o otel . i(l :tB e~·cons't ru~tion Pl ~<'ns., .. , ·M
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 projea:t
streets . Please be advised that the contractor has the option of submitting a different sequencF
of construction than stated above . The contractor shall not be allowed to begin work (but time
charges will begin on the project) until the preferred sequence of construction and the start and
end work dates for each street have been submitted to the City .
DA-47 PAVEMENT REPAIR IN PARKING AREA
The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness, etc., to existing pavement. .A!II
required paving cuts shall be made with a concrete saw in a true and straight line on both sides cif
the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall b~
backfilled and the top nine (9) inches shall be filled with crushed limestone base material,
compacted and level with the finished adjacent surface. This finished grade shall be maintained
in a serviceable condition until the paving has been replaced.
DA-48 EASEMENTS AND PERMITS
Easements and permits, both temporary and permanent, have been secured for this project at
this time and made a part thereto . Any easements and/or permits, both temporary an8
permanent, that have not been obtained by the time of publication shall be secured beforb
construction starts . No work is to be done in areas requiring easements and/or permits until thb
necessary easements are obtained . The Contractor's attention is directed to the easeme ~t
description and permit requirements, as contained herein, along with any special conditions that
may have been imposed on these easements and permits.
Where the pipeline crosses privately owned property , the easements and construction areas are
shown on the plans. The easements shall be cleaned up after use and restored to their original
conditions or better. In the event additional work room or access is required by thb
Contractor, it shall be the Contractor's responsibility to obtain written permission from th r
11 /02104 ASC -31
PART DA -ADDITIONAL SPECIAL CONDITIONS
property owners involved for the use of additional property required. No additional payment
will be allowed for this item.
DA-49 HIGHWAY REQUIREMENTS
The Texas Department of Transportation requirements pertaining to the construction of this
project are enclosed herein and made part of these specifications .
DA-50 CONCRETE ENCASEMENT
Concrete encasement shall be Class E ( 1500 psi) concrete and for sewer line encasements shall
conform to Fig . 113; for water line encasements it shall conform to Fig . 20 of the General
Contract Documents . Requirements for such encasement are specified in Sections E1-20 and
E2-20 of the General Contract Documents .
Payment for work such as forming , placing , and finishing including all labor, tools, equipment and
material necessary to complete the work shall be included in the linear foot price bid for Concrete
Encasement.
DA-51 CONNECTION TO EXISTING STRUCTURES
All connections between proposed and existing facilities , shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E 1-20 and E2-20 of the General Contract Documents . Prior to concrete placement, a
gasket , RAM-Nek or approved equal shall be installed around penetrating pipe .
Payment for such work as connecting to existing facilities including all labor, tools, equipment ,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM . ·
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED)
DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED)
DA-54 WATER SAMPLE STATION
A. GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in
large water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to ttie Contractor free of charge ;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse .
B. PAYMENT FOR FIGURE 34 INSTALLATIONs
11/02104
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.
ASC -32
PART DA -ADDITIONAL SPECIAL CONDITIONS
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,
con~rete. suppo_rt block, cur? stop , fittin~s, and an incidental 5-f~et of type K coppe r
service line which are required to provide a comi:ilete and functional water sampling
station shall be included in the price bid for t.h.e vvat~r main.
C. PAYMENT FOR FIGURE 33 INSTALLATIONS
Payment for all work and materials necessary for the installation tap saddle, gate valve,
and fittings shall be included in the price bid for Service Taps to Main.
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.
DA-55 CURB ON CONCRETE PAVEMENT
Standard Specification Item 502 shall apply except as herein modified .
INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as a~
integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be
deposited not more than thirty (30) minutes after the concrete in the slab. . /
SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three
thousand {3,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing wate1r
shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the
concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks a/1f
cement per cubic yard of concrete is required. . -
PAYMENT : Payment shall be made for cutting and replacing curbs and gutters required in this
Project under the appropriate bid item and shall be in compliance with Public Works Departmerlt
standard requirement Item 502 .
DA-56 SHo·p DRAWINGS
1. Submit seven (7) copies of shop drawings , layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require . Such
review by the Engineer shall include checking for general conformance with the design concept of
the project and general compliance with information given in the General Contract Documents .
Indicated actions by the Engineer, which may result from his review, shall not constitut ~
concurrence with any deviation from the plans and specifications unless such deviations are
spec ifically identified by the method described below , and further shall not relieve the Contractdr
of responsibility for errors or omissions in the submitted data . Processed shop drawing
submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate
11/02104 ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
that the Contractor understands the design concept , and that he demonstrates his understanding
by indicating which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts
between submittals and the design drawings and/or specifications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern. The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
job site, fabrication processes and techniques of constriction , coordination of his work with that of
other trades and satisfactory performance his work. The Contractor shall check and verify all
measurements and review submittals prior to being submitted, and sign or initial a statement
included with the submittal, which signifies compliance with plans and specifications and
dimensions suitable for the application . Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form .
2 . Shop drawings shall be submitted for the following items prior to installation :
Water Pipe and Fittings (with [aY, Drawings for 42" and 30" Pipel
Steel Casing Pipe
Resilient Seat Gate Valves and Box or Vault
Air Release Valve and Vault
Blow Off Assembly
Fire Hydrants
Sewer Ripe anc:l ,Appurtenance,.s (with Lay Drawings f_or 30" and 2?" l?ipe)
Manholes and Ap"purtenances
;} ~ ~ ..
Concrete Mix Designs
Fabrication, Bending-' arid Placement of Reinforcernenffor· Concr~te
Water Controf Plan
Shaft.,Exc~vation and . _Sugpo [!
Portal Stabilization
Open-Shield Pi12e Jacking
Microtunneling
Pilot Tube Microtunneling
ln~tallation of Carrier Pipe io. Casing'
Settlement Monitoring_
Contact Grouting.
Ground Improvement by Jet Grouting
9oil Management and Disi:1osal Plan
Additional shop drawing requirements are described in some of the material specifications.
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
Liam Conlon
City of Fort Worth
1000 Throckmorton
Fort·Worth, TX 76102
DA~7C0STBREAKDOWN
11/02104 ASC -34
PART DA -ADDITIONAL SPECIAL CONDITIONS \
In order to establish a basis upon which partial payments to the Contractor may be authoriz j d,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following published
specifications, except as modified herein : I
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 t i e
required thickness of pavement. ·
DA-60 ASPHALT DRIVEWAY REPAIR 1
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 drivewa y.
DA-61 TOP SOIL I
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 a~d
Storm Drain Construction , Item 116, except as follows : All labor, equipment, tools and incidentals
shall be included in the square yard bid price for the top soil.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT
This item shall include raising or lowering an existing meter box to the parkway grade specified
No payment will be made for adjusting existing boxes which are within 0.001 feet of specified
parkway grade . The unit price bid shall be full and sufficient payment for all labor, equipment and
materials used in the adjustment of the meter box.
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the[
actual quantities. There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
11 /02104 ASC -35
PART DA -ADDITIONAL SPECIAL CONDITIONS
In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I
be used on an "emergency " basis only .
Total quantities given in the bid proposal may not reflect actual quantities ; however, they are
given for the purpose of bidding and awarding the contract. A contract in the amount of $200 ,000
(see Options to Renew) shall be awarded with final payment based on actual measured
quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation
between the estimated quantities shown and actual quantities performed .
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all
change orders .
DA-64 WORK IN HIGHWAY RIGHT OF WAY
When the Engineer directs the Contractor to perform work in the right-of-way which is under the
jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain
approval from the Texas Department of Transportation prior to commencing any work therein . All
work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to
approval from the Texas Department of Transportation and Item E2-29 .1 "Construction Within
Highway Right-of-Way " of the General Contract Documents and Specificatio_ns , effective July 1,
1978 , as amended .
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of
Fort Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW (OMITTED)
DA-67 NON-EXCLUSIVE CONTRACT (OMITTED)
DA-68 CONCRETE VALLEY GUTTER
This item shall include the repair/replacement of existing concrete valley gutters as directed by
the Engineer. The proposed valley gutters will be constructed according to the detail included in
these documents as well as conforming to Specification Item No . 314 of the Standard
Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation
and Public Works Department.
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor, equipment and incidentals necessary to complete the work .
DA-69 TRAFFIC BUTTONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations designated by the Engineer. The buttons to be
supplied shall be generally , but not limited to Type W-4 and Type II C-R4 and installed with a
Type Ill Epoxy .
11/02104 ASC -36
PART DA -ADDITIONAL SPECIAL CONDITIONS
The unit price bid for this item shall be full compensation for all materials , labor , equipment and
incidentals necessary to complete the work .
DA-70 PAVEMENT STRIPING
Pavement striping, whenever and wherever encountered , shall be replaced to match the exist ing
striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade
tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal.
The unit price bid for this item shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work .
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference . This
design shall not be more than two (2) years old . Upon submittal of the des ign 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. Densities on type
"B" must be done before Type "D" asphalt is applied .
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied . Upon completion of the application of Type "D " asphalt additional cores must be taken to
determine the applied thickness .
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other
specification , it shall be understood that the latest revision of such specification , prior to the date
of these general specifications or revisions thereof, shall apply.
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX
The relocat ion and reconnection of sprinkler system control valve and box will be required as
shown on the plans , and/or as described in these Special Contract Documents in addition to
those located in the field and identified by the Engineer .
11 /02104 ASC -37
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
The following is an addendum to E 1-17, Copper Water Service Lines and Copper Alloy
Couplings :
All fittings used for 1 Y:z'' and 2" water services lines shall be compression fittings of the type
produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co., Inc., Mueller
Company, or approved equal. Approved equal products shall submit shop drawings and
manufacturer's catalog information for approval.
Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically
des igned for this purpose in order to provide a clean, square cut. The use of hacksaws or any
other type of cutter will not be allowed .
Prior to installing the compression fittings , the copper tubing will be made round by the use of a
"rounding tube" specifically made for that purpose .
Payment for all work and materials associated with 1 % " and 2" copper services shall be included
in the price of the appropriate bid item .
DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED)
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (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)
11102104 ASC -38
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED)
DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITIED)
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITIED)
DA-89 CONCRETE BASE REPAIR FOR UNIT II & 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) (OMITIED)
DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED)
DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED)
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)
-
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED)
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED)
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITIED)
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
(OMITIED)
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED)
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITIED)
DA-102 PAYMENT (UTIL. CUT) (OMITTED)
DA-103 DEHOLES (MISC. EXT.) (OMITTED)
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITIED)
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED)
DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED)
DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED)
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Description :
11/02104 ASC -39
PART DA -ADDITIONAL SPECIAL CONDITIONS
The flowable fill material shall be delivered to the site , free flowing and self-leveling and shall
have a consistency enabling it to fill all voids without tamping , vibrating or compacting .
The flowable fill material shall have an in place density of not less than 95 and not more than 115
lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels . The height of free fall of the flowable fill shall not exceed four (4) feet.
2. Material Specifications :
Flowable fill shall consist of:
a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as
necessary).
b. Aggregates meeting ASTM C-33
c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406
d . Flyash, Class C or F, meeting ASTM C-618
e . Admixtures
1. Mineral admixtures will be pozzolanic
2 . Chemical admixtures shall be in liquid or powder form used in standard ready-mix
concrete products unless specifically designed for flowable fill. Permissible types
of admixtures are :
a. High air generators, as manufactured by Grace Construction
Products or approved equal , which are specifically designed for
flowable fill to lower unit weights, reduce shrinkage and subsidence,
and control compressive strength.
b. Air entraining admixtures conforming to ASTM C-260.
c. High range water reducers conforming to ASTM C-494 Type F or G.
d . Accelerating admixtures conforming to ASTM C-494 , Type C.
1. Non-chloride, non-corrosive accelerators used where metals
are present in concrete or embedded members .
2. Calcium chloride
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED)
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED)
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED)
DA-112 MOVE IN CHARGES (MISC. REPL.) (OMITTED)
DA-113 PROJECT SIGNS (MISC. REPL.) (OMITTED)
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED)
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED)
DA-116 FIELD OFFICE
11102104 ASC -40
PART DA -ADDITIONAL SPECIAL CONDITIONS
As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office
exclusively for the City of Fort Worth Construction Manager and coordination meetings for the
following:
A Temporary field office shall be established on the job site where approved or directed by the
Engineer, adequately furnished .
B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq
ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City
of Fort Worth Construction Manager throughout the period of construction. The temporary office
shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and
suitably ventilated . The office shall be provided with janitor service, heating and cooling
equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk
adequately as directed . Provide separate toilet facilities in the field office .
C. Provide the following furniture and equipment in the Construction Manager's office :
1. One plan table , 3-ft by 5-ft and one stool
2. Desk about 3-ft by 5-ft with desk chair
3. Two additional chairs
4 . Two-drawer, filing cabinet with lock
Field office shall also have available to the Construction Manager the following :
1. One conference table (6-ft).
2. Eight folding chairs.
3. First aid kit suitable for ten people with manual, American White
Cross No . K10 or equal.
4 . Duplicating machine, Xerox Model 10251 or equal.
D Contractor shall furnish temporary light and power, including wiring, lamps and similar
equipment as required to adequately light all work areas and with sufficient power capacity to
meet the reasonable needs of the Construction Manager. Contractor shall make all necessary
arrangements with the local electric company for temporary electric service and pay all expenses
in connection therewith and pay all electrical bills .
bA-117 -TRAFFIC CONTROL Pl.AN
Traffic control shall be in accordanc:e with item D.-8 . of the Special ·conditions with the excepUoii of
the Contractor providing the· traffic · contro (plan / A traffic control plan has bee.ii prepared · and is
incluped in the project plans. The unit price bid for "Traffic Co11tro!," as shown in the proposal,
will be full: paymer,t for . all ;.,materi~ls, la,bor, .~quipment, tqols, ~and · incidentals necess;:irY to
complete 'the work. All 'other r~quirements of D:8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
(OMITTED)
DA-119 DUCTILE IRON PIPE (OMITTED)
11/02104 ASC -41
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-120 CONCRETE PRESSURE PIPE, BAR-WRAPPED STEEL CYLINDER TYPE
(OMITTED)
DA-121 BURIED STEEL PIPE AND FITTINGS (OMITTED)
DA-122 CATHODIC PROTECTION
Th is item consists of Cathodic Protection for the selected bid pipe material. Plans and
specifications for the various cathodic protection requirements are included in the contract
documents . Technical specifications for Cathodic Protection are included in the Technical
specifications in Section E and the report "Corrosivity Study and Corrosion Protection Design
South Holly Water Treatment Plant Project " as prepared by Corrpro Companies , Inc . Payment
for Cathodic Protection of the pipeline shall be a lump sum price that includes installation of test
stations , testing , start-up , and all incidental work and materials necessary to complete the
installation in accordance with the drawings and specifications .
DA-123 GRAVEL DRIVEWAY REPAIR (OMITIED)
DA-124 REPLACEMENT OF TREES
Replacement trees shall consist of 3" caliper container grown Live Oak (Qurcus Virginiana) trees ,
10-12 " in height. Measurement and payment for replacing any trees that are removed shall be on
a per each basis and shall cover all cost for complete replacement of the existing tree(s) in
accordance with the City of Fort Worth Tree Ordinance . Included shall be all excavation , backfill,
watering , materials , labor, and equipment necessary in accordance with the City of Fort Worth
Tree Ordinance. A copy of the City of Fort Worth Tree Ordinance is included in the Appendix.
DA-125 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT (OMITTED)
DA-126 BUTTERFLY VALVES (OMITTED)
DA-127 GATE VALVES (OMITTED)
DA-128 AIR RELEASE VALVES (OMITIED)
DA-129 CONSTRUCTION COORDINATION WITHIN UNION PACIFIC RAILROAD
PERMIT 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 responsible 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.
11/02104 ASC -42
...
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
requirements, will be part of the permit:
1. For installation by jack and bore :
a. A railroad inspector is required 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 prepaled 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.
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
This item shall consist of the construction of a new junction sanitary sewer manhole connecting
existing sanitary sewer line to the proposed sanitary sewer line at locations as designated in the
construction plans. Excavation and backfill, furnishing and installation of materials, labor, and
equipment shall be included in the unit bid item price . Item shall be constructed in conformance
with Item 444 and detailed drawings included in the construction plans .
MEASUREMENT AND PAYMENT -Measurement and payment for junction sanitary sewer
manhole shall include appurtenant work including excavation through flowable fill backfill to
provide for the structure complete in place as designed for the project. Payment for vault shall
include all labor, material, and equipment necessary for complete installation of structure .
11/02104 ASC -43
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-132 SUBSURFACE EXPLORATION
Any data , which has or may be provided on subsurface conditions, is not intended as a
representation or warranty of accuracy or continuity between soil strata. It is expressly
understood that neither the Owner nor the Engineer will be responsible for interpretations or
conclusions drawn therefrom by the Contractor. Data is made available for convenience of the
Contractor.
Subsurface exploration, to ascertain the nature of the soils at the project site, including the
amount of rock, if any, is to be the responsibility of any and all prospective bidders .
Whether prospective bidders perform this subsurface exploration jointly or independently, it shall
be left to the discretion of such prospective bidders . Subsurface exploration shall not be
attempted without the approval of the Owner.
The Geotechnical Boring Logs have been included in these specifications .
DA-133 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES
Structures to be abandoned in place shall have all pipes entering or exiting the structure plugged
with lean concrete. Entire structure shall be removed. The structure shall then be backfilled , per
item DA-24 as well as any requirements of TxDOT, the Union Pacific Railroad Company or the
U.S. Army Corps of Engineers , Fort Worth District (CESWF). Surface restorat ion shall be
compatible with surrounding service surface . Payment for work involved in backfilling, plugging of
pipe(s) and all other appurtenances required , shall be included in the bid item .
DA-134 ABANDON EXISTING PIPE LINE
This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with
flowable fill as designated in the construction plans . Flowable fill material shall be in accordance
with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U.S . Army
Corps of Engineers, Fort Worth District (CESWF). ·
Payment for this item shall be per linear foot of pipe filled with flowable fill . This cost shall include
all labor, material, and equipment associated with filling existing water or sanitary sewer pipe with
flowable fill .
DA-135 REMOVE AND REPLACE EXISTING PIPE AND CABLE FENCE (OMITTED)
DA-136 SANITARY SEWER AND WATER LINE MARKERS
A. GENERAL
These work described in this specification includes supplying and placing markers for
sanitary sewer lines and water lines .
B. MATERIALS
1110210 4 ASC -44
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Buried Markers -Buried markers shall be Omni Marker balls as manufactured by
Tempo or approved equal (www.tempo-textron .com). Markers for water lines shall
be blue . Markers for sanitary sewer lines shall be green.
2. 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
Buried markers shall be placed at the end-of-line cap on all dead-end
stubouts .
Surface markers shall not be utilized for water lines 12-inches and under.
c. Sanitary Sewer Lines, All Sizes
11102104 ASC -45
PART DA -ADDITIONAL SPECIAL CONDITIONS
Buried markers shall be placed at all horizontal points of curvature ,
tangency and reverse curvature if no manhole is present , and at all
stubouts .
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings, railroad crossings , crossings with major
utilities such as high pressure gas lines and fiber-optic lines, and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
D. MEASURMENT AND PAYMENT
The cost of buried and surface sanitary sewer and water markers is subsidiary work and
the cost of same shall be included in the unit price bid for pipe complete in place as bid in
the proposal , and no other compensation will be allowed .
DA-137 CONSTRUCTION COORDINATION WITHIN TARRANT REGIONAL WATER
DISTRICT AREAS (OMITTED)
DA-138 SPECIAL PROVISIONS FOR ACTIVITIES INSIDE TRWD RIGHT-OF-WAY
(OMITTED)
DA-139 GROUTING PROCEDURE
A. Grouting Procedure For Other Than Open Cut Installations
11 /02104
1. General -This section relates to grout void spaces for the following :
a. Between tunnel wall and encasement pipe
b. Between encasement pipe and carrier pipe.
2 . Material
a . Approved grout mixtures are described in the special condition : Grout for Other
Than Open Cut Installations
b. Pump and accessories
c. 3 " PVC pipe
3. Procedure
a. Grout between tunnel wall and encasement pipe, if distance between the tunnel
and the encasement pipe exceeds 3" as per SWFP 1150-2-1.
i. The contractor shall use 3" PVC pipe to convey grout through the bore
pit and proposed tunnel to predetermined discharge points into the void
space . A grout delivery point is requ ired near each end of the tunnel.
The insertion points shall be near the crown of the encasement pipe
/liner walls. The insertion points shall be placed at a maximum
increment of 25 feet.
ii. The Contractor shall bulkhead the ends of the tunnel as necessary to
grout void spaces. A permanent bulkhead is required at the end of
construction. The tunnel shall be isolated from the bore pit at the end
of the day.
iii. The Contractor shall start grouting the voids space from the middle
outward.
ASC -46
-
DA-140
11102104
PART DA -ADDITIONAL SPECIAL CONDITIONS
iv. Sound encasement pipe to determine location of void spaces. Perform
sounding as a baseline for future testing . Sounding shall be done prior
to grout installation . Record results at least at intervals of 25'.
v. Grout fill the annular space until grout comes out the next insertion
point. Cap the hole when grout continuously flows out. The cap must
be screwed or fastened into the encasement pipe. The cap shall be
able to make · a watertight seal and . handle external loads . Continue
capping the holes until grout does not continue to flow to the next hole.
If the flow does not flow through the hole, sound pipe and insert the
grout in the next hole or create a new insertion point as necessary .
During the process, record the insertion points and keep a log of the
volume of grout inserted into the void space . Tests shall be performed
at a minimum 10 foot interval around the circumference.
b. Between encasement pipe and carrier pipe
i. The contractor shall use 3" PVC pipe to convey grout through the bore
pit and proposed tunnel to predetermined discharge points. One
deliver point site will be required near each end of the tunnel. The
Contractor shall connect PVC pipe to selected insert point. The
insertion points shall be placed at a maximum increment of 75 feet.
ii. The Contractor shall bulkhead the ends of the tunnel as necessary to
grout void spaces . A permanent bulkhead is required at the end of
construction . The tunnel shall be isolated from the bore pit at the end
of the day .
iii. The Contractor shall start grouting the voids space from the middle
outward .
iv. Test pipe shall also be placed in the void space. They should be offset
from the insert point at maximum increment of 75'. The pipe shall be
left open in the void space. The test is determined to be successful, if
grout flows from void space to the bore pit. Pipe inlets are to be
located at the 50% diameter and 90% diameter vertical distance from
the flow line. Fill PVC pipe with grout and cap when tests are
successful.
v. Sound encasement pipe to determine location of void spaces. Record
results at least every 25'.
vi. Fill the annular space until grout comes out the next hole insertion point
in the crown. Cap the hole in the crown when grout continuously goes
out hole. Continue capping the holes until grout does not continue to
flow to the next hole. Create new insertion point and check holes for
grout. During the process, record the location grout discharges and
keep a time log of the volume of grout inserted into the void space .
vii. Inspect the progress of the grouting operation by sounding the carrier
pipe. Record results for tests conducted at least every 25'. Check the
circumference of the pipe for the location of the grout.
viii. Cap the ends of tunnel. This includes the space between the water
pipe the outer limits of the tunnel.
TUNNELING (OMITTED)
ASC -47
PARTE
SECTION E SPECIFICATIONS
(January 1, 1978)
All materials, construction methods and procedures used in this project shall conform to
Sect ions E 1, 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 cop ies 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 requ irement 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 hav ing a Pl of.§
or less shall be considered as suitable for
compaction by jetting .
(b) Material meeting requirements and having a Pl of Q
or more shall be considered for use only with
mechanical compaction .
Trench Backfill : (Correct Minimum compaction requirement wherever it
appears in this section to 95% Proctor density except for paragraph a .1
where the "95% modified Proctor density " shall remain unchanged .)
E-1
·wu aweJJ a104uew 94l pue JaAoo 94l uaa.•11laq 6u!daa9 woJJ Jale ... ,
pJelaJ Ol wp awe·JJ a104uew 94l punoJe P9lE99 AlfAJ aq 11e49 lJ99U! a104uew a41
·wp 94 l JO lJSSU! a104uew
94l 6u!9efd aJoJaq 9pqap pue lJ!P 11e JO pauea10 aq 11e4s aweJJ a104uew a41 ·e
:NOl±Vll'v'iSNI e·v 00~3
·9Jno4 Pc Jed 9uo11e6 0 ~ ue4l JateaJ6 ou ateJ e lE lt\OfJU! JSlEN, 11io11e pue se9:::
aseafaJ oi 99Afe!t Jo 99f04 lUSA aJow JO auo aAe4 11e49 lJ99U! a104uew
~faJnoas Ol pa9n aq 11e4 9 aJe11ipJe4 l99l. ·
1
u
1
w o apew
• 4l 4w· '6u1qqa•· UOfJiU JO 9U9fAdOJdAfOd U9AO!t\ 9P!M .. ~ wnw. . J
!~~~=9 deJ·;; a4i 'lJ~~U! ~4l 6U!AOWaJ JOJ deJJ9 e aAe4 11e49 lJ99U! a104uew a41
'lJ99U! a4l Ol deJts 4oene
99a1u1eis ·6u11aAeJun tuaAaJd ot pateaJt
'fEAba JO 'ggo ~0 l,A<JiSV JO lU9W9J!Ab9J 94l
ew aq 11e49 l9')!9e6 94± 'SUOlllPUOO
· .. 8H aq lfE49 lJ9SU! a104uew 94l JO 999U'.)!9 !4l WAW!U!W 94±
·a
·p
·o
. adA± 'g ,tJo6ateJ ·svua l,A<,l±SV JO 9luawaJ,nbaJ a4t paaoxa Jo 9laaw ·e
lE4l aua1~~l8AfOd Al!SUap 46!4 JOOJd UO!SO JJOO JO aq 11e49 lJ9SU! a104uew 94±
NelS30 ONV S1Vl~3±Vl,A<,I z·v 00~3
'W9lSAS uoqoanoo J9ft',99 A:JEl!UE9 4lJOM lJO::J 94l LI! 9lJ9~U~ ?104uew P~l9')!9e6
l 4 6!lJSlEN, Jo UO!lE1fel 9U! pue 6U!49!UJAJ 94l 9JaAoo pJepuel9 9!4± -lv~3N3e ~ v 00 ~3
S±~3SNI 310HNVIM ±Hel±~3±VM P OO ~3
(06/C~/9 pappy) 8t6~ ·~ .t.enuer
SNOliVOl~I03dS 1VIM31VII\I
SNOliVOl~I03dS 1VIM:HVII\I 06~3 NOl103 S
SECTION E1-18A-REINFORCED PLASTIC WATER METER BOXES
E1 .18A.1 SCOPE: This specification covers three types of water meter boxes , Type A
and 8, 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 .
E 1.18A.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 spec ific sizes of a rectangular shape . Those
three sizes will be referred to us :
CLASS 'A ', 11 " x 18" Box, 12 " high
CLASS '8 ', 15 .25 " x 27" Box, 12 " high
CLASS 'C ', 18" x 16 ' Box , 12" high
E1.18A.3 REINFORCED PLASTIC METER BOX SPECIFICATION
The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as
defined in ASTM D-883-95A and have a minimum wall thickness of .500". The exterior
shall be black to provide UV protection . Boxes shall be able to withstand a minimum
15 ,000 ponds vertical load and shall withstand a minimum 400 pounds sidewall load .
The meter box exterior shall be free from seams or parting lines and all edges and
corners are to be smooth and free from sharp edges so the unit can be handled safely
without gloves .
E1 .18A.4 IRON METER BOX LID SPECIFICATION
The meter box lids are to be made of cast iron according to ASTM A48-84 , Class 308 or
ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load
of 15 ,000 pounds . Castings are coated with a bituminous emulsified asphalt unless
otherwise specified , ground smooth , and cleaned with shot blasting , to get a uniform
quality free from strength defects and distortions. Dimensions shall be within industry
standards of plus or minus (+/-) one-sixteenth of an inch per foot. All castings will bear
the Manufacturer's IS (name or logo) and Country of Origin . Casting weights may vary
plus or minus(+/-) five percent from drawing weight per industry standards .
E-3
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 020~0
KHA No. 061018022
October 2009
Contaminated Soil Management Plan
Page I of 5
PART I -GENERAL
1.01 SUMMARY:
A. This Soil Management Plan has been developed as a guide for the construction activities. The
project is on or near the property located at 750 North 13th Avenue in Fort Worth, Tarrant
County, Texas (Site).
B . The purpose of this Plan is to define the characterization and disposal process for excavated soil
and slurry to prevent or minimize contact with contaminated media during construction
activities.
C. Soil Management Plans are often implemented on construction projects in highly urbanized or
industrial areas where soil or water contamination may have occurred due to historic spills,
illicit discharges, or aerial deposition. Contaminated soil is expected to be encountered during
excavation and coring activities.
1.02 MEASUREMENT AND PAYMENT:
A. Payment for this item shall be per in-place cubic yard for all activities associated with
excavation, handling, loading, transportation, and disposal of contaminated soil in approved
special disposal site and shall be in accordance with DA-37 and DA-38.
1.03 REFERENCES:
A. Occupational Safety and Health Administration (OSHA) Standards and Regulations
B. "Soil Management Plan for Holly Transmission Sanitary Sewer Utility Alignment
located at 750 North 13th Avenue, Fort Worth, Texas" dated February 8, 2009 by
W &M Environmental Group. Inc. (Located in Appendix F)
C. "Subsurface Soil Investigation for Holly Transmission Sanitary Sewer Utility
Alignment located at 750 North 13th Avenue, Fort Worth, Texas" dated October 21,
2008 by W &M Environmental Group. Inc.
D. DA-37 Potentially Petroleum Contaminated Material Handling
E. DA-38 Loading, Transportation, and Disposal of Contaminated Soil.
1.04 SUBMITT ALS:
A. Shop Drawings shall be in accordance with DA-56 Shop Drawings.
1.05 QUALITY ASSURANCE AND CONTROL:
A. A Project Manager and a Health and Safety Supervisor should be designated for each
project Site. The Project Manager and Health and Safety Supervisor will be responsible
for the maintenance of the Plan . The Project Manager has the authority to provide
auditing of compliance, suspension or modification of work practices, and
Medical District Water Distribution System Improvements , Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02080
KHA No. 061018022
October 2009
Contaminated Soil Management Plan
Page 2 of 5
administration of disciplinary actions for individuals whose conduct does not meet the
requirements set forth herein.
B. The Project Manager is responsible for the dissemination of the information contained
in the Plan to all personnel assigned to the project, and to the responsible representative
of each subcontractor firm working on the project. The Project Manager or authorized
representative is required to notify the Health and Safety Supervisor immediately when
suspect soil and/or groundwater are discovered during excavation . If unanticipated
impacted soil is encountered, excavation or other work in the affected area shall be
stopped, and the area shall be cordoned off until an evaluation can be made by the
appropriate environmental authorities. If there is a perception of imminent threat to
health , safety, or the environment, call the Fire Department immediately.
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION
3.01 SAFETY ORIENTATION/TRAINING :
A. Field personnel will be responsible for the review of the Site plan before initiation of
work. The Health and Safety Officer will conduct a safety meeting to review the plan.
Whenever a change of Site conditions occurs that may affect safety, the Health and
Safety Officer or his/her designee will conduct additional meetings if appropriate.
Changing Site conditions that may affect safety include the following:
a . Change of field personnel.
b. Change in work activity.
c. Change in weather conditions.
d. Site contamination (identified during the sampling process).
e . Visitors on-Site.
B . All training sessions, safety meetings, and safety briefings will be documented by the
Health and Safety Officer or his designee. Documentation will include a brief
description of topics addressed.
C. All personnel engaged in the project may potentially be exposed to low levels of soil
contamination due to past disposal activities at the Si te. Based on process knowledge of
the former incinerator and soil sample analysis , the potential chemicals of concern
include the following:
a . Arsenic
b. Barium
c. Cadmium
Medical District Water Distribution System Improvements, Part 4,
SECTION 020Jo South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
d. Lead
e. Mercury
f. Selenium
g. Silver
Contaminated Soil Management Plan
Page 3 of 5
D. Due to the potential exposure levels at this Site, the general guidelines presented in the
Occupations Safety and Health Administration (OSHA) standard for Hazardous Waste
Operations and Emergency Response (29 CFR 1910.120) shall be observed. This Site is
not an uncontrolled hazardous waste site as defined by the standard and the proposed
sampling work, if necessary during construction activities, is not required to follow all
of the requirements outlined in the regulations. Medical surveillance as detailed in the
OSHA standard will not need to be implemented for this project.
3.02 WASTE CHARACTERIZATION:
A. During construction activities conducted at the project Site, significant amo\,lnts of contaminated
soil and slurry will be excavated from the ground . The following section describes the process for
properly characterizing the soil and associated groundwater prior to transporting and disposing of
the media off-Site .
B. Soil Profiling
a. Subsurface investigation activities conducted by W &M in July 2008 identified arsenic,
barium, cadmium, lead, mercury, selenium, and silver at concentrations above default
protective concentration levels (PCLs) determined by the Texas Commission on
Environmental Quality (TCEQ) for residential land use . The impacted soil is associated
with ash originating from a historical incinerator that operated in the vicinity of the
proposed utility alignment. As a result, the impacted soi.l is visibly darker than the
unimpacted soil. The soil will be removed during three activities: jet grouting, open
shield or hand tunneling, and the construction of an intermediate shaft. All three activities
have the potential of disturbing impacted soil. Plans include the removal of
approximately 950 cubic yards of soil from the Site.
b. The area of the sanitary storm sewer casing (approximately 215 cubic yards) will be
excavated utilizing open shield or hand tunneling . The soil will be removed in a solid
state and stockpiled on the construction site pending disposal. The soil excavated from
construction of the intermediate shaft (approximately 105 cubic yards) will also be
removed in a solid state and stockpiled on the construction site pending disposal. During
tunneling activities and the construction of the intermediate shaft, visual observation
should be used to identify impacted soil. When dark or stained soil is encountered during
construction activities (which is expected to occur in the area between Line H Sta . 10+50
to Sta. 13+50), the subcontractor should immediately segregate the darker soil in a
different storage area for special handling and subsequent disposal. This soil should be
secured from access by the general public and be covered to prevent contact by wind or
storm water .
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02080
KHA No. 061018022 Contaminated Soil Management Plan
Page 4 of 5 October 2009
c. The jet grouting procedure involves the us e of high-pressure fluids or binders injected
into the soils at high velocities. Soil is loosened by the jetting action of high pressure
water often sheathed in a cone of air. The loosened soil is partially removed to the surface
via air-lift pressure as the remaining soil is simultaneously mixed with grout. The
resulting amended soil mixture is called "soil-crete". It is anticipated that approximately
40 percent of the grouted volume will be waste (630 cubic yards). The waste created by
the jet grouting procedure is slurry consisting of soil and the injected fluid. The slurry
will be contained in an impermeable containment in the construction site. All of the waste
slurry will be disposed utilizing a vacuum truck. Prior to disposal, representative samples
will be collected and waste classification will be conducted . Impacted soil will be
disposed in accordance with State and Federal regulations.
C. Groundwater Profiling
a . According to current plans, no contaminated groundwater will be encountered . All
groundwater, once removed from an excavation is considered waste by the TCEQ.
30.3 HAZARD ASSESSMENT
A. The potential chemical hazards and the methods for the Site sampling activities are discussed in
this section of the plan.
B. Potential Chemical Hazards
C .
a. Based on historical operations at the Site and previous environmental investigations, the
following chemical hazards are expected to be encountered at the Site :
I. Arsenic
11. Barium
111. Cadmium
iv . Lead
V. Mercury
VI. Selenium
VII. Silver
Field Observation
a. The Contractor is required to stop work and implement the appropriate emergency
response procedures in the event that field observation ( e .g ., odor, discoloration/staining,
oily sheen) indicates that unexpected contaminated soil has been encountered. At that
time, the Project Manager should contact a qualified environmental professional to
conduct sampling and laboratory analysis of the suspect soil and/or groundwater.
D. Analysis of Media and Recordkeeping
a. If unexpected suspect soil or water is encountered, the environmental professional will
coordinate with the Project Manager to evaluate the Site and determine if soil and/or
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02080
KHA No. 061018022 Contaminated Soil Management Plan
Page 5 of 5 October 2009
water sampling is appropriate. If sampling is deemed appropriate, a sampling plan will be
prepared to determine the scope and nature of suspect soil and/or water. The Project
Manager will be asked to provide insight based on field observations.
b. Sampling will be conducted by qualified personnel and submitted to an independent
laboratory for analysis. All samples will be submitted on a standard tum-around-time
unless circumstance mandates expedited results. Laboratory analytical results will be
delivered to both the Project Manager and the environmental professional for review.
E . Assessment Results and Procedures
a . The results of the assessment will be delivered to the Project Manager and Health and
Safety Supervisor after evaluating potential implications. At that time, the Project
Manager will work with the environmental professional to develop specific handling
procedures if necessary. When an evaluation of potentially contaminated soil and/or
water indicates that the media are not impacted, the soil and/or water will be classified
and disposed of according to TCEQ regulatory procedures.
b. The following general procedures will be applicable when contamination is identified:
1. Minimize onsite storage. Contaminated soil should be disposed of properly in
accordance with applicable regulations .
11. Do not mix contaminated soil/slurry with clean soil/slurry. Stockpile the
impacted soil as far away from the clean soil as possible, so as to not accidently
mix the two.
iii. Work with the local regulatory agencies to develop options for treatment or
disposal. Take the following precautions when stockpiling:
1. Cover and secure the stockpile with plastic sheeting or tarps.
2. Install a berm around the stockpile to prevent runoff from leaving the
area.
3. Do not stockpile in or near storm drains or watercourses .
1v. Collect non-reusable protective equipment, once used by any personnel, and
dispose of at an appropriate disposal site.
v. Install temporary security fence to surround and secure the excavation. Remove
fencing when no longer needed.
3.04 EMERGENCY RESPONSE PROCEDURES:
A. In the event of a fire, explosion, physical injury or illness due to chemical exposure, the
appropriate parties should be contacted. Please follow the Site-specific emergency action plan in
the event of an emergency. The plan will be available at the safety trailer and will be a part of the
Site Safety and Orientation Program.
END OF SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02221
KHA No. 061018022 Trenching, Backfilling and Compaction
I October 2009 Page 1 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 size 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:
1. Be accredited by the American Associates of State Highway and Transportation
Officials (AASHTO) Accreditation Program.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02221
KHA No. 061018022
October 2009
Trenching, Backfilling and Compaction
Page 2 of9
2 . Have three (3) years ex perience 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 of tests 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-plac.e 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 materials, minimum
test frequency shall be as follows, and no less than one test per:
a. Trenches under structures foundation preparation or roadways subbase : Every
200 Jin. 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.
d. Paved Areas: 2,000 sq. ft. per lift .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02221
KHA No. 061018022
October 2009
Trenching, Backfilling and Compaction
Page 3 of9
e . Under Structure: 100 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 .
L. Dig test pits are considered as incidental to the normal excavation as indicated and specified in
this Section, at no additional compensation.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02221
Trenching, Backfilling and Compaction
Page 4 of9
M. Carefully support and protect from damage, e x isting 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 lea st as good condition as that in which they were
found immediately before the work was begun.
N. Restore ex isting 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 EXCAVATION
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 qu a lity.
C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and
other property protected as provided in the Agreement.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02221
Trenching, Backfilling and Compaction
Page 5 of 9
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 Jess 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 MATERIALS
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 hav·e 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.
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.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02221
Trenching, Backfilling and Compaction
Page 6 of9
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 responsibility 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.
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.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
3.06 EXCAVATION BELOW GRADE AND REFILL
SECTION 02221
Trenching, Backfilling and Compaction
Page 7 of9
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
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
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02221
Trenching, Backfilling and Compaction
Page 8 of 9
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 ex ists 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 condition .
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 optimum 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 1-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
necessary, 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
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.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No . 061018022
October 2009
SECTION 02221
Trenching, Backfilling and Compaction
Page 9 of9
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 surface to the satisfaction of
the Engineer.
END OF SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02242
KHA No. 061018022 Water Control for Tunnel Construction
Page I of 4 October 2009
A. GENERAL
I. SCOPE OF WORK
a. This section covers work necessary to control groundwater, surface water, runoff,
and nuisance water that may be encountered, as required for performance of the
trenchless Work.
2. RELATED WORK SPECIFIED ELSEWHERE
a. D-54 -Dewatering
b. 02261 -Shaft Excavation and Support
c. 02341 -Open-Shield Pipejacking
d. 02345 -Microtunneling
e. 02348 -Pilot Tube Microtunneling
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code or standard occur, the more restrictive specification shall
govern. The publications are referenced in the text by basic designation only.
Where a date is given for referenced standards, that edition shall be used. Where
no date is given for referenced standards, the latest edition available on the date
of issue of Contract Documents shall be used.
b. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements, Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ
Engineering, Inc., March, 2008 .
c. "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4, SHWTP to Medical District", Fort Worth, TX , CMJ Engineering, Inc.,
January 2009.
4. DEFINITIONS -Not Used
5. DESIGN CRITERIA
a. Provide continuous control of surface water runoff and water in shafts and
tunnels during the course of construction, including weekends and holidays, and
during periods of Work stoppages.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02242
KHA No. 061018022 Water Control for Tunnel Construction
Page 2 of 4 October 2009
b. Design , furnish, install , operate, and maintain all machinery, appliances, power,
and equipment necessary to remove water from tunnels and shafts during
construction . Dewater, treat , and dispose of water so as not to cause injury to
public or private property or to cause a nuisance or a menace to the public and in
accordance with all applicable permit requirements.
c. Have on hand at all times sufficient pumping equipment and machinery in good
working condition for all ordinary emergencies, including power outages and
flooding, and have available at all times competent workers for the continuous
and successful operation of the water control and monitoring systems.
d. The Contractor shall obtain all permits and other documentation necessary to
properly discharge or dispose of collected water .
e. Remove all dewatering equipment when construction is completed.
6. QUALITY ASSURANCE -Not Used
7. SUBMITTALS
a . .Dra n S:. 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 . Water Control Plan: No later than 60 days after Notice to Proceed or 30 days
before installation of water control systems, whichever is sooner, submit methods
and equipment proposed to be utilized to prevent excessive groundwater from
entering shafts and tunnels , and to remove and dispose of the water that does
enter.
c . Submit drawings indicating location and configuration of water control facilities
including, but not limited to , water control barriers , monitor wells, sumps,
discharge lines, storage tanks or basins , and discharge points or disposal
methods .
d. Submit detailed description of water control schedule, operation, maintenance,
and abandonment procedures.
e . Submit drawings and details of any required treatment facilities to be used in
treating water that collects within the shafts.
f. Submit a copy of all applicable permits required for discharge of collected water
or documentation of proper off site disposal plans. Confirm that disposal plan is
in compliance with all permit requirements.
B . PRODUCTS -Not Used
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 022f2
KHA No._061018022 Water Control for Tunnel Construction
October 2009 Page 3 of 4
C. EXECUTION
1. GENERAL
a. Modify water control system after installation and while in operation if it causes
or threatens to cause damage to adjacent property or to existing buildings,
structures, or utilities.
b. Take reasonable precautions necessary to ensure successful operation of water
control systems.
c . Dispose of water under terms, requirements, and restrictions of applicable
permits.
2. SURF ACE DRAINAGE
a . Intercept and divert surface drainage away from the Work by use of dikes, curb
walls, ditches, sumps, or other means, in accordance with the approved plan.
b. Design surface drainage system so as not to cause erosion on or off the site.
Surface runoff shall be controlled to prevent entry of water into excavations and
shafts, water bodies, sanitary, or storm sewers, unless written permission is
provided by the facility owner allowing discharge.
3. WATER CONTROL IN UNDERGROUND WORKS
a. Use water control methods that are appropriate to the ground conditions,
described in the Geotechnical Report, the planned construction operations, and
requirements of these Contract Documents.
b. If a large amount of subsurface water drains into an excavation, take immediate
steps to control water inflow . Large amounts of inflow requiring immediate
control shall be defined as that which adversely affects the Work and/or threatens
damage to adjacent structures or facilities.
c . Design and operate water control system to prevent removal of in situ soils or
loosening or softening of in situ soils surrounding the excavation.
d. Water shall be removed during periods when concrete is being placed, when pipe
is being installed, during shaft excavation, and at such other times as is necessary
for efficient and safe execution of the Work.
e . If a concrete tremie plug or work slab for shaft construction is required, the plug
shall not be subjected to unbalanced hydrostatic pressures until it has obtained
compressive strength sufficient to resist uplift pressure.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02242
KHA No. 061018022 Water Control for Tunnel Construction
Page 4 of 4 October 2009
4 . TREATMENT AND DISPOSAL OF WATER
a. Obtain necessary permits from the authority having jurisdiction to use any
sanitary sewers, storm sewers, drains , or waterways for water disposal purposes .
b. Discharge water removed from the site through pipes , tanks, or by truck and as
required by the Contractor's discharge permit. Water shall be discharged in a
manner that will not cause soil erosion at discharge point.
c . Treat water collected in shafts as required by regulatory agencies prior to
discharge
5. SYSTEM REMOVAL
a. Facilities shall be removed and wells abandoned at the completion of the Work in
conformance with regulatory requirements and Contractor's permit.
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 1 of 21
KHA No. 061018022
October 2009
A. GENERAL
1. SUMMARY
a. This section provides the minimum requirements and acceptable construction
methods for excavation and support of shafts for the trenchless crossings where
shaft depth is greater than 15 feet. The shafts will also be used to facilitate the
construction of connections, valves, vaults, access manholes and other permanent
structures shown on the Plans. ..
b. The Contractor shall design, furnish, install and maintain a system of supports,
including all bracing and associated items, to retain excavations in a safe manner
and to control ground movements. Provide portal stabilization as required (see
02315 -Portal Stabilization) to control groundwater inflows and to prevent loss
of ground or subsidence at entry and exit locations. Upon completion of the
required tunnel construction, the support system shall be removed, as specified
herein, and the shaft excavations backfilled as specified in 02221 -Trenching,
Backfilling and Compaction, other sections, or as shown on the Plans.
c. The Work shall include: site grading; temporary access road construction; safety
fencing and signage; construction staging areas; design and construction of shaft
excavations and excavation support systems; material disposal; ground
improvement, where necessary; protection of existing utilities; control and
disposal of groundwater, surface water, and construction water; tunnel portal
stabilization; removal, backfilling, and abandoning of shafts; and site restoration.
d. The Contractor shall have sole responsibility for selection of shaft types,
construction methods, and shaft excavation sizes to complete the work, meeting
the requirements of these Specifications. The size of the shafts shall be adequate
to complete all trenchless construction and to construct all structures indicated on
the Plans.
e. Depending on crossing location, acceptable shaft types may include: slide rail
systems , soldier piles and lagging, interlocking steel sheetpiles, auger-drilled
shafts, secant pile shafts, liner plate, or other construction methods for
jacking/receiving shafts subject to review and written approval by the Engineer.
See the Plans for allowable shaft types for each crossing. Sloped open
excavations and speed shores are not allowed at any crossing.
f. The use of blasting is prohibited.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 2 of 21
KHA No. 061018022
October 2009
2 .
3.
RELATED WORK SPECIFIED ELSEWHERE
a. D-54 -Dewatering
b. 02221 -Trenching, Backfilling and Compaction
c. 02242 -Water Control for Shaft and Tunnel Construction
d. 02315 -Portal Stabilization
e . 02341 -Open Shield Pipejacking
f. 02345 -Microtunneling
g. 02348-Pilot Tube Microtunneling
h. 02445 -Settlement Monitoring
I. 03360-Contact Grouting
REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a . The publications listed below form a part of this . Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. Where no date is given for referenced standards, the latest edition
available on the date of issue of Contract Documents shall be used.
b. Commercial Standards:
1) AASHTO "Standard Specifications for Highway Bridges"
2) ACI 318 -Building Code Requirements for Reinforced Concrete
3) AISC -Manual of Steel Construction
4) ANSI/AWS Dl.1 -Structural Welding Code
5) AREMA "Manual for Railway Engineering" 2005 Edition.
6) ASTM A 36 -Specification for Structural Steel
7) ASTM A 328 -Specification for Steel Sheet Piling
c . Occupational Safety and Health Administration (OSHA) Regulations and
Standards for Underground Construction, 29 CFR Part 1926, Subpart S,
Underground Construction, and Subpart P, Excavations.
Medical District Water Distribution System Improvements , Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 3 of 21
KHA No. 061018022
October 2009
d . "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements, Part 4 , SHWTP to Medical Di strict", Fort Worth, TX, CMJ
Engineering, Inc., March 2008 .
e. "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4 , SHWTP to Medical District", Fort Worth , TX, CMJ Engineering, Inc.,
January 2009.
f. "Subsurface Soil Investigation , Holly Transmission Sanitary Sewer Utility
Alignment", Fort Worth , TX, W&M Environmental Group , Inc ., October 2008 .
4 . DEFINITIONS
a. Sheetpile Shaft: An excavation support system consisting of fully-interlocking
steel sheetpiles driven or vibrated into place, with a concrete tremie slab and/or
concrete working slab designed to prevent or control groundwater inflows , and to
prevent soil heave . With the use of fully-interlocking piles, sheetpile shafts
provide an essentially water-tight shaft.
b. Auger-Drilled Shaft: An excavation support system composed of a steel casing
(usually a segmental corrugated metal pipe [CMP]) grouted in place inside an
auger-drilled excavation . A large diameter drill rig is used to excavate a hole
slightly larger than the required inner diameter of the shaft. During drilling , the
excavation is kept full of drilling fluid (usually polymer-based) with high gel
strength, high density, and high viscosity to prevent caving, sloughing, or
collapse of the ex cavation. When the drilling is complete, the prefabricated
casing of the required diameter is lowered into the fluid-filled excavation. A
concrete seal, of sufficient thickness to resist buoyant forces on the dewatered
shaft and to prevent groundwater inflows, is then placed at the bottom of the
shaft by tremie. Grout is then placed by tremie between the outside wall of the
casing and the excavation wall. When the concrete and grout have cured , the
drilling fluid can be pumped out of the shaft.
c . Backfill Grouting/Primary Grouting: The injection of a fluid , rapid-setting, grout
in shafts to fill the void behind liner plates.
d. Contact Grouting/Secondary Grouting: The injection of fluid, non-shrink, rapid-
setting grout into any remaining voids between the backfill grout and the primary
support or excavated surface.
e. Secant Pile Shaft: A shaft that is formed by overlapping concrete piles . The
concrete is placed using the tremie method , below existing grade, in bored holes
that are stabilized with drilling fluid and/or temporary casing . Secant pile shafts
may be round or rectangular, using integral steel reinforcement or w a les as
necessary to support the piles . Secant pile shafts can be constructed to pro v ide a
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 4 of 21
KHA No. 061018022
October 2009
watertight shoring system .
f . Liner Plate Shaft: A shaft formed by sequential ex cavation and erection of
support rings consisting of segmental steel liner plates. All voids between the
excavation and the liner plates are filled with grout to ensure complete contact
with the ground.
g. Tunnel Portal Stabilization: Where the new tunneled pipelines enter or exit a
shaft excavation, the Contractor shall stabilize the portal to prevent soil or
groundwater inflows into the shaft that may lead to settlement around the shaft or
flooding of the excavation . Portal stabilization is required at all shafts and is
subject to the requirements of 02315 -Portal Stabilization.
5. DESIGN CRITERIA
a. General :
1) Excavation support systems shall be designed by or-under the direct
supervision of a Civil or Structural Engineer licensed in the State of
Texas who has experience in the design of soil retaining structures , and
who shall stamp and sign the submittals and shop drawings.
2) The Contractor's licensed engineer shall design all shafts to provide a
continuous, dry , excavation support system. Shafts shall be designed to
support earth and groundwater pressures, equipment, applicable traffic ,
and construction loads and pressures (i.e. annulus grouting pressures),
and other surcharge loads in accordance with the site conditions, the
Geotechnical Reports , and any other requirements described in these
Plans. Shafts shall be designed to withstand the full hydrostatic head of
groundwater or shall include provisions for dewatering to completely
remove groundwater loading . Design excavation support systems in
accordance with AISC and ACI code pro v isions, as applicable. The
shaft design shall allow the safe and expeditious construction of the
permanent facilities without excessive movement or settlement of the
ground and in a manner that will prevent damage to, or movement of,
any adjacent structures, utilities , or other facilities.
3) The shaft shall be of a size large enough to facilitate all necessary
groundwater control, construction operations including the trenchless
pipe installation, construction of an y structures shown on the Plans, and
pipeline connections to open-cut reaches of the project.
4) The Contractor shall ensure that the bottom of the shaft excavations
allow sufficient vertical clearance for placement of working slab and
jacking frame at the required angles, as shown on the Plans. Survey of
final shaft bottom elevations shall be recorded and submitted.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 5 of 21
KHA No. 061018022
October 2009
5) All shafts shall be designed with a concrete working slab to provide a
stable platform to complete the Work. The working slab at each
excavation where groundwater is above the invert of the shaft shall be
designed to protect the excavation invert in accordance with these
minimum design criteria:
i) All shafts shall have a finished concrete tremie seal and/or
working slab to control groundwater inflows through the bottom
of the shaft and to resist uplift of the completed shaft . The tremie
seal and working slab reinforcing may be designed to
structurally tie the slab to the shaft walls to take advantage of the
shaft dead weight and sidewall friction in resisting uplift due to
buoyancy, if necessary .
ii) Be capable of resisting expected hydrostatic uplift with a
minimum safety factor of at least 1.1.
iii) Be capable of supporting such combined dead and live loads as
are required by the Contractor's means and methods.
6) The support systems shall be designed to protect adjacent utilities from
damage and to minimize horizontal and vertical movements to below the
maximum allowable values for deformation which are specified in 02445
-Settlement Monitoring.
7) The shafts shall be designed for staged installation and removal of all
portions of the upper IO feet and to accommodate construction of
connections and backfill sequences, unless otherwise noted on the Plans.
8) The Contractor is responsible for providing all necessary Portal
Stabilization measures to prevent the inflow of soil or rock and control
the inflow of groundwater through the tunnel portals at all shafts as
specified in 02315 -Portal Stabilization. Stability of the tunnel portals
shall be confirmed by incremental openings prior to full-size opening
being cut in sheets as specified in 02315 -Portal Stabilization .
9) Watertight jacking and reception shaft seals shall be used at all shaft
penetrations . Seals shall be designed by the Contractor to resist or
prevent passage or flow of soils , groundwater, lubricant and other
materials into the shaft during trenchless construction activities.
10) The strength of any grout mixture used to fill the annulus between the
internal shoring or other supports and the excavation, if used, shall be
selected to allow the tunneling equipment to efficiently excavate or
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 6 of 21
KHA No. 061018022
October 2009
advance through the grouted annulus during both launch and retrieval.
The tunneling subcontractor shall be consulted to ensure compatibility
between the grout strength and tunneling equipment. The minimum
strength of the grout mixture shall equal or exceed the strength of the
soils outside the excavation.
11) The shaft floors shall be designed with a sump to remove any
groundwater, rainwater, runoff, or construction water that enters the
shaft. The Contractor shall not discharge groundwater inflows into storm
sewers, sanitary sewers , water bodies, or streets without obtaining and
submitting copies of the required permissions and/or permits.
Contractor shall properly dispose of groundwater in accordance with
permit requirements and the requirements of D-54-Dewatering, 02242
-Water Control for Shaft and Tunnel Construction, and other applicable
sections .
12) Shafts in active use shall be surrounded by safety fencing , consisting of
six-foot high chain link fence, installed completely around the shaft
perimeter and shall have a lockable entry gate to prevent unauthorized
access. Shafts not in active use for more than 72 hours shall be covered
with traffic plates or surrounded with a 6-foot high chain link fence and
safety cage or netting to prevent unauthorized entry or access.
13) The Contractor is allowed to install and operate Contractor designed
groundwater pumping systems outside of shafts provided that the
Contractor obtains necessary permits for handling, treatment, and
disposal of groundwater and complies with permit requirements and
local, State, and Federal regulations and statutes. Perform all dewatering
work in accordance with D-54 -Dewatering and 02242-Water Control
for Shaft and Tunnel Construction.
14) Relocate overhead wires, poles , guy wires, and appurtenant items, as
needed to install shoring systems and perform other activities required
for construction of shafts and trenchless crossings .
b. Interlocking Steel Sheetpile Shafts:
1) Fully interlocking steel sheetpiles shall be used to construct the sheetpile
shafts.
2) Sheetpile corners shall be installed with interlocks and bulbs properly
engaged for the full depth of sheetpiles. If interlocks and bulbs cannot be
properly engaged for the full depth, comer connections shall be welded
continuously to seal all cracks and avoid inflows of groundwater and
soils .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 7 of 21
KHA No. 061018022
October 2009
3) Sheetpiles shall be installed plumb to within 1% of vertical. Sheetpiles
that do not meet plumb tolerances shall be pulled and reinstalled by
Contractor, at no additional cost to the Owner.
4) Due to the dense to very dense and very stiff to hard soils and rock
located at some of the crossing locations, pre-drilling of the ground may
be necessary for successful installation of the sheetpiles to the necessary
depths. The Contractor shall use pre-drilling where required to
adequately loosen the ground prior to installing sheetpiles .
c. Auger-Drilled Shafts:
I) The steel liner shall be designed to resist lateral earth pressures and
groundwater pressures based on the information in the Geotechnical
Reports.
2) The drilling fluid used to support the excavation shall have adequate
viscosity, gel strength, density, and other required properties to safely
support earth and groundwater loads determined based on the
Geotechnical Reports.
d. Secant Pile Shafts :
1) Secant pile shaft designs, installation equipment, and methods shall be
compatible with the conditions described in the Geotechnical Reports.
2) Individual bore holes shall be completely supported with stabilizing
drilling fluid or temporary casing at all times during drilling.
3) Individual secant piles shall be installed within a tolerance of 0 .5% of
true vertical.
4) The following will be considered defects/defective piles requiring
satisfactory repair or replacement:
i) Exceeds specified vertical tolerances.
ii) Less than the minimum wall thickness/interlock between piles
shown on the Contractor's approved shop drawings.
iii) Less than minimum concrete strength required by Contractor's
design and submittals .
iv) Voids/cavities/honeycombing.
Medical District Water Distribution Syste m Improvements, Part 4,
South Holly Water Treatment Plant to the Medical D istrict SECTION 02261
Shaft Excavation and Support
Page 8 of 21
KHA No. 061018022
October 2009
e. Liner Plate Shafts:
1) Initial ground support requires the use of steel liner plate and steel
support rings. The Contractor shall prepare the shaft design based on use
of excavation by trackhoe, hoe-ram, and/or mini-excavator/loader in
conjunction with liner plate support.
2) Liner plates shall be designed so that erection and assembly can be
accomplished entirely from inside the shaft. Liner plates shall be capable
of withstanding the ring thrust load and transmitting this load from plate
to plate . The minimum thickness of liner plates shall be determined by
the Contractor's shaft design engineer.
3) All voids behind liner plates shall be fully grouted. Grouting shall be
performed in a sequence which will preclude deflections exceeding 5
percent of the shaft diameter . At minimum, grouting shall be performed
at the end of each day.
6. QUALITY ASSURANCE
a. Failure to meet the qualification requirements is failure to fulfill the Contract and
the Contractor will be required to obtain a subcontractor that meets the
qualification requirements.
b . Contractor Qualification and Experience: The Contractor who shall perform the
Work specified herein shall have successfully completed at least five (5) shafts
utilizing each of the proposed shaft construction methods of similar size , depth,
and complexity, and in similar ground conditions , within the past five years. In
addition, the Superintendent(s) for the construction work shall have demonstrated
successful experience with the proposed shaft construction method(s).
c . Quality control, testing, and inspection shall be provided as required by the
Contractor 's design engineer and in accordance with approved submittals. The
Contractor 's design engineer shall visit the site to observe the Work in progress
on at least a weekly basis or more frequently if required by the Engineer.
d . The Contractor shall immediately noti fy the Engineer, in writing, when any
problems are encountered with equipment or materials , or if the Contractor
believes the conditions encountered are materially and significantly different
from those represented within the Contract Documents. All work by the
Contractor shall be done in the presence of the City Inspector unless the City
grants prior written approval to perform such work in City Inspector's absence .
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 9 of 21
KHA No. 061018022
October 2009
e. The Contractor shall allow access to the Engineer and shall furnish necessary
assistance and cooperation to aid the Engineer in observations and data and
sample collection.
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: Submit the name and qualifications of person(s) responsible for
each excavation support system design. Submit the qualifications of shaft
subcontractor for each shaft type to be constructed. Submit information
confirming that each subcontractor meets the requirements listed in Paragraph A
6 b . Provide project name, date, owner's contact information, details of shaft
geometry and construction, and soil and groundwater conditions.
c. Schedule and sequence of shaft construction including major milestones such as
installation of shoring, water control, excavation, installation of wales/struts,
tremie seal/groundwater control, working slab, and dewatering of shaft interior.
d. Scaled drawings (plan and section views with dimensions and sizes) showing the
proposed shaft elements and shoring system to be used at each crossing location;
adjacent and nearby existing structures and utilities; details of trenchless pipe
penetrations; details of pipe penetrations for connection to open cut sections of
the pipeline; staging areas for all shaft construction operations.
e. Design Calculations: Submit all calculations in a legible, comprehensible format.
The calculations shall be performed by or under the direct supervision of a Civil
Engineer licensed in the State of Texas, who shall seal and sign the design
calculations.
1) Provide design calculations for the shoring and bracing indicating it can
withstand all earth and groundwater pressures, equipment, applicable
traffic, and construction loads and other surcharge loads in accordance
with the site conditions, the information listed in the Geotechnical
Reports, and any other requirements described in these Plans and
Specifications.
2) For shafts subject to groundwater loading, provide design calculations
indicating the structural design of the tremie seal and working slab and
uplift resistance of the shaft. Confirm that tremie seal and working slab
weight, structural connection to shaft walls, and any frictional resistance
assumed along sidewalls of the shaft are adequate to resist uplift and that
assumptions are reasonable and appropriate. Show that a minimum
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 10 of 21
KHA No. 061018022
October 2009
factor of safety against uplift failure of 1.1 is achieved under the most
extreme loading conditions .
f. Methods and details of excavation, containment, hauling, and disposal of the
excavated materials, all spoils, and other materials used in shaft construction.
Written documentation signed by the disposal site owner or manager indicating
that the site will accept the muck and that the site is in compliance with all
applicable local, State, and Federal regulations. Submit muck transport plans
including route to be used and measures to avoid spillage onsite or onto streets
and highways.
g. Describe procedures for excavation of the spoils from the shaft interior . Describe
the procedures for excavation of material below the reach of conventional
hydraulic excavators or for hard/very dense soils and rock. For shafts that extend
below groundwater, describe procedures for groundwater control during
excavation (groundwater cutoff, grouting, etc.) or procedures for "in-the-wet"
excavation and shaft bottom seals.
h. Describe procedures for dewatering the shaft interior after excavation is complete
(for "in-the-wet" construction), and for control of groundwater inflows after
excavation has been completed, method of maintaining bottom stability, and
protection of subgrade.
1. Concrete mix information and placement procedures for the tremie seal, working
slab and/or any annular grout. Describe procedure for installing concrete tremie
slab and working slab to the required thickness and at the correct elevation .
j. Details for protecting existing utilities and structures within zone of influence.
k . Details of procedures for pre loading bracing members.
I. Procedures for checking and maintaining plumbness of the shaft and ensuring
proper elevation is reached.
m . Interlocking Steel Sheetpile Shafts:
1) Description of equipment and procedures to be used to construct the
sheetpile shafts.
i) Describe procedure for installing sheetpiles.
ii) Describe procedure for sealing comers .
iii) Procedures for checking and maintaining plumb, while driving
sheet piles, and ensuring proper elevation is reached.
-
-
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 11 of 21
KHA No. 061018022
October 2009
n. Auger-Drilled Shafts:
1) Description of equipment and procedures to be used to construct the
auger-drilled shafts, to execute the associated tremie seal install ation,
grouting, and dewatering.
i) Describe procedure for drilling and reaming shaft excavation,
including diameter and depth of initial pilot hole, outer reamed
started hole and liner, and final reamed hole and liner.
ii)
iii)
Describe procedure for installing and grouting all liners ,
including sequence of operations and grout mixture.
Describe the drilling fluid, indicating properties and confirm
adequacy to resist groundwater and earth pressures acting on
bore walls. Show volume calculations to ensure adequate
volume of drilling fluid will be available to keep bore filled.
Provide MSDS and supplier cut sheets .
o. Secant Pile Shafts:
I) Description of the equipment, procedures, and sequence to be used to
construct the secant pile shafts.
i) Background on the drilling equipment and procedures and its
successful use on other projects with similar soil conditions.
ii) Details for drilling template for ensuring that secant piles are
drilled contiguously, without gaps.
iii) Methods for providing continuous support of the bore holes
during drilling, including design of the drilling fluid if it is to be
used.
iv) Method of monitoring deviat ion from vertical of pile holes
during excavation, and details of proposed corrective measures
to be implemented if necessary.
v) Methods for placing tremie concrete and handling displaced
drilling fluid, if applicable .
vi) Methods for installing reinforcing or wales.
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 12 of 21
KHA No. 061018022
October 2009
p. Liner Plate Shafts :
1) Description of the equipment, procedures, and sequence to be used to
construct the liner plate shafts, to execute the associated grouting and
tremie seal installation .
i) Manufacturer's literature and design calculations for the liner
plate, based on anticipated loading conditions. Details of plates
including grout holes, boltholes, bolt sizes, sealants, gaskets, and
grommets where used.
ii) Material specifications for mechanical connectors, grout plugs,
and grout sleeves
iii) Excavation dimensions for each proposed shaft section.
iv) Typical liner plate rings , geometry .
v) Details of assembly, backfilling, and grouting. Show installation
details including requirements for staggering of adjacent rings,
use of tie rods (hog rods) if necessary during grouting
operations, and grout seals required to maintain backfill grout in
place and to prevent flow back into shafts.
vi) A description for backfill/primary grouting operations that
includes sketches as appropriate, indicating type and location of
mixing equipment, pumps, injection points , venting method,
direction of flow, pressure measurement and maximum
allowable pressure, blocking or otherwise securing liner to avoid
floating or excessive displacement, volume .measurement,
grouting sequence, schedule, and stage volumes.
vii) A grout mix design report including: grout type and designation;
grout mix constituents and proportions, including materials by
weight and vol.ume; grout densities and viscosities, including wet
density at point of placement; initial set time of grout; bleeding/
shrinkage/expansion; and compressive strength .
viii) Certificates: Submit manufacturer's written certification that steel
liner plates , bolts , washers, grommets and gaskets, meet or
exceed specified requirements.
2) Maintain daily logs of grouting operations and submit records of
grouting to the Engineer. The records shall include the following
information :
i) Hole name , collar station, face station, date .
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 13 of 21
KHA No. 061018022
October 2009
ii) Details of mixes used including any admixtures .
iii) Details of each batch of grout injected including estimated
wastage.
iv) Details of any interruptions, leakages and any equipment
malfunctions.
v) Name of grouting supervisor.
q. Construction Records: The Contractor shall submit the following to the Engineer
at the times indicated.
1) Written daily progress reports shall be submitted during construction.
The progress reports shall have field logs recorded at intervals of five
feet or Jess during excavation and shall be submitted to the Engineer
within one working day of the shift for which the Jogs were created. As
a minimum, the Jogs shall include: the date, starting time, and finish
time; equipment used; actual quantities and descriptions of excavated
material including soil types; any unusual conditions, breakdowns, and
delays, including problems with support, bottom instability and
obstructions; detailed description of the support installed, including sizes,
lengths, spacing and elevations relative to excavation elevation; pumping
rates from shaft sumps and inflow conditions or flooding levels for shafts
excavated "in the wet"; deformation monitoring results, and record of
action taken by the designer of record and the Contractor if predicted
deflections are exceeded.
r . Post-Construction: Within 15 days of backfill of excavations, the Contractor
shall submit a detailed as-built location plan of all remaining buried shoring
members including size, location, and cutoff elevation.
B. PRODUCTS
1 . MATERIALS
a. All timber and structural steel used for the supporting systems, whether new or
used, shall be sound and free from defects which may impair strength.
b . Structural Steel: ASTM A 36 or better, unless approved otherwise.
c . Steel Sheetpiles : ASTM A857.
d. Liner Plate: ASTM A569 and section 15 of AASHTO "Standard Specifications
for Highway Bridges" for tunnels beneath roads or Chapter 1, Section 4.15.5,
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 14 of 21
KHA No . 061018022
October 2009
Table 1-4-38 of AREMA "Manual for Railway Engineering" 2005 Edition for
tunnels beneath railroads.
1) Every other plate radially of every second ring vertically shall be fitted
with a minimum 1-1/2 inch diameter grout hole.
2) Where shown on the Drawings, liner plate flanges shall be provided with
factory-installed gaskets.
C. EXECUTION
1. GENERAL
a. Shaft excavations and site development shall commence only after approval of
applicable submittals by the Engineer. Install excavation support systems in
accordance with approved submittals.
b . Corrective measures shall be immediately tak~n where movement or deformation
of support systems may in any way impair the integrity of the support system or
that of adjacent facilities responsible for the safety and integrity of the shaft
excavation.
c. All excavated spoils, and other materials used during shaft construction, shall be
. completely contained when stockpiled on site, and shall be disposed of by the
Contractor in accordance with the accepted disposal plan at the completion of
shaft construction. Any spills shall be completely contained and cleaned up
promptly by the Contractor. Under no circumstances shall spoils, drilling fluids,
groundwater inflows, or construction water enter any sanitary or storm sewers, or
any water body. Contractor shall properly dispose of groundwater in accordance
with permit requirements.
d. Settling of adjacent property and/or facilities will not be permitted. Settlement
monitoring of adjacent facilities shall be conducted in accordance with 02445 -
Settlement Monitoring.
e. All welding shall conform to the applicable provisions of ANSI/ A WS D 1.1.
f. Care shall be taken to keep the shafts plumb during construction . The deviation
from plumb shall not exceed one ( 1) foot ( 12 inches) in 100 feet, or 1 %, unless
otherwise specified herein. Any correction of shaft deviation, and any
construction and associated costs resulting from relocation of appurtenances
inside the shaft, including the tunneled pipe connections and the launch and
retrieval seals, caused by the shaft's deviation from plumb or other deficiencies
in workmanship shall be accomplished at the Contractor's expense and shall not
be cause for schedule extension.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Supp ~rt
Page 15 of 21
KHA No. 061 O 18022
October 2009
g. For trenchless shaft penetrations, provide watertight gasketed seals and portal
stabilization at all locations .
h. Pumping from shaft sumps shall not result in boils, softening of the ground , or
loss of fines. Sumps, subdrains, and drain blankets shall be installed as
necessary, using suitable filters or screens so that fines are not removed from the
formation .
i. Safety fencing , consisting of six-foot high chain link fence, shall be installed
completely around the perimeter of all shafts and shall have a lockable entry gate
to prevent unauthorized access.
J . The shoring system shall extend not more than 5 feet and not Jess than 3 feet
above natural ground surface to prevent accidental or unauthorized entry.
k. Safety rails shall be installed in accordance with applicable safety regulations.
2. INTERNAL BRACING SUPPORT SYSTEM
a. The internal bracing support system for shafts shall include wales, struts, and/or
shores where necessary.
I) Struts with intermediate bracing shall be provided as needed to enable
shafts to carry maximum design load without distortion or buckling.
2) Web stiffeners, plates, or angles shall be included as needed to prevent
rotation, crippling, or buckling of connections and points of bearing
between structural steel members . Allow for eccentricities caused by
field fabrication and assembly.
3) All bracing support members shall be installed and maintained in tight
contact with each other and with the surface being supported.
4) Bracing members shall be preloaded by jacking struts to control shoring
movement. Bracing members shall be preloaded in accordance with
methods, procedures, and sequence as described in the submittals.
Excavation work shall be coordinated with installation of bracing and
preloading. Steel shims and steel wedges shall be welded or bolted in
place to maintain the pre loading force in the bracing after release of the
jacking equipment pressure. Support and preload shall be installed
immediately after installation and prior to continuing excavation.
5) Procedures that produce uniform loading of bracing member shall be
used without eccentricities or overstressing and distortion of members of
system .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 16 of 21
KHA No. 061018022
October 2009
b . Internal supports, including wales , struts, and corner braces , shall be installed
sequentially as the shaft is ex cavated. At no time shall the unsupported
excavation depth exceed the Contractor's design location for wales or struts , plus
2 feet , as shown on the Contractor 's submittals . All internal supports shall be
installed within+/-3 inches of design locations shown on approved submittals.
c. Tiebacks shall be used where proposed in conjunction with or in lieu of struts ,
bracing and shores. Tiebacks shall be designed , installed , and tested in
accordance with recommendations of the Post Tensioning Institute . On-site tests
shall be performed to demonstrate adequacy of tiebacks for subsurface
conditions. Tieback lengths shall be adequate to obtain anchorage behind
potential failure plane of excavation . Conduct proof-tests , performance tests and
lift-off tests of the tieback systems to verify capacity and lock-off load .
d. Struts shall be installed and preloaded by jacking to 50% of design capacity,
before excavation resumes. Steel wedges , or shims, shall be installed and welded
in place to lock in preloaded stresses and prevent excessive lateral deformations.
3. SOLDIER PILE AND LAGGING SHAFT INSTALLATION
a. Install piles in predrilled holes, to the tip elevations shown in approved
submittals. Provide casing or drilling mud to prevent caving of holes and loss of
ground.
b. After each soldier pile has been seated plumb in the drill hole, encase it with
concrete from the tip to the bottom level of the final excavation. Concrete
strength shall be in accordance with submittals, and shall be placed by means of a
tremie system . Apply vibration through the pile.
c. Provide timber, steel, or precast concrete lagging or sheets of sufficient thickness
to withstand lateral earth pressures.
d . Install lagging with no gap between adjacent boards . As installation progresses ,
backfill the voids between the excavation face and the lagging with sand , pea
gravel, or lean grout packed into place . Pack with materials such as hay , burlap,
or geotextile fabric where necessary to allow drainage of groundw ater without
loss of ground due to piping .
4 . SHEETPILE SHAFT CONSTRUCTION
a. Steel sheetpiling shall be used only where the existing subsurface conditions are
suitable for the installation of sheetpiling, including the use of pre-drilling to
loosen the ground, to the full depth of penetration required , and to proper
alignment and plumbness, without damage to the sheetpiling or rupture of its
interlocks.
-
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 17 of 21
KHA No. 061018022
October 2009
b.
C.
Drive or vibrate sheetpiles in plumb position with each sheetpile interlocked w J h
adjoining piles for its entire length to form a continuous diaphragm throughout I
the length of each run of wall, bearing tightly against original ground . Sheetpiles
shall be installed to the depths indicated in approved submittals. Care shall be
exercised in the installation so that interlocking members can be extracted
without damaging adjacent structures utilities .
All driving/vibrating, cutting, and splicing shall conform to the methods
described in approved submittals.
d. Sheetpile corners shall be installed with interlocks and bulbs properly engaged
for the full depth of the sheetpiles. If interlocks and bulbs cannot be properly
engaged for full depth, corner connections shall be welded continuously to seal
all cracks and avoid inflows of groundwater and soils.
5 . AUGER-DRILLED SHAFT CONSTRUCTION
a. At all times during drilling, reaming, liner installation, and-grouting, the
ex cavation shall be kept filled with stabilizing drilling fluids to safely support the
excavation and resist bottom heave, caving and sloughing. The shaft shall be
kept adequately filled with drilling fluid until the tremie seal concrete and
annulus grout has reached sufficient strength to resist uplift without failure or
cracking. The drilling fluid shall be properly designed, mixed, and stored in
sufficient volume near the excavation to ensure that the excavation can be kept
adequately filled and stable. Drilling fluid shall be replenished as necessary to
maintain required stabilizing properti e s .
b. The Contractor shall avoid applying excessive bending, torsional , or point loads
to the steel liner during installation and grouting.
c . The excavation shall be of sufficient diameter to allow installation of the steel
liner without scraping or gouging of the shaft excavation sidewalls .
d. The Contractor shall completely grout the annulus of the steel liner. Grouting
pressures shall be carefully controlled to prevent buckling or damage to the liner.
6 . SECANT PILE SHAFTS
a. The Contractor shall construct proper guides to help achieve the necessary
position and vertical alignment of the secant piles . Guides shall be fully
constructed prior to construction of secant piles .
b. Secant pile bore holes shall be completely supported by properly design ed
drilling fluid or continuous temporary casing at all times during drilling.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 18 of 21
KHA No. 061018022
October 2009
c. If used, casings shall be equipped with cutting teeth to provide positive cut into
the previously installed adjacent piles and installed by either rotating or
oscillating the casing. Installing the casing by vibratory or percussive means will
not be allowed. Remove temporary casing while the concrete remains workable .
Sufficient quantity of temporary casing shall be onsite at all times.
d. Excavate bore holes in such a manner that the soil outside the pile diameter is not
adversely affected. Use pile boring methods that will minimize overexcavation,
loosening, and caving of material outside the pile diameter.
e. Pile borings shall be completed continuously from the ground surface to the
required depth and backfilled with concrete. If the pile excavation and
backfilling cannot be completed in a co·ntinuous operation, the excavation shall
be backfilled to a minimum depth of 5 feet above the bottom of the excavation.
f. Do not advance secondary piles until concrete in adjacent primary piles has been
in place a minimum of 24 hours , or if adjacent primary pile~ contain unset
concrete.
g. Place concrete by the tremie method , in such a manner that the concrete displaces
the drilling fluid or groundwater progressing from the bottom and rising
uniformly to the ground surface . Concrete placement shall continue in one
operation to the top of the pile hole. Throughout the underwater concrete
placement operation, the discharge end of the tube shall remain submerged in the
concrete at least 5 feet.
h. Casing shall be extracted while the concrete within remains sufficiently workable
to ensure that the concrete is not lifted . When the casing is withdrawn as
concreting proceeds, a sufficient head of concrete shall be maintained to prevent
the entry of groundwater or soil that may cause reduction of cross-section of the
pile.
1. For those piles determined to be defective, the Contractor shall submit a remedial
action plan to the Engineer for review. Only proven methods and materials will
be allowed for repair.
7. LINER PLATE SHAFT CONSTRUCTION
a. Longitudinal joints in adjacent rings shall · be staggered and not in alignment more
often than every second ring. Every second liner plate in a ring shall be provided
with 1.5-inch or larger grouting holes located near the centers. The holes in each
ring shall be staggered resulting in a diamond pattern for grout holes.
b. All space between the liner plate and the earth shall be filled with grout forced in
under pressure. Enough water shall be used to produce, when well mixed, a
grout having the consistency of thick cream. As the pumping through any hole is
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Suppoh
Page 19 of 21
KHA No. 061018022
October 2009
stopped, it shall be plugged to prevent backflow of grout. The Contractor shall
provide more specific backfill grout requirements in the shaft design submittal.
c. Grouting shall be performed in a sequence which will preclude deflections
exceeding 5 percent of the shaft diameter. At minimum, grouting shall be
performed at the end of each day.
d. Shaft excavation shall not proceed more than 30 inches below the bottom of the
last row of liner plate before installation of another row of liner plate.
e. Use steel ribs, tie rods, stiffeners, or other restraint as required to maintain the
liner plate ring in a true circle without buckling until backfill grouting operations
are complete.
f. Ribs shall be blocked to the liner plate by hardwood wedging/blocking at two
points per plate. Nail wedges to preclude loosening .
g. Erect liner plates with tight, clean joints, (and gaskets wher-e shown on the Plans)
and in a manner which will not deform or overstress the completed rings.
Flanges shall be clean and free from material that could interfere with proper
bearing.
h. Previously placed rings of liner plates shall be monitored daily for signs of
damage or distress. Where the Engineer or the Contractor observes damage or
distress, promptly repair or replace such elements, as appropriate, and at no
additional cot to the Owner.
8. SHAFT BOTTOM STABILITY AND GROUNDWATER INFLOWS
a. The Contractor is responsible for preventing, controlling, or otherwise handling
groundwater inflows into the shaft excavations . All groundwater inflows shall be
collected and disposed of in accordance with D-54 -Dewatering and 02242 -
Water Control for Shaft and Tunnel Construction.
b. The Contractor shall control groundwater inflows to prevent heaving, boiling,
piping, or other loosening of the subgrade that will compromise shaft integrity or
provide unsuitable foundation for the pipe and/or manholes.
9. PORTAL STABILIZATION
a. For all shafts, prior to initiating penetration through the shaft wall, securely
install tunnel entry/exit seals.
b. The Contractor shall stabilize the ground outside the shaft seals as specified in
02315 -Portal Stabilization, to facilitate launching or receiving of the tunneling
equipment from the shafts.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 20 of 21
KHA No. 061018022
October 2009
10 . SETTLEMENT INSTRUMENTATION AND MONITORING
a . Performance of excavation support system shall be monitored for both horizontal
and vertical deflections .
b. If excessive settlement or deflections of supports or nearby utilities or other
improvements occur that exceed those values predicted by the Contractor 's
shoring designer and the maximum allowable values specified in 02445 -
Settlement Monitoring, modifications to the excavation and shoring approach
will be required. Revised shop drawings and calculations shall be submitted to
the Engineer. Changes to excavation sequence and shoring shall be implemented
as may be necessary at no additional cost to the Owner.
11. SHAFT REMOVAL AND BACKFILL
a. The Contractor shall remove shoring to a depth of 10 feet, and as required to
accommodate construction of connections and backfill sequences, unless
otherwise noted on the Plfil!s. All shoring elements, including shaft walls , wales ,
struts, lagging, and shores shall be removed from the excavation prior to
restoration. Shoring elements that remain in place shall be identified on the
record drawings. Removal of the support system shall be performed in a manner
that will not disturb or harm adjacent construction or facilities and only after
backfill has been fully compacted. Any voids created or encountered during the
removal of the support system shall be immediately filled with grout as specified
in 03360 -Contact Grouting, or as approved in writing by the Engineer. The
support system removed from the excavation shall remain the property of the
Contractor and shall be removed from the site .
b. The use of imported materials for shaft backfilling shall be required as shown on
the Plans . Where not shown on the Plans, backfill of shafts shall be as specified.
Backfill materials shall be placed and compacted in accordance with the
requirements of Section 02221 -Trenching, Backfilling and Compaction.
12. SAFETY
a. The Contractor shall be solely responsible for , and bear the sole burden of cost
for any and all damages resulting from improper shoring or failure to shore.
b. The safety of workers, the protection of adjacent structures, property and utilities,
and the installation of adequate supports for all excavations shall be the sole
responsibility of the Contractor.
c. The design, planning, installation, and removal of all shoring shall be
accomplished in such a manner as to maintain stability of the required excavation
and prevent movement of soil that may cause damage to adjacent shoring
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02261
Shaft Excavation and Support
Page 21 of 21
KHA No. 061018022
October 2009
systems, structures and utilities, damage or delay the Work, or endanger life and
health.
d. Safety : All materials and methods of construction shall meet the applicable
requirements of the Contract Documents. Particular attention is called to Subpart
P -Excavations and Subpart S -Underground Construction of the Standards (21 CFR 1926/1920 , published as U.S. Department of Labor Publication 207, revisea
October 1, 1979, and revised again August I, 1989.
13. CLEANUP
a. The Contractor shall remove all construction debris, spoil, slurry, oil, grease, and
other materials from the shaft, pipeline, and all surface work areas upon
completion of construction of the pipeline.
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 023 J5
Portal StabilizatiJn
Page 1 of 5
KHA No. 061018022
October 2009
A. GENERAL
1. SCOPE OF WORK
a . This Section describes requirements for portal stabilization measures to be taken
at shaft locations to prevent soil/rock inflows, and to control groundwater inflowp
during launching and retrieving of the tunneling equipment. The Contractor shall
provide portal stabilization at all shaft penetrations such that no soil/rock and no
more than 5 gpm of water enters the shaft when portals are opened for launching
or retrieving of the tunneling equipment.
b. The Contractor may provide portal stabilization using grouting methods,
guillotine wall (double-wall) methods, methods integral to the shaft construction,
or other methods proposed by the Contractor, subject to Engineer's written
approval.
c. The Work includes all operations necessary to provide portal stabilization that
meets the requirements herein. This includes any secondary measures (such as
additional contact grouting) or work required if initial stabilization methods are
not successful.
2. RELATED WORK SPECIFIED ELSEWHERE
a. 02261 -Shaft Excavation and Support
b. 02341 -Open-Shield Pipejacking
c. 02345 -Microtunneling
d. 02348 -Pilot Tube Microtunneling
e. 02445 -Settlement Monitoring
3. REFERENCE SPECIFICATIONS, CODES AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code or standard occur, the more restrictive specification shall
govern. The publications are referenced in the text by basic designation only.
Where a date is given for referenced standards, that edition shall be used. Where
no date is given for referenced standards, the latest edition available on the date
of issue of Contract Documents shall be used.
b. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements, Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ
Engineering, Inc ., March, 2008.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02315
Portal Stabilization
Page 2 of 5
KHA No. 061018022
October 2009
c. "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4 , SHWTP to Medical District", Fort Worth , TX, CMJ Engineering, Inc.,
January 2009.
4. DEFINITIONS
a . Portal Stabilization: Where the new trenchless pipelines enter or exit a shaft
excavation, the Contractor shall stabilize the portal to prevent soil/rock or
groundwater inflows into the shaft that may lead to settlement around the shaft or
flooding of the excavation. Portal stabilization may be accomplished using
applicable ground improvement, double sheeting methods combined with contact
grouting (guillotine method), or may be integral to the shaft construction method
(as for auger-drilled shafts and secant pile shafts).
b. Guillotine (Double-Wall) Stabilization Method: To provide stable ground and
groundwater control at shaft penetrations, a set of steel sheetpiles is installed just
outside the primary shoring system in front of the portal locations. Contact grout
is then injected between the primary shoring system and guillotine sheets to
confirm that the soil between is stable and will prevent groundwater flow. A
hole is then cut in the primary shoring, exposing the stabilized ground and
allowing for the insertion of the tunneling equipment into the shaft seal and
through the primary shoring. Once the tunneling shield and shaft seal are mated,
the guillotine sheets can be lifted out of the tunnel path and removed.
c. Ground Improvement: A prism of stabilized soil is created just outside the
shoring system using grouting methods appropriate for the ground conditions.
The improved block stabilizes the soil and lowers the permeability of the soil
sufficiently to control groundwater inflows. It is important that the stabilized
prism is cast tightly against the existing shoring, extending well beyond the
portal to be cut in the shoring, so that groundwater cannot flow along the shoring
and enter the portal. Any grout/soil-cement strength must also be carefully
controlled to allow the tunneling equipment to efficiently excavate it.
5. DESIGN CRITERIA
a. The Contractor shall provide portal stabilization to prevent soil/rock inflows and
to control groundwater inflows during launch and retrieval of the tunneling
equipment for all shaft locations .
b. Portal stabilization methods shall ensure that no soil/rock and no more than 5
gpm of water enters the shaft when creating portals for the launch or retrieval of
the tunneling equipment, as required in Paragraph C.3 a.
c . The Contractor may accomplish portal stabilization by the use of ground
improvement, the guillotine wall ( double-wall) method, methods integral to the
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02315
Portal StabilizatioJ
Page 3 of 5
KHA No. 061018022
October 2009
shoring system (such as for auger-drilled shafts and secant piles) or by other
Contractor suggested methods, subject to the requirements of these Specifications
and Engineer's written approval. Multiple options for achieving portal
stabilization, including an allowance for contractor-suggested methods, are
presented to allow flexibility for contractor preference. Not all methods listed
are appropriate for all ground conditions. It is the sole responsibility of the
Contractor to choose portal stabilization methods that are appropriate for the
ground conditions at each shaft.
d. The maximum 28-day compressive strength of any grout used or soil-cement
created shall not exceed 150 psi. The minimum 24-hour compressive strength
shall be at least 10 psi. Additionally, the cured grout or soil-cement shall be of a
strength that can be efficiently excavated by the tunneling equipment without
damage to the equipment.
e. Guillotine Wall (Double-Wall) Method:
I) The Contractor shall accomplish this method of stabilization by inserting
a secondary set of interlocking steel sheetpiles just outside of the primary
shoring system. The guillotine wall shall extend not less than three (3)
feet beyond the maximum portal dimensions to be opened in the primary
shoring system, in all directions.
2) The contractor shall inject contact grout between the primary shoring
system and the guillotine wall, as necessary, to stabilize the soil between
and to seal any voids that will allow groundwater flow into the shaft,
before opening tunnel portals.
f . Ground Improvement: Where ground improvement is used for portal
stabilization, the Contractor shall:
1) Choose ground improvement methods that will achieve the required
stability in ground conditions as described in the geotechnical reports, for
each shaft location.
2) The prism of improved ground shall extend not less than three (3) feet
beyond the maximum portal dimensions to be opened in the primary
shoring system in all directions.
6. QUALITY ASSURANCE -Not Used
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
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02315
Portal Stabilization
Page 4 of 5
KHA No. 061018022
October 2009
construed in any way as relieving the Contractor of its responsibilities under this
Contract.
b. Portal Stabilization:
I) Provide a description of the methods to be used for each portal
stabilization technique proposed. Provide shop drawings showing the
details and dimensions of each stabilization system and full narrative
describing the procedures .
2) Provide a list of which portal stabilization method will be used at each
shaft location.
3) Provide a description of the secondary or remedial methods that will be
employed if the initial stabilization efforts fail to achieve the required
stabilization as described in Paragraph C.3 a.
4) Provide mix designs for any concrete or grout proposed as a part of the
portal stabilization work.
B. PRODUCTS -Not Used
C. EXECUTION
1. GUILLOTINE WALL METHODS
a. The Contractor shall visually verify the location of all utilities that may cross, or
are within 5 feet adjacent to the location of guillotine sheets before commencing
sheetpile installation.
b. Pre-drilling of the soils may be necessary to install sheetpiles to the required
depths.
c. Guillotine sheets shall be completely removed after the tunneling equipment has
been seated in the shaft seal.
2. GROUND IMPROVEMENT METHODS
a. Prisms of improved ground shall be installed in full contact with the shoring to
prevent uncontrolled groundwater flow along the shoring face and into the
portals. If ground improvement cannot be performed tight against the shoring
face, supplemental contact grouting shall be used to achieve control of
groundwater inflows.
3. VERIFICATION OF STABILITY
-
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02315
Portal Stabilization
I
KHA No. 061018022
October 2009 Page 5 of 5
a. The Contractor shall stabilize the soils at all tunnel portal locations to prevent the
inflow of weak , running, or flowing soils or loose rock and to control
groundwater inflows. The Contractor shall confirm that the ground has been
stabilized to the extent that ground will remain stable without movement of
soil/rock or water while the entry/exit location shoring is removed and while the
tunneling equipment is being launched or received into a shaft or during jacking
operations. The progressive steps identified below shall be used to confirm
suitable stabilization has been achieved for all shaft types and entry/exit
locations :
I) After the Contractor bet ieves he has stab ii ized the ground sufficiently
outside a given shaft seal, the Contractor shall demonstrate the stability
of the ground by cutting a 3-inch diameter hole in the shoring wall near I
the center of the bore. If no soil/rock and less than 5 gpm of water enters
the shaft, the Contractor may progress to the next demonstration step. If
soil/rock or more than 5 gpm of water enter into the shaft, the Contractor
shall seal the demonstration hole and further stabilize the ground before
repeating the demonstration step .
2) After successful completion of the first demonstration step, the
Contractor shall demonstrate the stability of the ground by cutting a
12-inch diameter hole in the shoring wall at the location of previous
demonstration hole. If no soil/rock and less than 5 gpm of water enters
the shaft, the Contractor may progress to the next demonstration step . If
soil/rock or more than 5 gpm of water enters the shaft, the Contractor
shall seal the demonstration hole and further stabilize the ground before
repeating the demonstration step.
3) After successful completion of the first two demonstration steps, and if
the Contractor believes the portal stabilization work is sufficient, the
Contractor may proceed with remainder of the shaft wall penetration
procedures .
4) Successful completion of shaft wall penetrations and related activities
necessary to demonstrate such shall be at the Contractor's sole expense .
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 023 4 1
Open-Shield Pipe Jacking
Page 1 of 16
KHA No. 061018022
October 2009
A GENERAL
1. SUMMARY
a. This Section includes the minimum requirements for the installation of casing pipe
using open-shield pipejacking. Open-shield pipejacking may be used to install
steel casing pipe at the locations shown on the Plans. Jacking pipe shall be
provided in accordance with 02610 -Steel Casing Pipe.
2. RELATED WORK SPECIFIED ELSEWHERE
a. DA-129 -Construction Coordination with UPRR Permit Area
b. 02261-Shaft Excavation and Support
c. 02315 -Portal Stabilization
d. 02349 -Installation of Carrier Pipe in Casing
e. 02445 -Settlement Monitoring
f. 02610 -Steel Casing Pipe
g. 03360-Contact Grouting
3. REFERENCE SPECIFICATIONS, CODES , AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. The latest edition available on the date of issue of Contract Documents
shall be used .
b. Occupational Safety and Health Administration (OSHA) Regulations, 29 CPR
Part 1926 Subpart P -Excavations, and Subpart S -Underground Construction
c. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements, Part 4 , SHWTP to Medical District", Fort Worth , TX , CMJ
Engineering, Inc., March , 2008.
d. "Additional Utility Borings, Forth Worth Medical District Water Improvements ,
Part 4 , SHWTP to Medical District", Fort Worth , TX, CMJ Engineering, Inc .,
January 2009.
e. "Subsurface Soil Investigation , Holly Transmission Sanitary Sewer Utility
Alignment", Fort Worth, TX, W&M Environmental Group, Inc ., October 2008 .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 2 of 16
KHA No. 061018022
October 2009
4. DEFINITIONS
a. Open-Shield Pipejacking: For the purposes of this Specification, open-shield
pipejacking is defined as a technique for installing pipe by jacking it into place
from a jacking shaft to a receiving shaft, using hydraulic jacks. Soil excavation is
carried out within a shield in front of the lead pipe segment using hand-mining,
mechanical methods such as a digger-boom, or with mechanized equipment such as
a rotary tunnel boring machine (TBM). The open shield allows access to the
excavation face from inside the bore. The shield is steerable using hydraulic jacks
to orient an articulated section of the shield, and guidance is provided using a laser
or theodolite system .
b. Jacking Pipe: The pipe jacked behind the shield. The jacking pipe shall be
specifically designed to be installed by pipejacking.
c. Intermediate Jacking Station (IJS): A fabricated steel cylinder fitted with
hydraulic jacks spaced around the circumference, which is tncorporated into the
pipeline between two specially fabricated pipe sections. The function of an
intermediate jacking station is to distribute the jacking load along the pipe string
during pipe installation. The hydraulic jacks are removed at the completion of a
drive and the gap between adjacent pipe sections is fully closed by pushing the
pipes together with the main shaft jacks or another IJS. The steel cylinder
remains as an extended sleeve or coupling. The steel cylinder must be protected
from corrosion, consistent with corrosion protection used for the jacking pipe
and joints.
d . Launch/Retrieval Seal or Entry/Exit Seal: A mechanical seal usually comprised
of one or more rubber flanges attached to a steel housing that is mounted to the
wall of the jacking/receiving shaft. The shield or jacking pipe distends the
flange seal as it passes through, reducing water, lubrication, and soil inflows into
the shaft during pipejacking operations.
e. Lubrication/Grout Port: A port located within the shield or in a jacking pipe
segment, fitted with a one-way valve, for injection of lubrication material or
grout into the annular space between the pipe and the ground. Lubrication ports
within the pipe are typically threaded to accept lubrication/grout fittings. Pipe
plugs are inserted after grouting is completed.
f. Settlement Point: A point with elevation and spatial location established by
survey prior to construction. The point is re-surveyed periodically to monitor
ground movements. The point may be a nail, pin, subsurface settlement rod,
borehole extensometer, or other device that can be readily located and surveyed.
g. Obstruction: Objects located wholly or partially within the cross-sectional area
excavated from the shield that prevent the forward movement of the shield and
pipe string.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe JackiJg
Page 3 of 16
KHA No. 061018022
October 2009
5. DESIGN CRITERIA
A. PIPEJACKING EQUIPMENT:
1) The open-faced pipejacking shield shall be designed to support any ground
loads which may be imposed upon it as well as any surcharge loads and
loads imposed by the thrust jacks, steering mechanisms, and other
appurtenances. The shield shall be continuous around its full perimeter
and shall have suitable breast tables , sand shelves, breast jacks, closeable
flood doors, or other such provisions as necessary to support the
excavation face and prevent loss of ground . Non-rotary type shields shall
have a hood that covers the crown and projects not less than two (2) feet
nor more than three (3) feet beyond the shield edge. The shield shall be
capable of fully supporting the excavation face at all times, including
periods of shutdown or running/flowing ground conditions.
2) The pipejacking shield, including the weight, dimensions, steering
capabilities, and other characteristics, shall be suitable for , and capable
of, efficiently advancing through the conditions indicated in the
Geotechnical Reports. The pipejacking shield shall be capable of
excavating or handling boulders or other hard objects up to 40% of the
outside diameter of the shield.
3) The pipejacking shield shall have an articulation joint between two
segments of the shield, with a watertight joint. The shield shall be
steerable in both the vertical and horizontal directions to allow the
operator to maintain line and grade within the specified tolerances listed
in Paragraph C 3 c . The shield shall be laser or theodolite guided, and
monitored continuously by the operator. The guidance system shall be
designed to function at the maximum required drive length without loss
of accuracy or reliability of function . If a rotary-type cutterhead is used,
the cutterhead shall have a reversible drive system so that it can rotate in
either direction or have other suitable provisions to minimize rotation or
roll of the shield and/or pipe during installation.
4) The tail of the shield shall have gaskets to prevent material from moving
into the tunnel through the joint between the tail skin and the pipe.
5) The maximum radial overcut for each crossing has been determined
based on considerations for potential settlement above the tunnel, drive
length , pipe diameter, and ground conditions. The maximum radial
overcut shall be 1.0 inch. The minimum radial overcut shall be one half
(1/2) inch. The radial overcut shall be determined as the difference
between the maximum diameter created by the cutting teeth or overcut
band on the shield (whichever is greater) and the outer diameter of the
pipeline, divided by two .
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 4 of 16
KHA No . 061018022
October 2009
6) The jacking system shall be capable of continuously monitoring the
jacking pressure , the rate of advancement, and the distance jacked. The
jacking system shall develop a uniform dist r ibution of jacking forces on
the end of the pipe .
7) A lubrication injection system shall be provided to inject pipe lubricant
around the shield and jacking pipe to decrease frictional resistance.
Lubrication materials may include a mixture of bentonite and/or
polymers and water. Lubrication ports shall be provided in the shield
and jacking pipe to allow for lubrication along the pipe string at intervals
not more than ten (10) feet. Lubrication ports shall be installed in the
pipe by the manufacturer.
8) The spoil conveyance system shall be designed for the full range of
ground conditions indicated in the Geotechnical Reports.
b. Methods and equipment used shall control surface settleme!}t and heave above
the pipeline to prevent damage to existing utilities, facilities , surface features ,
and improvements. Ground movements (settlement/heave) shall be limited to
values that do not cause damage or distress to surface features, utilities, or
improvements. The Contractor shall repair any damage caused by ground
movements at no cost to the Owner. In no case shall settlements exceed the
applicable values listed in 02445 -Settlement Monitoring.
c. A thrust block shall be used to transfer jacking loads to the ground behind the
jacking shaft. The thrust block face shall be constructed perpendicular to the
proposed pipe alignment. The thrust block shall be designed to withstand the
maximum jacking forces de veloped by the main jacks, without excessive
deflection or displacement. Forces applied to the ground shall not exceed the
allowable passive earth pressure, with a minimum factor of safety of 1.5.
d. Pipe design for jacking loads and acceptable fabrication tolerances is the
responsibility of the Contractor. Maximum jacking loads applied to the jacking
pipe shall not exceed 50% of the ultimate compressive strength of the pipe
material, or the maximum allowable strength of the pipe as established by the
manufacturer, whichever is lower.
e. Intermediate jacking stations shall be fully gasketed between the interjack shell
and each interjack pipe, with two (2) gaskets installed on each pipe. The
Contractor shall determine the need for and required spacing of intermediate
jacking stations, based on the geotechnical conditions indicated in reports
identified in the Geotechnical Reports, estimated jacking forces , and jacking
load capacity of the pipe, jacking frame , and thrust block proposed by the
Contractor. An IJS shall be installed and used if anticipated or actual jacking
forces exceed 70% of the allowable design capacity of the jacking pipe, jacking
frame , thrust block, or thrust capac ity of the main jacks, whichever is the least.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 023 1 1
Open-Shield Pipe JackiJg
Page 5 of 16
KHA No. 061018022
October 2009
f. Provide launch and retrieval seals at all shaft exit and entry locations to prevent
loss of ground. Provide portal stabilization as specified in 02315 -Portal
Stabilization to prevent loss of ground and uncontrolled groundwater inflows at
entry and exit seal locations.
6. QUALITY ASSURANCE
a. Failure to meet the qualification requirements is failure to fulfill the Contract
and the Contractor will be required to obtain a subcontractor that meets the
qualification requirements.
b. The project superintendent shall have at least five (5) years of experience
supervising open-shield pipejacking construction. The Contractor shall submit
details of referenced projects including owner's name and contact information,
project superintendent, and machine operators.
c. The open-shield pipejacking operator(s) shall have technical training in the
operation of the proposed open-shield pipe jacking equipment and shall have
completed, as a primary operator, at least five (5) similar open-shield pipejacking
projects with at least 500 feet of pipejacking on each project. At least one
project shall have been completed in similar ground conditions. At least one of
the projects shall have an individual drive length equal to or greater in length
than the longest drive on this project. The Contractor shall submit details of
referenced projects including owner 's name and contact information, project
superintendent, and machine operators.
d . The site safety representative and personnel responsible for air quality
monitoring shall be experienced in tunnel construction.
e. The surveyor responsible for line-and-grade control shall be a Licensed Surveyor
registered in the State of Texas who has prior experience in similar projects.
f . The Contractor shall provide written notice to the Engineer at least 72 hours in
advance of the planned launch of the pipejacking shield . All work by the
Contractor shall be done in the presence of the Engineer unless the Engineer
grants prior written approval to perform such work in Engineer 's absence . The
Contractor shall immediately notify the Engineer, in writing, when any problems
are encountered with equipment or materials, or if the Contractor believes the
conditions encountered are materially and significantly different from those
represented within the Contract Documents .
g . The Contractor shall allow access to the Engineer and shall furnish necessary
assistance and cooperation to aid the Engineer in observations, measurements ,
data, and sample collection, including, but not limited to the following :
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 6 of 16
KHA No. 061018022
October 2009
1) The Engineer shall have access to the pipejacking shield and jacking
system hydraulic pressure gauges prior to , during, and following all
pipejacking operations . Additionally, the Contractor shall allow the
Engineer reasonable access to the pipejacking shield for inspection of
the excavation face.
2) The Engineer shall have access to the jacking and reception shafts prior
to, during, and following all jacking operations . This shall include, but
not be limited to , visual inspection of installed pipes, launch and
retrieval seals, and verification of line and grade. The Contractor shall
provide safe access in accordance with all safety regulations .
3) The Engineer shall have access to spoils removed from the tunnel
excavation prior to, during, and following all pipejacking operations.
The Engineer shall be allowed to collect soil samples from the muck
buckets or spoil piles a minimum of once per installed pipe section, or
every ten ( 10) feet , whichever is more often, and at_any time when
changes in soil conditions or obstructions are apparent or suspected.
4) The Engineer shall have access to the bentonite lubrication plant prior
to, during, and following all jacking operations. This shall include , but
not be limited to, full access to visually inspect storage and mixing
tanks , lubricant pressures and pumping rates , amount and type of
lubricants on site.
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: Submit the names of the project superintendent, machine
operators, and site safety representative . Submit personnel qualifications in
accordance with Paragraphs A.2 b through e . Prov ide qualifications and training
records for site safety representative, personnel responsible for air quality
monitoring, and licensed surveyor.
c . Pipejacking Equipment: Submit the following desc r ibing the pipejacking
equipment and construction methods:
I) A detailed description of the methods and equipment to be used in
completing each pipejacking drive .
2) The excavation diameter based upon the outermost dimensions of the
gauge cutters or shield . Also provide the radial overcut which shall be
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 0231 1
Open-Shield Pipe Jacki~g
Page 7 of 16
KHA No . 061018022
October 2009
I
determined as the difference between the maximum excavation diameter
and the outer diameter of the jacking pipe, divided by two .
3) Manufacturer's literature describing the pipejacking system including
the shield and all ancillary equipment. All equipment shall be new or
newly refurbished. Provide descriptions of projects on which this system
has been successfully used including names , current addresses, and
telephone numbers of owner's representatives for these projects as well
as length, diameter, soil conditions, and pipe material used.
4) A description of the alignment control system. Provide manufacturer's
literature and drawings, showing setup and support provisions, and other
details for the laser or theodolite system. Submit a description of
surveying methods to set guidance system positions and a description o~
procedures to check and reset or realign guidance system during
construction, including how the alignment system will be mounted so as
not to be affected by jacking operations. Submit a description of
methods to ensure that thrust block, entry seal, anct jacking frame are
installed on proper line and grade. Confirm that these systems can
achieve the required line and grade within the specified tolerances.
5) Capacity, number, and arrangement of main jacks. Provide details of
thrust ring, thrust block, jacking frame , jacking controls, pressure gages,
and jack calibration data (pressure vs. force relationship for each stage
of the jacks). '
6) Details of pipe lubrication injection system and pipe lubricants to be
used during pipejacking, including manufacturer's literature and MSDS
sheets. Include a description of proposed lubrication procedures during
jacking, including estimated volumes of lubricant that will be pumped.
Confirm that sufficient volume of lubricant will be pumped at all times
to completely fill the annular space outside the jacking pipe.
7) Detailed description of equipment and procedures for spoil removal ,
containment, transport, and off-site disposal. Provide written
documentation from the disposal site(s) indicating that they will accept
the spoil and are in compliance with applicable regulations.
8) Drawings and design details for intermediate jacking stations (where
used), indicating number required , shell materials, proposed spacing,
criteria for installing, and method of operation .
9) Ventilation and air quality monitoring system, including monitors for
shield or TBM deactivation and alarm activation .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 8 of 16
KHA No. 061018022
October 2009
d. Shaft Layout Drawings : The Contractor shall submit shaft layout drawings
detailing dimensions and locations of all equipment, including overall work area
boundaries, crane, front-end loader, forklift, spoil stockpiles , spoil hauling
equipment, jacking frame, pumps, generator, lubrication plant, pipe storage area,
tool trailer or containers, sound baffles, fences, and staging area. Shaft layout
drawings will be required for jacking and receiving shaft locations and shall be
to scale, or show correct dimensions . The Contractor's layout drawings shall
show that all equipment and operations shall be completely contained within the
allowable work areas shown on the Plans
e . Submit results of line and grade survey to ensure that the thrust block, jacking
frame, and launch and retrieval seals are installed properly, prior to launch.
f. Calculations: Calculations shall be consistent with information provided in the
Geotechnical Reports. Calculations shall be prepared, stamped and signed by a
Texas licensed Civil or Structural engineer.
-
1) Provide an estimate of the maximum jacking force expected to complete
each drive, accounting for both face pressures and frictional resistance
along the pipe string.
2) Calculations demonstrating that the soils/rock behind the thrust block
can transfer the maximum planned jacking forces exerted by the main
jacks to the ground during pipe installation with an acceptable factor of
safety of at least 1.5, without excessive deflection or displacement.
g. Schedule: Provide a schedule for all pipejacking work, identifying all major
construction activities as independent items. The schedule shall include, at a
minimum, the following activities: mobilizatiori, water control, shaft excavation
and support, working slab construction, thrust wall construction, jacking
equipment setup, portal stabilization and testing, entry/exit seal installation for
launch/retrieval of shield, pipejacking, retrieval of the shield, installation of
carrier pipe, shaft backfill, site restoration, cleanup, and demobilization. The
schedule shall also include the work hours and workdays for each activity, and a
written description of the construction activities. The schedule will be reviewed
by the Engineer and shall be updated and resubmitted by the Contractor every
week or more frequently if requested by the Engineer.
h. Daily Records: The following daily records shall be submitted to the onsite
Engineer for review, by noon on the day following the shift for which the data or
records were taken:
1) Jacking Records: The Contractor shall provide complete written jacking
records to the Engineer. These records shall include, at a minimum:
date, time, name of operator, tunnel drive identification, installed pipe
number and corresponding tunnel length, time required to jack each
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341 1
Open-Shield Pipe Jacking
Page 9 of 16
KHA No. 061018022
October 2009
pipe, time required to set subsequent pipe, spoil volumes (muck carts per
pipe joint, and estimated volume per cart), soil conditions including
occurrences of unstable soils and estimated groundwater inflow rates if
any, jacking forces, steering jack positions, line and grade offsets, any
movement of the guidance system, shield roll, intermediate jacking
station use and jacking forces, volume and location of lubricant pumped,
problems encountered with the pipejacking shield or other components
or equipment, and durations and reasons for delays. Manually recorded
observations shall be made at intervals of not less than two times per
pipe, as conditions change, and as directed by the Engineer. At least
seven (7) days prior to the launch of the shield, the Contractor shall
submit samples of the jacking logs or records to be used.
i. Contingency Plans: The following list includes problem scenarios that may be
encountered during the pipejacking operations. The Contractor shall submit
contingency plans for dealing with each problem scenario while satisfying the
specifications. These plans shall include the observations and measurements
required to clearly identify the cause of the problems.
1) Shield unable to advance:
i) Possible obstructions (including old foundations, metallic debris,
or reinforced concrete)
ii) Insufficient jacking capacity
iii) Shield malfunction
2) Spoil removal problems:
i) Spoils becoming clogged on conveyor/auger system
3) Strong hydrocarbon smell is detected in the shield or in the shaft
4) Laser distorted by heat, humidity, or physical disturbance
5) Jacking forces:
i) Jacking forces increase dramatically or suddenly
ii) Jacking forces reach design capacity of pipe, jacking frame, or
thrust wall (treat these scenarios as separate incidents)
6) Settlement and Subsidence:
i) Survey measurements indicate deformations exceed allowable
limits
ii) Excavated volumes significantly exceed pipe volume installed
iii) Voids are encountered or created by overexcavation that may
not be detectable by survey measurements
7) Steering difficulties result in line and grade tolerances being exceeded
Medical District Water Distribution System Improvements, Part 4,
Sout h Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 10 of 16
KHA No. 061018022
October 2009
8) Pipe has been damaged or has been found to be out of compliance with
specifications:
i) Before installation
ii) During, or after installation
9) Thrust block deforms excessively under jacking loads, or provides
insufficient capacity to advance pipe
10) Severe storms or flooding predicted; shaft flooding possible
J· Safety Plan: A Safety Plan for the pipejacking 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.
B PRODUCTS
1. MATERIALS
a. Steel Casing Pipe: Steel casing pipe used as jacking pipe shall conform to 02610
-Steel Casing Pipe.
C EXECUTION
1. GENERAL REQUIREMENTS
a. Pipejacking shall not begin until the following tasks have been completed:
1) All required submittals have been provided, reviewed, and accepted.
2) Jacking and receiving shaft excavations and support systems have been
completed in accordance with accepted submittals and the requirements
of 02261 -Shaft Excavation and Support.
3) The Contractor has stabilized the soil at all entry and exit locations as
necessary to stabilize any weak, running, or flowing soils. The
Contractor has confirmed that the ground has been stabilized to the
extent that the ground will remain stable without movement of soil or
water while the entry/exit location shoring is removed and while the
shield is being launched or received into a shaft or during jacking
operations. The progressive steps identified in 02315 -Portal
Stabilization shall be used to confirm suitable stabilization for all
entry/exit locations.
4) The location, orientation, and grade of the jacking frame or guide rails
and entry/exit seals have been surveyed to ensure they are on the proper
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jackin~
Page 11 of 16
KHA No. 061018022
October 2009
line and grade and to verify that they are properly supported . Special
care shall be taken when setting the guide rails and jacking frame to
ensure stability and correctness of the alignment and grade. Guide rails
or jacking frame shall be securely attached to the concrete working slab,
with supplementary braces, concrete, or grout if necessary, to prevent
movement or shifting during the work.
5) A start-up inspection of all mechanical and hydraulic systems associated
with the pipejacking operations has been completed. The system shall
be tested to ensure that the pipejacking shield and supporting equipment
is functioning properly. The Engineer shall be notified at least 72 hours
prior to the start-up inspection and a site inspector representing the
Owner shall be present during the start-up inspection. Key shield
performance data shall be measured and recorded by the Contractor
during this inspection, including cutterhead rotational torque, correct
functioning of main and steering jacks, laser, and other components .
The records of the start-up inspection shall be submitted to the Engineer
within 24 hours of the completed inspection.
6) Site safety representative has prepared a code of safe practices and an
emergency plan in accordance with OSHA and other applicable
requirements. Provide the Engineer with a copy of each prior to starting
pipejacking. Hold safety meetings and provide safety instruction for
new employees as required by OSHA .
7) All specified settlement monitoring instrumentation has been installed,
approved, and baselined .
b. The Contractor shall furnish all necessary equipment, power, water, and utilities
for pipejacking, pipe lubricant mixing and pumping, spoil removal and disposal,
grouting, and other associated work required for the Contractor's methods of
construction .
c. The Contractor shall properly manage and dispose of groundwater, surface
water, and construction water inflows to the shafts in accordance with the
requirements of 02242 -Water Control for Shafts and Tunnels.
d. Conduct all operations such that trucks and other vehicles do not interfere with
traffic or create a mud, dust, or noise nuisance in the streets and to adjacent
properties. Promptly clean up, remove, and dispose of mud or spoil spillage .
e. All work shall be done so as not to disturb roadways, railroads, waterways,
adjacent structures, landscaped areas, or existing utilities. Any damage shall be
immediately repaired to original or better condition.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 12 of 16
KHA No. 061018022
October 2009
f. Whenever there is a condition that is likely to endanger the stability of the
excavation or adjacent structures, the Contractor shall operate with a full crew
24 hours a day, including weekends and holidays, without interruption, until
those conditions no longer jeopardize the stability of the work .
g. The Contractor shall notify the Texas One Call system (800-245-4545) to
request marking of utilities by utility owners I operators that subscribe to One
Call, and shall individually notify all other known or suspected utilities to
request marking of these utilities . The Contractor shall confirm that all requested
locates are made prior to commencing tunneling operations. The Contractor shall
visually confirm and stake all existing lines, cables, or other underground
facilities including exposing all crossing utilities and utilities within ten ( 10) feet
laterally of the designed bore. The Contractor shall control drilling and grouting
practices to prevent damage to existing utilities.
2. PIPEJACKING
-
a . Provide a suitable jacking frame and thrust block to carry out the work. Provide
intermediate jacking stations as required to complete the pipejacking drives
indicated on the Plans. Intermediate jacking stations shall be installed and used
if the total jacking force during a drive exceeds 70% of the capacity of the
following: the main jacks, the maximum allowable jacking force on the pipe, or
the maximum allowable jacking force on the thrust block, whichever is less.
IJS's shall be installed and operated in accordance with approved submittals.
b . Transport the jacking pipe from storage to jacking shaft without damage.
Transport methods shall be acceptable to pipe manufacturer. Damaged jacking
pipe shall not be used in the work, unless permitted in writing by the Engineer.
Set the pipe to be jacked on properly braced and supported guide rails or jacking
frame .
c . The axial forces from the thrust jacks shall be distributed to the jacking pipe
uniformly through a properly designed thrust ring and cushion material to
prevent damage to the ends of the pipe. Jacking forces applied to the pipe shall
not exceed the specified allowable compressive stresses.
d. Jacking pipe sections shall be jacked into position following the design line and
grade without damaging the pipe. In the event a section of pipe is damaged
during the jacking operation, the Contractor, with written approval from the
Engineer, shall make temporary repairs to the pipe and shall jack the pipe
through to the next shaft for removal.
·e . The pipejacking shield shall be operated to restrict the excavation of the
materials to a volume equal to the shield and pipe jacked, to prevent loss of
ground and settlement or possible damage to overlying structures. The
Contractor shall monitor excavated spoil volume . If excavated spoil volume
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 0234 ~
Open-Shield Pipe Jackin~
Page 13 of 16
KHA No . 061018022
October 2009
exceeds the theoretical volume of the shield and pipe being installed, the
Contractor shall notify the Engineer and promptly modify excavation and face
support procedures to prevent further overexcavation .
f. Pipejacking operations shall control surface settlement and heave above the
pipeline to prevent damage to existing utilities, facilities, and improvements. In
no case shall ground movements (settlement/heave) exceed the values specified
in 02445 -Settlement Monitoring, and shall not cause damage to adjacent
structures, roadways, or utilities. The Contractor shall repair any damage
resulting from construction activities, at no additional cost to Owner and without
extension of schedule for completion. The Contractor shall modify equipment
and procedures as required to avoid recurrence of excessive settlements or
damage.
g. Provide a lubrication system, and inject pipe lubricants through injection ports at
the rear of the pipejacking shield and ports in the jacking pipe as necessary, to
minimize pipe friction. Injection ports shall be installed by the manufacturer in
the pipe at intervals not to exceed ten ( I 0) feet along the pipe string. Pipe
lubricants shall be injected continuously as the pipe is advanced. The volume
injected shall not be less than that required to fill the annular void space outside
the pipe. Inject greater volumes as required to minimize jacking forces.
h. Completely contain, transport, and dispose of all excavated materials away from
the construction site. Use only the disposal sites identified in approved
submittals for spoil disposal.
1. The Contractor shall perform contact grouting for shaft construction and
pipejacking as specified in 03360 -Contact Grouting.
3. CONTROL OF LINE AND GRADE
a . The Owner will establish the survey control points indicated on the Plans, at
ground surface. The Contractor shall verify these control points by survey prior
to the start of construction, and shall confirm positions or report any errors or
discrepancies in writing to the Engineer.
b. After confirming that all established survey control points provided for the
Contractor's use are accurate, the Contractor shall use these control points to
furnish and maintain all reference lines and grades for pipejacking . The
Contractor shall use these lines and grades to establish the exact location of the
jacking pipe using a laser or theodolite guidance system. Submit to the Engineer
copies of field notes used to establish all lines and grades and Contractor shall
check guidance system setup prior to beginning each pipejacking drive .
Contractor shall perform survey checks of the guidance system and the line and
grade of the jacking pipe on a daily basis during pipe jacking operations. The
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 14 of 16
KHA No. 061018022
October 2009
Contractor is fully responsible for the accuracy of the work and the correction of
it , as required.
c. The Contractor shall install the jacking pipe in accordance with the following
tolerances :
1) Variations from design line (Horizontal):+/-two (2) inch maximum .
2) Variations from design grade (Vertical):+/-two (2) inch maximum.
d. The shield shall be steered to maintain line and grade within the tolerances
specified. This shall be achieved by continuously monitoring and adjusting line,
grade, roll, and steering attitude during the operation . If the installation is off of
design line or grade, make the necessary corrections, and return to the design
alignment and grade at a rate of not more than one (I) inch per twenty-five (25)
feet.
e. The guidance system shall be mounted independently from -the thrust block and
jacking frame and independent of shaft shoring system to maintain alignment if
there is movement of equipment during jacking. Stop pipejacking operations and
reset guidance system if its alignment shifts or is moved off design alignment
and grade for any reason. Check guidance system setup at least once per shift.
Guidance system shall only be reset by experienced, competent surveying
personnel in accordance with acceptable procedures.
f. Monitor line and grade continuously during pipejacking operations. Record
deviation with respect to design line and grade once at each pipe joint and
submit records to Engineer daily.
g. If the pipe installation does not meet the specified tolerance, the Contractor shall
correct the installation including any necessary redesign of the pipeline or
structures and acquisition of necessary easements. All corrective work shall be
performed by the Contractor at no additional cost to the District and without
schedule extension, and is subject to the written approval of the Engineer.
4. OBSTRUCTIONS
a. If the pipejacking operations should encounter an object or condition that
impedes the forward progress of the shield, the Contractor shall notify the
Engineer immediately. The Contractor shall correct the condition, and remove,
clear, or otherwise make it possible for the pipejacking shield and jacked pipe to
advance past any objects or obstructions that impede forward progress of the
shield . The Contractor shall proceed with removal of the object or obstruction
by methods submitted by the Contractor and accepted by the Engineer. The
Contractor may receive compensation for removal of obstructions, as defined as
metallic debris, reinforced concrete, rocks, whole trees, and other hard objects
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacl<ln~ KHA No. 061018022
October 2009 Page 15 of 16
with a maximum dimension larger than forty percent (40%) of the outer diameJ
of the shield or cutting head, which cannot be broken up by the cutting tools witfi
diligent effort, and that are located partially or wholly within the cross-sectional I
area of the bore. Payment will be negotiated with the Contractor by the Enginee~
on a case-by-case basis. The Engineer shall be provided an opportunity to view I
obstruction prior to removal. Any removal process that does not allow direct I
inspection of the nature and position of the obstruction will not be considered for
payment. The Contractor will receive no additional compensation for removing,!
clearing, or otherwise making it possible for the pipejacking shield to advance
past objects consisting of cobbles, boulders, wood, reinforced concrete, and
other nonmetallic objects or debris with maximum lateral dimensions less than
forty percent ( 40%) of the outer diameter of the shield or cutterhead, whichever
is larger.
5. SAFETY
a. The Contractor is responsible for safety on the job site. Methods of construction
shall be such as to ensure the safety of the work, Contractor's and other
employees on site, and the public . Perform all work in accordance with all
current applicable regulations and safety requirements of Federal, State, and
local agencies. Comply with all applicable provisions of 29 CFR Part I 926,
Subpart S -Underground Construction and Subpart P -Excavations, by OSHA.
In the event of conflict, comply with the more stringent requirements.
b. When personnel are underground, furnish and operate a temporary ventilation
system, and air monitoring system conforming to the requirements of and OSHA.
Operate and maintain a ventilation system that provides a sufficient supply of fresH
air and maintains an atmosphere free of toxic or flammable gasses in all
underground work areas.
c. All work shall conform to the requirements of and OSHA. Gas testing shall be
performed by a certified gas tester in accordance with OSHA requirements.
d. No gasoline-powered equipment shall be permitted in jacking and receiving
shafts . Diesel, electrical, hydraulic, and air powered equipment is acceptable,
subject to applicable local, State, and Federal regulations .
e. Contractor shall obtain necessary tunneling permits it needs for its work.
6. CLEANUP AND RESTORATION
a. After completion of pipejacking, all construction debris, spoils, oil, grease, and
other materials shall be removed from the jacking pipe, jacking and receiving
shafts, and all Contractor and project work areas .
Med ical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02341
Open-Shield Pipe Jacking
Page 16 of 16
KHA No. 061018022
October 2009
b. Restoration shall follow construction as the work progresses, and shall be
completed as soon as possible. Restore and repair any damage resulting from
surface settlement caused by shaft excavation , or pipejacking. Any property
damaged or destroyed, shall be restored to a condition equal to or better than
existing prior to construction. Restoration shall be completed no later than thirty
(30) days after the pipejacking is complete. This provision for restoration shall
include all property affected by the construction operations.
END OF SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 0234
Microtunnelin~
Page 1 of 19
KHA No . 061018022
October 2009
A. GENERAL
1. SCOPE OF WORK
a. This Section establishes the minimum requirements for installing casing pipe by
microtunneling at locations indicated on the Plans. The Contractor shall furnish
all labor, equipment, and materials necessary for microtunneling pipe
installation, and other associated work .
2 . RELATED WORK SPECIFIED ELSEWHERE
a. DA-129 -Construction Coordination with UPRR Permit Area
b. 02242 -Water Control for Shafts and Tunnels
c. 02261 -Shaft Excavation and Support
d. 02315 -Portal Stabilization
E . 02349 -Installation of Carrier Pipe in Casing
f. 02445 -Settlement Monitoring
G. 02610-Steel Casing Pipe
h. 03360 -Contact Grouting
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. The latest edition available on the date of issue of Contract Documents
shall be used .
b. Occupational Safety and Health Administration (OSHA) Regulations and
Standards for Underground Construction, 29 CFR Part 1926, Subpart S,
Underground Construction, and Subpart P, Excavations.
c. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements, Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ
Engineering, Inc., March, 2008.
d. "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ Engineering, Inc.,
January 2009.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 2 of 19
KHA No. 061018022
October 2009
4. DEFINITIONS
a. Microtunneling: A remotely controlled, guided, pipejacking process that
provides continuous support to the excavation face and uses a pressurized slurry
spoil removal system. The microtunneling process does not require routine
personnel entry into the tunnel. A key element of microtunneling is the ability to
control the stability of the face by applying fluid and mechanical pressure to
balance the earth and groundwater pressures.
b. Microtunnel Boring Machine (MTBM): Remote-controlled, guided slurry shield
that can provide continuous support to the excavation face. The MTBM is
operated from a control container located on the ground surface. Excavation is
achieved by a rotating cutterwheel. Excavated soil/rock enters a sealed chamber
where it is mixed with bentonite and water to form a slurry. Pumps cycle the
slurry to the surface where a separation plant removes the solids from the slurry.
The recycled slurry is then returned to the face in a closed system of pumps and
hoses. Because of the remote control operation and the closed spoil-removal
system, routine personnel entry into the MTBM is not required. Slurry used to
convey spoil may be water; however, it often contains additives such as
bentonite that thicken the slurry, allowing it to carry more solids and providing
gel strength to stabilize the face and prevent the slurry from permeating the
excavation at the heading. The guidance system consists of a laser or theodolite
and EDM ( electronic distance measurement) device mounted in the jacking shaft
communicating a reference line to a target mounted in the MTBM's articulated
steering head. The target in an MTBM provides the operator with information
about machine attitude and pitch, and can allow for accurate steering control.
c. Jacking Pipe: Pipe jacked behind the microtunneling machine. The jacking pipe
may be the carrier pipe or casing pipe, and must be specifically designed to be
installed by pipejacking using microtunneling equipment.
d. Carrier Pipe: Permanent pipe for operational use that conveys flow.
e. Casing: A pipe installed by microtunneling that supports the ground and
provides a stable underground support system for the installation of a carrier
pipe.
f. Intermediate Jacking Station (IJS): A fabricated steel cylinder fitted with
hydraulic jacks spaced around the circumference which is incorporated into the
pipeline between two specially fabricated pipe sections. The function of an
intermediate jacking station is to distribute the jacking load along the pipe string
during pipe installation. The hydraulic jacks are removed at the completion of a
drive and the gap between adjacent pipe sections is fully closed by pushing the
pipes together with the main shaft jacks or another IJS. The steel cylinder
remains as an extended sleeve or coupling. The steel cylinder should be
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunnelinft
Page 3 of 19
KHA No. 061018022
October 2009
protected from corrosion , consistent with corrosion protection used for the
jacking pipe and joints.
g. Launch/Retrieval Seal or Entry/Exit Seal: A mechanical seal usually comprised
of one or more rubber flanges attached to a steel housing that is mounted to the
wall of the jacking/receiving shaft. The microtunneling machine distends the
flange seal as it passes through, reducing water, slurry, or lubrication inflows
into the shaft during microtunneling operations.
h. Lubrication/Grout Port: A port located within the MTBM or in the jacking pipe
fitted with a one-way valve for injection of lubrication material or grout into the
annular space between the pipe and the ground.
1. Jacking Record: A computer-generated or manually recorded report that
contains information on microtunneling operations and may include: date, time,
name of operator, tunnel drive identification, installed tunnel length, rate of
advance, jacking forces, cutterhead speed and torque, slurry inflow and outflow
rates and pressures, bypass valve position, use of any cutting or high-pressure
nozzles, face pressure, steering jack positions, line and grade offsets, any
movement of the guidance system, machine inclination and roll, intermediate
jacking station use and jacking forces, pressure, volume, and location of any
lubricant pumped, problems encountered with the tunneling machine or other
components or equipment, and durations and reasons for delays.
j . Settlement Point: A point with elevation and spatial location established by
survey prior to construction. The point is re-surveyed periodically to monitor
ground movements . The point may be a nail, pin, subsurface settlement rod,
borehole extensometer, or other device that can be readily located and surveyed.
k. Obstruction: Objects located wholly or partially within the cross-sectional area
excavated by the microtunneling machine that prevent the forward movement of
the microtunneling machine after all diligent efforts to advance past the object
by the Contractor have failed .
5. DESIGN CRITERIA
a. Microtunneling Equipment:
I) Only pressurized, closed-face, remotely operated microtunneling
equipment using slurry spoil removal, shall be used for all
microtunneling work required for this project as defined in this Section.
The microtunneling machine shall be manufactured by Akkerman,
Herrenknecht, Iseki, Lovat, Wirth/Soltau, or approved alternate company
that specializes in the design and fabrication of this type of equipment.
The machine shall be capable of fully supporting the face during both
excavation and shutdown periods, and shall have the capability of
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 4 of 19
KHA No. 061018022
October 2009
exerting a continuous, measurable, controllable stabilizing pressure at
the face as required to prevent loss of ground and groundwater inflows.
The system shall be capable of adjustment required to counterbalance
the groundwater and soil pressures at the tunnel face to an accuracy of±
one foot of equivalent hydrostatic pressure (i .e ., ± 62.4 psf). A pressure
gage shall be provided so the operator can monitor the pressure exerted
at the heading.
2) Microtunneling equipment selected for the project shall be suitable for
and capable of efficiently advancing through the geologic conditions
indicated in the Geotechnical Report. The microtunneling machine
shall be capable of crushing or excavating boulders or other objects up
to 30% of the outside diameter of the MTBM and up to an unconfined
compressive strength of 30,000 psi. The MTBM shall be capable of
efficiently excavating and advancing through medium stiff to hard
cohesive and medium dense to very dense granular soils, as well as full-
face rock (shale and limestone) with unconfined compressive strengths
up to l 0,000 psi.
3) The machine shall have a watertight articulation joint between two
segments of the shield . The shield shall be steerable in both the vertical
and horizontal directions to allow the operator to maintain line and grade
within the specified tolerances . The guidance system shall be designed
to function at the maximum required drive length without loss of
accuracy or reliability of function. A display showing the position of the
machine in relation to design line-and-grade shall be provided at the
control panel to allow the operator to continuously monitor line and
grade deviations .
4) The cutterhead shall have a reversible dri ve system so that it can rotate
in either direction or other suitable provisions to minimize rotation or
roll of the machine or pipe during installation.
5) The maximum radial overcut for each crossing has been determined
based on considerations for potential settlement above the tunnel, drive
length, pipe diameter, and ground conditions. The maximum radial
overcut shall be one (1.0) inch. The minimum radial overcut shall be
one-half of one (0 .5) inch. The radial overcut shall be determined as the
difference between the maximum diameter created by the cutting teeth or
overcut band on the machine (whichever is greater) and the outer
diameter of the pipeline or casing, divided by two.
6) A lubrication injection system shall be provided to inject pipe lubricant
around the MTBM and jacking pipe to decrease frictional resistance.
Lubrication materials may include a mixture of bentonite and/or
polymers and water. Lubrication ports shall be provided in the MTBM
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunnelink
Page 5 of 19
KHA No. 061018022
October 2009
and jacking pipe to allow for lubrication along the pipe string at intervals
of not more than ten ( 10) feet.
7) The machine shall be equipped with a computerized data acquisition
system for collecting information for the jacking record . An on-site
printer and disk drive shall also be provided for production of a printed
daily jacking record and an electronic copy of the data. As a supplement
to the computerized data acquisition system, the Contractor shall also
use manual data acquisition for collecting information for the jacking
record .
8) Where there is a potential for flammable or noxious gases to be
encountered the machine shall have an automatic shut-off switch and
provisions for continuous gas monitoring.
b. Methods and equipment shall control surface settlement and heave above the
pipeline to prevent damage to existing utilities , facilities , and improvements.
Ground movements (settlement/heave) shall be limited to values that do not
cause damage or distress to surface features, utilities, or improvements . In no
case shall settlements exceed the applicable values listed in 02445 -Settlement
Monitoring. The Contractor shall be responsible for any damage to existing
features , improve ments , or utilities, and shall repair any damage to the
satisfaction of the Engineer, at no additional cost to the Owner, and without
schedule extension .
c . The slurry separation plant shall be designed to achieve the rates of spoil
separation and slurry cleaning required for planned production rates. The
Contractor is advised that along portions of the project, the ground conditions
may include silt and clay-rich soil and rock that could present delays if a gravity
separation method is used alone. Shaker screens, hydrocyclones and centrifuges
may be required for efficient separation of spoils . The separation plant must fit
within the allowable work areas shown on the Plans. Excavated slurry pits or
ponds will not be allowed . All excavated materials and slurry must be
completely contained within tanks, trucks, or other containers at all times. For
disposal of excavated materials Contractor shall comply with local, State and
Federal regulations, codes and statutes and obtain and comply with any
necessary permits .
d . Intermediate jacking stations shall be fully sealed between the interjack shell an9
each interjack pipe, to prevent soil or groundwater inflows . The Contractor shall
install and use an IJS if jacking forces reach or exceed 70% of the safe design
capacity of the jacking pipe, IJS pipe, jacking frame , or thrust block, whichever
is lowest. The Contractor may elect to use the additional IJS before jacking
forces reach the threshold values. IJS shells shall be protected from corrosion to
the same extent as the adjacent pipe and joints.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 6 of 19
KHA No. 061018022
October 2009
e . Pipe design for jacking loads and acceptable fabrication tolerances is the
responsibility of the Contractor. Maximum jacking loads applied to the jacking
pipe shall not exceed fifty percent (50%) of the ultimate compressive strength of
the pipe material or the maximum allowable design strength of the pipe as
established by the manufacturer, whichever is lower. Each jacking pipe shall
contain at least one lubrication/grout port at a spacing not to exceed ten ( 10) feet
along the pipe string.
f. A thrust block shall be used to transfer jacking loads to the soil/rock behind the
jacking shaft. The thrust block face shall be constructed perpendicular to the
proposed pipe alignment. The thrust block shall be designed to withstand the
maximum jacking forces developed by the main jacks, without excessive
deflection or displacement. Forces applied to the soil/rock shall not exceed the
lesser of the allowable passive earth pressure, with a minimum factor of safety of
1.5 or the strength of the ground support system with consideration of passive
soil resistance and allowable deformations of the support system and soil mass.
-
g. Provide launch and retrieval seals at all shaft exit and entry locations. Provide
portal stabilization as required in 02315 -Portal Stabilization to prevent loss of
ground and uncontrolled groundwater inflows at entry ~nd exit seal locations.
h: Provide specialized equipment necessary to install the UPRR 36-inch water line
crossing at 12% grade as shown on the Plans , such as an angled shaft floor and
thrust block, a pipe clamp, etc.
6. QUALITY ASSURANCE
a. Failure to meet the qualification requirements herein is failure to fulfill the
Contract and the Contractor will be required to obtain a subcontractor that meets
the qualification requirements .
b . The project superintendent shall have at least five (5) years of experience
supervising microtunneling construction. The Contractor shall submit a
description of referenced projects including owner's name and contact
information, project superintendent, and machine operators.
c . The microtunneling machine operator(s) shall have technical training in the
operation of the proposed microtunneling equipment and shall have completed ,
as a primary operator, at least five (5) similar microtunneling projects involving
at least 500 feet of microtunneling on each project. At least one project shall
have been completed in rock. At least one of the projects shall have an
individual drive equal to or greater in length than the longest drive on this
project. The Contractor shall submit a description of referenced projects
including owner's name and contact information , project superintendent, and
machine operators.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 023 t
Microtunneling
Page 7 of 119
KHA No . 061018022
October 2009
d.
e .
f.
g.
h.
I.
The site safety representative and personnel responsible for air quality
monitoring shall be experienced in tunnel construction .
The surveyor responsible for line-and -grade control shall be a Licensed Surveydr
registered in the State of Texas who has prior experience in similar projects . I
The Contractor shall provide at least 72 hours advance written notice to EngineJ r
of the planned launch of the MTBM. I
All work by the Contractor shall be done in the presence of the Engineer unless
the Engineer grants prior written approval to perform such work in Engineer 's
absence .
The Contractor shall immediately notify the Engineer, in writing, when any
problems are encountered with equipment or materials, or if the Contractor
believes the conditions encountered are materially and significantly different
than those represented within the Contract Documents.
The Contractor shall allow access to the Engineer and shall furnish necessary
assistance and cooperation to aid the Engineer in observations, measurements,
data, and sample collection, including, but not limited to the following :
I) The Engineer shall have access to the operator control container prior to,
during, and following all microtunneling operations . This shall include,
but not be limited to, providing visual access to real-time operator
control screens, gauges, and indicators .
2) The Engineer shall have access to the jacking and reception shafts prior
to , during, and following all jacking operations. This shall include, but
not be limited to, visual inspection of installed pipes, launch and
retrieval seals, and verification of line and grade . The Contractor shall
provide safe access in accordance with all safety regulations.
3) The Engineer shall have access to the slurry separation plant prior to,
during, and following all microtunneling operations. This shall include,
but not be limited to, access to shaker screens, hydrocyclones, conveyor
belts, centrifuge equipment, and slurry and spoil holding tanks . The
Engineer shall be allowed to collect soil samples from the shaker screens
and/or spoil holding tanks on the slurry separation plant a minimum of
once per installed pipe section, or every ten ( 10) feet, whichever is more
often, and at any time when soil conditions change or debris or foreign
objects are apparent or suspected.
4) The Engineer shall have access to the bentonite lubrication plant prior
to, during, and following all jacking operations . This shall include, but
not be limited to, access to visually inspect storage and mixing tanks,
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 8 of 19
KHA No. 061018022
October 2009
lubricant pressures and pumping rates, and amount and type of lubricants
on site .
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 respons ibilities under this
Contract.
b. Qualifications: Submit the name of the Contractor that will perform the
microtunneling work and written documentation summarizing the qualifications
of the firm , description of reference projects including owner 's name and contact
information, and the names of the project superintendent, machine operators , and
site safety representative. Submit personnel qualifications in accordance with
Paragraphs A.2.b through e. Provide qualifications and training records for site
safety representative, personnel responsible for air quality ~onitoring, and
licensed surveyor.
c . Microtunneling Equipment: Submit the following describing the microtunneling
equipment and construction methods to be employed :
1) A detailed description of the methods and equipment to be used in
completing each microtunnel drive.
2) Manufacturer's literature describing the microtunneling system including
the machine and all ancillary equipment. Provide descriptions of
projects on which this system has been successfully used including
names, addresses, and telephone numbers of owner 's representatives for
these projects as well as length , diameter, and pipe material used . If a
used or refurbished MTBM is proposed, list previous usage,
modifications made and dates of modifications, and detailed description
of the extent and dates of refurbishment. Include the following
information concerning the MTBM :
i) Dimens ions ,
ii) Torque , rotation speed range , and no-load or "dry" torque
reading ,
iii) Cutter types , configuration, and gauge cutter setting for overcut,
(include photograph if available)
iv) Articulation and ste ering capability,
v) Cutterhead jets/ports
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 023 5
Microtunnelidg
Page 9 of 19
KHA No. 061018022
October 2009
vi) Face/excavation chamber pressure gauge locations and types.
3) The excavation diameter based upon the outermost dimensions of the
gauge cutters or shield. Also provide the radial overcut which shall be
determined as the difference between the maximum excavation diameter
and the outer diameter of the jacking pipe, divided by two.
4) A description of the alignment control systems including manufacturer's
literature and drawings showing setup, support provisions, and other
details for the laser or theodolite system. Submit a description of
surveying methods to set guidance system positions and a description o:ffi'
procedures to check and reset or realign guidance system during
construction. Submit a description of methods to ensure that thrust
block, exit and entry seals, and jacking frame are installed on proper line
and grade.
5) Submit results of line and grade survey to ensure that the thrust block,
jacking frame, guide rails, entry seal, and exit seals-are installed properly
prior to launch of each drive. Confirm that these systems can achieve
the required pipeline line and grade within the specified tolerances.
6) Capacity, number, and arrangement of main jacks including details of the
thrust ring, thrust block, jacking frame, jacking controls, pressure
gauges, and jack calibration data (pressure vs. force relationship for each
stage of the jacks).
7) Details of pipe lubrication injection system and pipe lubricants to be
used during microtunneling, including manufacturer's literature and
MSDS sheets . Include a description of proposed lubrication procedures
during jacking, including estimated volumes of lubricant that will be
pumped. Confirm that sufficient volume of lubricant will be pumped at
all times to completely fill the annular space outside the jacking pipe.
8) Details of spoil and slurry handling, separation, transport, and disposal
equipment and procedures including details of slurry additives, slurry
separation plant, and the location of slurry and spoil disposal sites.
Confirm that slurry and spoils shall be contained at all times and shall
not be stockpiled or dumped on site or allowed to spill and collect
around slurry separation plant. Provide manufacturers description for
slurry additives and Material Safety Data Sheets (MSDSs). Provide
written documentation from the disposal site(s) indicating that they will
accept the spoil or slurry and are in compliance with applicable
regulations.
9) Ventilation and air quality monitoring system, including monitors for
MTBM deactivation and alarm activation.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 10 of 19
KHA No. 061018022
October 2009
d . Submit drawings and details of microtunneling entry and exit seals in the shafts
including materials, dimensions, arrangement, and installation procedures.
e. Submit details for special equipment and procedures related to installing the
UPRR 36-inch water line crossing to the 12% grade required .
f. Shaft Layout Drawings: The Contractor shall submit shaft layout drawings
detailing dimensions and locations of all equipment, including overall work area
boundaries. Shaft layout drawings will be required for jacking and receiving
shaft locations and shall be to scale, or show correct dimensions. The
Contractor's layout drawings shall show that all equipment and operations shall
be completely contained within the allowable work areas shown on the Plans.
g. Schedule: Provide a schedule for all microtunneling work, identifying all major
construction activities as independent items . The schedule shall include, as a
minimum, the following activities: mobilization, groundwater control at jacking
and receiving shafts, shaft excavation and support, working_slab construction,
thrust wall construction, jacking equipment setup, portal stabilization, entry ring
installation for launch of machine, microtunneling, retrieval of the MTBM,
installation of the carrier pipe inside jacked casing, shaft backfill, site
restoration, cleanup, and demobilization. The schedule shall also include the
work hours and workdays for each activity, and a written description of the
construction activities. The schedule will be reviewed by the Engineer and shall
be updated and resubmitted by the Contractor every two (2) weeks or more
frequently if requested by the Engineer.
h. Daily Records: The following daily records shall be submitted to the onsite
Engineer by noon on the day following the shift for which the data or records
were taken.
1) Jacking Records: The Contractor shall provide complete jacking records
to the Engineer. These records shall include, at a minimum: date, time,
name of operator, tunnel drive identification, installed pipe number and
corresponding tunnel length, rate of advance, jacking forces, cutterhead
speed and torque, slurry flow rates and pressures, bypass valve position,
use of any cutting or high-pressure nozzles, face pressure, steering jack
positions, line and grade offsets, any movement of the guidance system,
machine inclination and roll, intermediate jacking station use and
jacking forces, problems encountered with the tunneling machine or
other components or equipment, and durations and reasons for delays.
Computer-recorded data should be referenced to time and distance and
should be recorded at time intervals of two minutes or less. Manually
recorded observations should be made at intervals of not less than three
times per pipe, whenever conditions change, and as directed by the
Engineer. At least seven (7) days prior to the launch of the machine, the
Contractor shall submit samples of the automated and manual jacking
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 0234p
Microtunneling
Page 11 of 19
KHA No. 061018022
October 2009
records . Reports shall include electronic data and any necessary
programs to interpret data, and the manual logs or records to be used.
2) Lubrication Records: The Contractor shall provide lubrication records
to the Engineer. These records shall include the injection locations
along the pipe string, lubrication type and additives, and amount, in
gallons, of lubricant pumped throughout a drive. The record will also
include the type of additive used and date, time, and drive distance when
used.
3) Slurry Additives: The Contractor shall provide records of all slurry
additives including any bentonite and polymers. The time and volume,
or weight, of the additive shall be noted. Measurements of mud weights,
specific gravity, and viscosity shall be made at the beginning, middle,
and end of each shift, and submitted with the daily logs. Measurements
shall be made on slurry samples taken from the slurry tanks and noted
accordingly.
1. Calculations: Calculations shall be submitted in a neat, legible format.
Assumptions used in calculations shall be consistent with information provided
in the Geotechnical Report. All calculations shall be prepared by a professional
engineer licensed in State of Texas, who shall stamp and sign calculations.
1) Provide an estimate of the maximum jacking force expected to complete
each drive, accounting for both face pressures and frictional resistance
along the pipe string.
2) Calculations demonstrating that the soils behind the thrust block can
transfer the maximum planned jacking forces exerted by the main jacks
to the ground during pipe installation with a factor of safety of at least
1.5, without excessive deflection or displacement.
J . Intermediate Jacking Stations: Drawings and design details for intermediate
jacking stations including dimensions, shell materials, seals, proposed spacing,
criteria for installing, method of operation, number of stations, method of
abandonment, and final seal configuration.
k. Portal Stabilization around Shafts : The Contractor shall submit details on portal
stabilization and the method of controlling groundwater inflows and loss of
ground into the shafts at all times, including the periods during launch and
retrieval of the microtunneling machine. Confirm that ground and groundwater
control methods will be in accordance with 02315 -Portal Stabilization and
02242 -Water Control for Shaft and Tunnel Construction.
I. Contingency Plans: The following list includes problem scenarios that may be
encountered during the microtunneling operations. The Contractor shall submit
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 12 of 19
KHA No. 061018022
October 2009
contingency plans for dealing with each problem scenario while satisfying the
specifications. These plans shall include the observations and measurements
required to clearly identify the cause of the problems.
1) Machine unable to advance:
i) Possible obstructions (including boulders, old foundations , well
casing, metallic debris, or reinforced concrete).
ii) Insufficient jacking capacity.
iii) Machine or component malfunction.
2) Slurry separation problems:
i) Cuttings are not adequately separated using the slurry separation
plant.
ii) Cuttings settle out in the slurry lines before reaching the
separation plant.
3) Strong hydrocarbon smell is detected in the slurry r~tums, MTBM,
tunnel, or in the shaft. Combustible gas meters at MTBM or in tunnel
exceed l 0% of LEL for methane or possible volatile organic compounds.
4) Laser distorted by heat, humidity, or physical disturbance.
5) Jacking Forces:
i) Jacking forces increase dramatically or suddenly.
ii) Jacking forces reach design capacity of pipe, jacking frame , or
thrust wall (treat these scenarios as separate incidents).
6) Settlement and Subsidence:
i) Survey measurements indicate deformations exceed allowable
limits.
ii) Excavated volumes significantly exceed pipe volume installed.
iii) Slurry face pressures and/or torque on head decrease suddenly
and significantly.
7) Groundwater inflows to shaft increase significantly and/or transport
fines into shaft in measurable quantities.
8) Steering or guidance/tracking system difficulties result in line and grade
tolerances being exceeded .
9) Pipe has been damaged or has been found to be out of compliance with
specifications:
i) Before installation.
ii) During, or after installation .
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunnelin~
Page 13 of 19
KHA No . 061018022
October 2009
10) Thrust block deforms excessively under jacking loads , or provides
insufficient capacity to advance pipe.
11) Control signal is lost. Cannot monitor position, torque , thrust, steering
jack position, or other performance parameters
12) Excessive pipe separation at joints or pipe string movement into shaft is
experienced when jacks are retracted .
m. Safety Plan : A Safety Plan for the microtunneling operations including air
monitoring equipment and procedures , and provisions for lighting, ventilation,
and electrical system safeguards.
8. SAFETY
a. The Contractor is , responsible for safety on the job site . Methods of constructio
shall be such as to ensure the safety of the Work, Contractor's and other
employees on site, and the public. 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.
b . No gasoline powered equipment shall be permitted in jacking and receiving
shafts. Diesel, electrical, hydraulic, and air powered equipment is acceptable,
subject to applicable local, State, and Federal regulations .
c . Furnish and operate a temporary ventilation system in accordance with
applicable safety requirements when personnel are in the shaft or in the pipe.
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.
B. PRODUCTS
1. MATERIALS
a . Steel Casing Pipe: Steel pipe to be installed by direct jacking to serve as
continuous casing for the carrier pipe shall conform to 02610 -Steel Casing
Pipe.
C. EXECUTION
1. GENERAL REQUIREMENTS
a. Microtunneling shall not begin until the following tasks have been completed:
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 14 of 19
KHA No. 061018022
October 2009
1) All required submittals have been provided, reviewed, and approved.
2) Jacking shaft and receiving shaft excavations and support systems have
been completed in accordance with approved submittals . Elevations of
working slab surfaces have been surveyed to confirm that work can be
completed in accordance with alignment and grade shown on Plans.
3) The Contractor has stabiiized the soils or rock at all entry and exit
locations as required to stabilize weak, running or flowing soils and
rock. The Contractor has confirmed that the ground has been stabilized
to the extent that ground will remain stable without movement of soil,
rock, or water while the entry/exit location shoring is removed and while
the machine is being launched or received into a shaft or during jacking
operations . The progressive steps identified in 02315 -Portal
Stabilization shall be used to confirm suitable stabilization for all shaft
types and entry/exit locations .
4) All settlement monitoring instruments have been installed, surveyed, and
accepted by the Engineer.
5) The location, orientation, and grade of the jacking frame or guide rails
and entry/exit seals have been surveyed to ensure they are on the proper
line and grade and to verify that they are properly supported . Special
care shall be taken when setting the guide rails or jacking frame in the
jacking shaft to ensure stability and accuracy of the alignment and grade .
Guide rails or jacking frame shall be securely attached to the shaft
supports and concrete working slab, with supplementary concrete or
grout if necessary, to prevent movement or shifting during the work.
6) A start-up inspection of all mechanical and hydraulic systems associated
with the microtunneling operations has been completed. The system
shall be tested on the surface to ensure that the microtunneling machine
and supporting equipment is functioning properly. The Engineer shall
be notified at least 72 hours prior to the start-up inspection and a site
inspector representing the Owner will be present during the start-up
inspection. Key machine performance data will be measured and
recorded by the Contractor during this inspection, including cutterhead
rotational torque, functionality of main and steering jacks, laser and
target, and other components. The records of the start-up inspection will
be submitted to the Engineer within 24 hours of the completed
inspection.
7) Site safety representative has prepared a code of safe practices and an
emergency plan in accordance with applicable requirements. Provide the
Engineer with a copy of each prior to starting microtunneling. Hold
safety meetings and provide safety instruction for new employees.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 023 1
MicrotunneliJg
Page 15 of 1j9
KHA No. 061018022
October 2009
2.
b.
C.
d.
e.
f.
Conduct a pre-construction safety conference. Arrange this conference
and inform the Engineer of the time and place of the conference at least
seven (7) days in advance.
The Contractor shall properly manage and dispose of groundwater inflows to th l
shafts in accordance with the requirements of 02242 -Water Control for Shaft j
and Tunnel Construction and any permit conditions .
Conduct all operations such that trucks and other vehicles do not interfere with
traffic or create a mud, dust, or noise nuisance in the streets and to adjacent
properties. Promptly clean up, remove, and dispose of mud, spoils and slurry
spillage, and any slurry discharges.
All work shall be done so as not to disturb roadways, adjacent structures, I
landscaped areas, or existing utilities . Any damage shall be immediately repaireo
to original or better condition .
Whenever there is a condition that is likely to endanger the stability of the
excavation or adjacent structures, the Contractor shall operate with a full crew
24 hours a day, including weekends and holidays, without interruption, until
those conditions no longer jeopardize stability.
The Contractor shall notify the Texas One Call system (800-245-4545) to
request marking of utilities by utility owners / operators that subscribe to One
Call, and shall individually notify all other known or suspected utilities to
request marking of these utilities. The Contractor shall confirm that all requeste?
locates are made prior to commencing tunneling operations. The Contractor shall
visually confirm and stake all existing lines, cables, or other underground I
facilities including exposing all crossing utilities and utilities within ten (10) fe 9t
laterally of the designed bore. The Contractor shall control drilling and grouting
practices to prevent damage to existing utilities .
JACKING OPERATIONS I
a.
b.
Provide a suitable jacking frame and thrust block to carry out the work. ProvidJ ,
install, and operate intermediate jacking stations to complete the microtunneling
drives indicated on the Plans and in accordance with design criteria .
Intermediate jacking stations (IJS) shall be installed and used if the total jackinJ
force during a drive exceeds 70% of the capacity of the main jacks, the safe j
design capacity of the pipe or IJS pipe, or the maximum allowable jacking force
on the thrust block, whichever is less. IJS's shall be installed and operated in
accordance with approved submittals.
c. Transport the jacking pipe from storage to the jacking shaft without damage .
Transport methods shall be acceptable to the pipe manufacturer. Damaged
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical Di strict SECTION 02345
Microtunneling
Page 16 of 19
KHA No. 061018022
October 2009
jacking pipe shall not be used in the Work, unless permitted in writing by the
Engineer. Set the pipe to be jacked on properly braced and supported guide rails
or jacking frame .
d . The axial forces from the thrust jacks shall be distributed to the jacking pipe
uniformly through a thrust ring and cushion material to prevent damage to the
ends of the pipe. The Contractor or pipe manufacturer shall install pipe cushion
materials between each direct-jacked pipe joint for pipe materials other than
steel casing. The cushion materials or compression rings shall be made of
plywood or other materials recommended by the pipe manufacturer and reviewed
by the Engineer . The compression rings shall not protrude beyond the inner or
outer diameter of the pipe. The compression rings shall be of sufficient thickness
and stiffness to distribute the jacking load between successive pipe sections, and
minimize eccentric loading . Jacking forces applied to the pipe shall not exceed
the specified allowable compressive stresses stated in Paragraph A.4 .e of this
Section.
e . Jacking pipe sections shall be jacked into position following the design line and
grade without damaging the pipe . In the event a section of pipe is damaged
during the jacking operation, the Contractor, with written approval from the
Engineer, shall make temporary repairs to the pipe and shall jack the pipe
through to the next shaft for removal. Other methods of repairing the damaged
pipe may be used if approved in writing by the Engineer.
f . Provide specialized equipment as necessary to safely install the UPRR 36-inch
water line crossing to the 12% grade required. Provide a pipe clamp or other
specific means to safely hold to installed pipe string in place while the jacks are
retracted to set the next piece of jacking pipe .
3 . MICROTUNNELING
a. Microtunneling shall be completed in accordance with approved submittals , and
all applicable permit conditions.
b. Microtunneling operations shall control surface settlement and heave above the
pipeline to prevent damage to existing utilities, facilities , and improvements .
The Contractor shall repair any damage resulting from construction activities, at
no additional cost to Owner and without extension of schedule for completion.
The Contractor shall modify equipment and procedures as required to avoid
recurrence of excessive settlements, heave, or damage.
c. The microtunneling machine shall be operated to restrict the excavation of the
materials to a volume equal to the MTBM and pipe jacked, to prevent loss of
ground and settlement or possible damage to overlying structures. Control the
advance rate and monitor the volume of material excavated and adjust advance
rate , as required , to avoid loss of ground, overexcavation, or surface heave.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 0234S
Microtunnelin~ KHA No. 061018022
October 2009
d.
e.
Page 17 of 19
P "d I b . . d . . . I b . h h . . . I rov1 e a u ncat10n system, an mJect pipe u ncants t roug tnJectton ports at
the rear of the microtunneling machine and ports in the jacking pipe to minimizej
pipe friction. Pipe lubricants shall be injected continuously as the pipe is
advanced and in sufficient volume to, at a minimum, completely fill the
calculated volume produced by the overcut.
Pressure shall be applied at the tunnel face to maintain face stability and shall bJ
1
.
monitored continuously. Face pressure shall be maintained between calculated
active and passive earth pressure .
f . Control slurry pressure and avoid excessive pumping pressures to prevent the
discharge of slurry at the ground surface or into any water body. Contain and
clean up any slurry discharges immediately. Wash any paved areas with water to
avoid the tracking of slurry away from the discharge area.
g. Completely contain, transport, and dispose of all excavated materials, waste
slurry, and drilling fluids away from the construction site. All spoils and slurry
must be contained in trucks, tanks, or other containers at aH times. Dumping of
spoil or slurry on the ground, discharge into sewers, or discharge into the shafts
is not permitted. Slurry shall be pumped into tanker trucks and disposed of at
acceptable facilities in accordance with current State regulations for disposal of
these matedals. Use only the disposal sites identified in approved submittals for
muck and slurry disposal.
h. The Contractor shall perform contact grouting for all microtunneling reaches as
specified in 03360 -Contact Grouting.
4. CONTROL OF LINE AND GRADE
a. Owner will establish the survey control points indicated on the Plans. The
Contractor shall verify these control points by survey prior to the start of
construction, and shall confirm positions or report any errors or discrepancies in
writing to the Engineer.
b. After confirming all established survey control points, the Contractor shall use
these control points to furnish and maintain all reference lines and grades for
microtunneling. The Contractor shall use these lines and grades to establish the
exact location of the MTBM as it is being advanced using a laser or theodolite
guidance system . Submit to Engineer copies of field notes used to establish all
lines and grades and allow Engineer to check guidance system setup prior to
beginning each microtunneling drive. Provide access for Engineer to perform
survey checks of guidance system and line-and-grade of jacking pipe on a daily
basis during microtunneling operations. The Contractor is fully responsible for
the accuracy of the Work and the correction of it, as required.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02345
Microtunneling
Page 18 of 19
KHA No. 061018022
October 2009
c. The Contractor shall install the jacking pipe in accordance with the following
tolerances:
I) Variations from design line : +/-two (2) inches maximum.
2) Variations from design grade: +/-two (2) inches maximum.
d. The machine shall be steered to maintain line and grade within the tolerances
specified. This shall be achieved by continuously monitoring and adjusting line,
grade, machine inclination, roll, and steering attitude during the operation. If the
installation deviates from line or grade, make the necessary corrections, and
return to the design alignment and grade at a rate of not more than one inch ( 1)
per twenty-five (25) feet.
e . The guidance system shall be mounted independently from the thrust block and
jacking frame to maintain alignment if there is movement of equipment during
jacking. Stop microtunneling operations and reset guidance_ system if its
alignment shifts or is moved off design alignment and grade for any reason.
Check guidance system setup at least once per shift. Guidance system should
only be reset by experienced, competent surveying personnel in accordance with
approved procedures outlined in the submittals.
f. Monitor line and grade continuously during microtunneling operations. Record
deviation with respect to design line and grade at least once per foot and submit
records to Engineer as requested . Control line and grade of the jacking pipe to
within the specified tolerances .
g. If the pipe installation does not meet the specified tolerance, the Contractor shall
correct the installation including any necessary redesign of the pipeline or
structures and acquisition of necessary easements. All corrective work shall be
performed by the Contractor at no additional cost to the Owner and without
schedule extension, and is subject to the written approval of the Engineer.
5. OBSTRUCTIONS
a . If the microtunneling operations should encounter an object or condition that
impedes the forward progress of the machine, the Contractor shall notify the
Engineer immediately. The Contractor shall submit a plan to correct the
condition, and remove, clear, or otherwise make it possible for the
microtunneling machine and jacked pipe to advance past any and all objects or
obstructions that impede forward progress of the machine. The Contractor shall
proceed with removal of the object or obstruction by methods submitted by the
Contractor and accepted by the Engineer. The Contractor will receive
compensation for removal of obstructions, as defined as metallic debris,
reinforced concrete, whole trees, and other hard objects larger than 30% of the
outer diameter of the shield or cutter head, which cannot be broken up by the
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 0234S
Microtunnelin~
Page 19 of 19
KHA No. 061018022
October 2009
cutting tools with diligent effort, and that are located partially or wholly within
the cross-sectional area of the bore. Compensation for cost and time will be
negotiated with the Contractor by the Engineer on a case-by-case basis .
However, any removal process that does not allow direct inspection of the nature
and position of the obstruction will not be considered for payment. The
Contractor will receive no additional compensation for removing, clearing, or
otherwise making it possible for the microtunneling machine to advance past
objects consisting of full-face rock with unconfined compressive strength less
than I 0,000 psi or cobbles, boulders, wood, non-reinforced concrete, and other
nonmetallic objects or debris with maximum lateral dimensions less than 30% of
the outer diameter of the shield or cutterhead, whichever is larger.
6. CLEANUP
a. After completion of microtunneling and carrier pipe installation, all construction
debris, slurry, oil, grease, and other materials will be removed from the I
microtunneled pipe, jacking and receiving shafts, and all Contractor work areas.
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 023 J
Pilot Tube Microtunnelini
Page 1 of 11
KHA No. 061018022
October 2009
A. GENERAL
1. DESCRIPTION
a. This Section establishes the minimum requirements for installing gravity sewer
pipe by pilot tube microtunneling at locations indicated on the Plans. Jacking
pipe shall be provided in accordance with the applicable pipe specification. The
Contractor shall furnish all labor, equipment, power, and materials necessary for
pilot tube microtunneling pipe installation , and other associated work .
2. RELATED WORK SPECIFIED ELSEWHERE
a. DA-129 -Construction Coordination with UPRR Permit Area
b. 02242 -Water Control for Shaft and Tunnel Construction
c. 02261 -Shaft Excavation and Support
d. 02315 -Portal Stabilization
e . 02445 -Settlement Monitoring
f . 02640 -Vitrified Clay Pipe
3. REFERENCE SPECIFICATIONS , CODES, AND ST AND ARDS
a . The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. The publications are referenced in the text by basic designation only.
Where a date is given for referenced standards , that edition shall be used. Where
no date is given for referenced standards, the latest edition available on the date
of issue of Contract Documents shall be used .
b. Occupational Safety and Health Administration (OSHA) Regulations and
Standards for Underground Construction, 29 CFR Part 1926, Subpart S,
Underground Construction, and Subpart P, Excavations .
c. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements , Part 4 , SHWTP to Medical District", Fort Worth, TX, CMJ
Engineering, Inc., March 2008 .
d . "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4 , SHWTP to Medical District", Fort Worth , TX, CMJ Engineering, Inc.,
January 2009 .
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunneling
Page 2 of 11
KHA No. 061018022
October 2009
e. "Subsurface Soil Inve stigation , Holly Transmission Sanitary Sewer Utility
Alignment", Fort Worth , TX , W&M Environmental Group, Inc ., October 2008.
4. DEFINITIONS
a. Pilot tube microtunneling (PTMT) is a multi-stage method of accurately
installing a product pipe to precise line and grade by use of a guided pilot tube,
and followed by upsizing to install the product pipe. The system must use a
guidance system to ensure accuracy, is remotely operated and does not require
man entry to the tunnel for normal operations . Pipe insertion methods using pilot
tube microtunneling equipment shall be employed to directly install the new pipe,
in a two phase operation ( I-pilot tube , 2-Pipe), or three phase operation (I-pilot
tube , 2-casings with augers , 3-Pipe).
b . Carrier Pipe: Permanent pipeline for operational use.
c. Casing: A pipe to support a bore that is inserted simultaneously with the boring
operation.
5. DESIGN CRITERIA
a. Pilot tube microtunneling machine: the pilot tube microtunneling machine shall
be manufactured by a company that specializes in the design and fabrication of
this type of equipment and has at least five years of experience, such as
Akkerman , Boretec, Soltau , or Herrenknecht.
b. The machine shall be compatible with the geologic conditions described in the
Geotechnical Reports.
c. The head shall be designed to avoid the need for dewatering except as is required
to control groundwater inflows at jacking and receiving pits.
d. The method of guidance shall be by laser or electronic theodolite with camera
and electronic (LED) target that can continuously monitor line and grade to
insure accuracy is maintained within the tolerances specified by the
manufacturer.
e . The machine shall be remotely operated, and monitored continuously by the
operator. A display showing the position of the machine in relation to design
line-and-grade shall be provided at the operation console to allow the operator to
monitor installed thrust force , pilot tube torque, and vertical and horizontal
offsets.
f . A pipe lubrication injection system shall be provided to inject pipe lubricants as
required to minimize jacking forces .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 0234~
Pilot Tube Microtunneling
Page 3 of l lj
KHA No. 061018022
October 2009
g. The tail of the machine shall have gaskets and/or seals to prevent material from
flowing into the tunnel at the contact between the tail skin and the pipe.
h. The maximum allowable radial overcut shall not be greater than three quarters
(0. 75) of one inch.
1. Design of the jacking pipe and determining acceptable pipe fabrication tolerances
is the responsibility of the Contractor. Maximum compressive stresses applied to
the pipe shall not exceed 40 percent of the design compressive strength of the
pipe material or the manufacture's recommended allowable stresses, whichever is
lower.
J. The thrust block shall be perpendicular to the proposed pipe alignment and shall
be designed to withstand the maximum jacking pressure to be used , with a factor
of safety of at least 1.5 without excessive deflection or displacement.
k. Provide launch and retrieval seals at all shaft exit and entry locations. Provide
ground improvement as necessary to prevent loss of ground-and uncontrolled
inflows at entry and exit seal locations as specified in 02315 -Portal
Stabilization.
6. QUALITY ASSURANCE
a. Failure to meet the qualification requirements is failure to fulfill the Contract and
the Contractor will be required to obtain a subcontractor that meets the
qualification requirements.
b. All pilot tube microtunneling work shall be performed by an experienced
subcontractor or Contractor who has at least 3 years of experience in performing
pilot tube microtunneling work and a minimum .of 10 drives for personnel
operating the pilot tube microtunneling equipment. Applicable projects shall
have been constructed with equipment similar to that proposed for the particular
Work and at least two of the projects shall have involved at least 500 feet of pilot
tube microtunneling on each . The machine operator(s) shall have technical
training in the operation of the proposed equipment. The Contractor shall submit
a description of referenced projects including owner's name and contact
information , project superintendent, and machine operators.
c. The project superintendent shall have at least 3 years of experience involving
pilot tube microtunneling construction. The site safety representative and
personnel responsible for air quality monitoring shall be experienced in tunnel
construction and shall be certified by OSHA.
d. The surveyor responsible for line-and-grade control shall be a Licensed Surveyor
registered in the State of Texas who has prior experience in similar projects
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunneling
Page 4 of 11
KHA No. 061018022
October 2009
e. The Contractor shall provide at least 72 hours advance written notice to Engineer
prior to beginning the pilot bore .
f. All Work by the Contractor shall be done in the presence of the Engineer unless
the Engineer grants prior written approval to perform such Work in Engineer's
absence.
g. The Contractor shall immediately notify the Engineer, in writing, when any
problems are encountered with equipment or materials, or if the Contractor
believes the conditions encountered are materially and significantly different than
those represented within the Contract Documents.
h. The Contractor shall allow access to the Engineer and shall furnish necessary
assistance and cooperation to aid the Engineer in observations, measurements,
data, and sample collection, including, but not limited to the following:
1) The Owner and/or Engineer shall have access to the operator control
panel prior to, during, and following all pilot tube microtunneling
operations. This shall include, but not be limited to, providing visual
access to real-time operator control screens, gauges, and indicators.
2) The Owner and/or Engineer shall have access to the jacking and
reception shafts prior to, during, and following all pilot tube
microtunneling operations. This shall include, but not be limited to,
visual inspection of installed pipe and verification of line and grade. The
Contractor shall provide safe access in accordance with all safety
regulations.
3) The Owner and/or Engineer shall have access to spoils removed from the
tunnel excavation prior to , during, and following all pipejacking
operations. The Engineer shall be allowed to collect soil samples from
the muck buckets or spoil piles a minimum of once per installed pipe
section, or every ten ( 10) feet, whichever is more often, and at any time
when changes in soil conditions or obstructions are apparent or
suspected.
7. SUB MITT ALS
a . Submittals shall be made in accordance with DA-56 -Shop Drawings. Review
and acceptance of the Contractor's submittals by the Engineer shall not be
construed in any way as relieving the Contractor of its responsibilities under this
Contract.
b. Qualifications: Submit, at the time of bid, the name of the subcontractor or
Contractor that will perfonn the pilot tube microtunneling work and written
documentation summarizing the qualifications of the firm, description of
reference projects including owner's name and telephone numbers, project
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunneling
Page 5 of I I
KHA No. 061018022
October 2009
superintendent, machine operators, and site safety representative. Submit
personnel qualifications in accordance with Paragraphs A.2 d through e . Provide
evidence of OSHA certification for site safety representative and personnel
responsible for air quality monitoring .
c . Submit the following describing the pilot tube microtunneling equipment and
construction methods to be employed .
I)
2)
3)
4)
5)
6)
7)
A detailed description of the pilot tube microtunneling equipment and
procedures to be employed . Provide manufacturer's literature describing
in detail the pilot tube microtunneling system to be used including
machine type, equipment dimensions, spoil removal system, and
guidance system . Provide descriptions of projects on which this system
has been successfully used including names, addresses, and telephone
numbers of owner's representatives for these projects as well as length,
diameter, and pipe material used.
A description of the alignment control and steering-systems. Provide
manufacturer's literature, drawings showing set up and support
provisions, and other details for the guidance system. Submit a
description of surveying methods to set reference points and a
description of procedures to check the guidance system and reset or
realign it during construction . Confirm that these systems can achieve the
required pipeline line and grade within the specified tolerances . I
Capacity of jacking system. Provide details of thrust ring, jacking
controls , and pressure gages. Provide an estimate of the maximum
jacking force expected to be required to complete each drive.
Thrust block and jacking frame design and details, including dimensions!
Details of pipe lubrication injection system and pipe lubricants to be used
during construction including manufacturer's literature and MSDS sheet{
Confirm that sufficient volume of lubricant will be pumped at all times to
completely fill the annular space outside the jacking pipe.
Spoil handling, transport, and disposal equipment and procedures, and
spoil disposal sites . Provide written documentation from the disposal
site(s) indicating that they will accept the spoil and are in compliance
with prevailing (or applicable) regulations.
A safety plan for the pilot tube microtunneling operations including
provisions for lighting, ventilation , and electrical system safeguards .
d . Shaft Layout Drawings : The Contractor shall submit shaft layout drawings
detailing dimensions and locations of all equipment, including overall work area
boundaries . Shaft la yout drawings will be required for jacking and receiving
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunneling
Page 6 of 11
KHA No. 061018022
October 2009
shaft locations and shall be to scale, or show correct dimensions. The
Contractor 's layout drawings shall show that all equipment and operations shall
be completely contained within the allowable construction zones shown on the
Plans.
e. Schedule for pilot tube microtunneling work identifying all major construction
activities as independent items . The schedule shall include as a minimum the
following activities: mobilization ; water control at jacking and receiving pit
shafts; shaft excavation and excavation support; jacking equipment setup; each
pilot bore , reaming/boring pass , and pipe installation pass; site restoration;
cleanup ; and demobilization . The schedule shall also include the working hours
for each activity, and a written description of the construction methods and
equipment, to be employed in completing each of the work activities shown on
the schedule. The schedule shall be reviewed with the Engineer and be updated
and resubmitted by the Contractor every two weeks .
f. Daily Records: The following daily records shall be submitted to the onsite
Engineer by noon on the day following the shift for which tbe data or records
were taken.
1) Jacking Records: The Contractor shall provide complete jacking records
to the Engineer. These records shall include, at a minimum: date, time,
name of operator, drive identification, installed pilot tube/pipe number
and corresponding bore length , rate of advance , jacking forces, volume
of soil removed , line and grade offsets, any movement of the guidance
system , problems encountered with the pilot tube microtunneling frame
or other components or equipment, and durations and reasons for delays.
Computer-recorded data should be referenced to time and distance and
should be recorded at time intervals of two minutes or less. Manually
recorded observations should be made at intervals of not less than once
every ten feet during the pilot bore and once per pipe during the final
pass, whenever conditions change, and as directed by the Engineer. At
least seven (7) days prior to beginning the pilot bore, the Contractor shall
submit samples of the automated and manual jacking records. Samples
shall include electronic data and any necessary programs to interpret
data, and the manual logs or records to be used.
2) Lubrications Records: The Contractor shall provide lubrication records
to the Engineer. These records shall include the injection locations,
lubrication type and additives , and amount, in gallons, of lubricant
pumped throughout a drive . The record will also include the type of
additive used and date , time, and drive distance when used.
g. Calculations: Calculations shall be submitted in a neat, legible format.
Assumptions used in calculations shall be consistent with information provided
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 0234J
Pilot Tube Microtunneling
Page 7 of 11
KHA No. 061018022
October 2009
in the Geotechnical Reports . All calculations shall be prepared by a Professional
Engineer licensed in State of Texas , who shall stamp and sign calculations.
I)
2)
3)
Design calculations demonstrating that the specified pipe is capable of
supporting the maximum stresses to be imposed on the pipe during
jacking. The calculations shall take into account maximum ground and
hydrostatic loads, jacking forces, live loads due to traffic, and any other
loads that may be reasonably anticipated . All loads shall be shown and
described. Include assumed maximum drive length. Upgrade the
strength of the pipe and pipe joints as necessary to withstand the
additional stresses imposed by the pipe handling and jacking operations
at no additional cost to the Owner.
Provide calculations showing the hydraulic pressure of the jacking frame /
that is required to develop the maximum allowable jacking pressure.
Provide a description of controls to ensure that this hydraulic pressure
will not be exceeded duringjacking operations.
Calculations demonstrating that the soils behind the th-rust block can transfet
the maximum planned jacking forces exerted by the main jacks to the
ground during pipe installation with a factor of safety of at least 1.5 ,
without excessive deflection or displacement.
h. Submit details of the pipe to be used indicating pipe wall thickness,
reinforcement details , joint details , joint cushioning materials, and gaskets.
Indicate any modifications to the required fabrication tolerances for the pipe.
B. PRODUCTS
1. MATERIALS
a. Vitrified Clay Pipe (VCP): VCP used as a carrier pipe , to be installed by pilot
tube microtunneling shall conform to 02640 -Vitrified Clay Pipe.
C. EXECUTION
1. GENERAL
a . Pilot tube microtunneling shall not begin until the following have been
completed:
1) Required submittals have been made and the Engineer has reviewed an d
accepted all submittals .
2) Jacking and Receiving Pit excavation and support has been completed in
accordance with the requirements of 02261 -Shaft Excavation and
Support.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunneling
Page 8 of 11
KHA No. 061018022
October 2009
3) Soil and groundwater control for breaking out of jacking pits and into
receiving pits has been established , as specified in 02315 -Portal
Stabilization .
4) Site safety representative has prepared a code of safe practices in
accordance with OSHA requirements. Provide the Engineer with a copy
of each prior to starting shaft construction or pilot tube microtunneling.
Hold safety meetings and provide safety instruction for new employees
as required by OSHA .
b . Furnish all necessary equipment, power, water, and utilities for equipment, pipe
lubricant mixing and pumping, removal and disposal of spoil , and other
associated work required for the Contractor's methods of construction.
c. Conduct all operations such that trucks and other vehicles do not create a dust or
noise nuisance in the streets and adjacent properties. Promptly clean up , remove,
and dispose of any spoil or slurry spillage. -
d. All Work shall be done so as not to disturb roadways , adjacent structures,
landscaped areas , or utilities . Any damage shall be immediately repaired to the
satisfaction of the Engineer at no additional cost to the Owner.
e . Notify the Engineer at least 15 days before beginning any excavation .
f. Size and locate shafts and their work areas, so as to minimize interference with
vehicular and pedestrian traffic . All equipment and operations must be contained
within the allowable construction zones shown on the Plans.
g. Conduct all shaft and pilot tube microtunneling Work, including excavation,
shoring, temporary facilities, materials storage, and construction traffic within
any construction easements established for the project. All Work shall be in
accordance with the applicable permits .
h . The Contractor shall notify the Texas One Call system (800-245-4545) to request
marking of utilities by utility owners I operators that subscribe to One Call, and
shall individually notify all other known or suspected utilities to request marking
of these utilities. The Contractor shall confirm that all requested locates are made
prior to commencing tunneling operations . The Contractor shall visually confirm
and stake all existing lines, cables, or other underground facilities including
exposing all crossing utilities and utilities within ten (l 0) feet laterally of the
designed bore. The Contractor shall control drilling and grouting practices to
prevent damage to existing utilities.
2 . PILOT TUBE MICROTUNNELING
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunnelini
Page 9 of 11
KHA No. 061018022
October 2009
a. Pipe installation by pilot tube microtunneling shall be completed in accordance
with the shop drawings, accepted submittals, and encroachment permit
conditions. Pilot tube microtunneling machine shall meet the specified
requirements of this section .
b. Provide a suitable jacking frame and thrust block to carry out the Work.
c . The jacking frame or thrust block shall be designed to transfer jacking loads to
the soil behind the jacking pit. The thrust block shall be properly designed and
constructed perpendicular to the proposed pipe alignment. The thrust block shall
be designed to support the maximum obtainable jacking pressure developed by
the main jacks.
d . Prior to starting pilot tube microtunneling operations, survey the location and
orientation of the pilot tube jacking frame to ensure it is on the proper line and
grade and check to see that they are properly supported.
e. The pilot bore shall be advanced while monitoring and recording line and grade.
Jacking forces shall also be monitored and recorded during the pilot bore.
f . The axial forces from the jacking frame shall be distributed to the pipe uniformly
through a properly designed thrust ring and cushion material to prevent damage
to the ends of the pipe. The jacking system shall be capable of continuously
monitoring the jacking pressure .
g. Pipes shall be jacked into position following the design line and grade of the
pipeline without damaging the pipe . In the event a section of pipe is damaged
during the jacking operation, the pipe shall be jacked through to the receiving pit
and removed . Other methods of repairing the damaged pipe may be used, subject
to approval by the Engineer.
h . Provide a lubrication system , and inject pipe lubricants through injection ports at
the rear of the reaming head and ports in the pipe (when needed and where the
pipe diameter is large enough to accommodate) as necessary, to minimize pipe
friction. Pipe lubricants shall be injected continuously as the pipe is advanced.
The volume injected shall not be less than th~t required to fill the annular void
space outside the pipe. Inject greater volumes as required to minimize jacking
forces.
1. The pilot tube microtunneling machine shall be operated so as to prevent both
surface heave and loss of ground. Control the advance rate and monitor the
volume of material excavated and adjust advance rate, as required, to avoid loss
of ground , over-excavation , and surface heave.
j . Transport and dispose of all excavated materials properly away from the
construction site. Solids shall be disposed of at acceptable facilities in accordance
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunneling
Page 10 of 11
KHA No. 061018022
October 2009
with current state regulations for disposal of these materials . Only use the
disposal sites identified in the submittals for much disposal.
3. CONTROL OF LINE AND GRADE
a. The benchmarks and control points indicated on the Plans have been established
in the field by the Owner. The Contractor shall verify these benchmarks by
survey prior to the start of construction , and shall confirm positions or report any
errors or discrepancies in writing to the Engineer.
b. When satisfied that all benchmarks and control points are correct, use this control
to furnish and maintain all reference lines and grades for pilot tub~
microtunneling . The Contractor shall use these lines and grades to establish the
location_ of the pipe using a guidance system. Submit to the Engineer copies of
field notes used to establish all lines and grades and allow the Engineer to check
laser or electronic theodolite set up prior to beginning pilot tube microtunneling.
The Contractor remains fully responsible for the accuracy of the Work and the
correction of it, as required.
c. The jacking pipe shall be installed in accordance with the following tolerances:
1) Variations from design line or grade:+/-one (1) inch maximum
d. The guidance system shall be mounted independently from the thrust block and
jacking frame to maintain the alignment of the system. Stop pilot tube
microtunneling operations and reset the guidance system if alignment shifts or is
moved off of design alignment and grade for any reason . Guidance system
should only be reset by qualified surveying personnel in accordance with
approved procedures.
e. Monitor line and grade continuously during pilot tube microtunneling operations.
Control line and grade of the pipe to within the specified tolerances .
f. If the pipe installation exceeds the specified tolerances, correct the installation,
including, if necessary, redesign of the pipe or structures . All corrective work
shall be performed as approved by the Engineer at no additional cost to Owner.
4 . CLEANUP AND RESTORATION
a . After completion of the pilot tube microtunneling and pipe installation, all
construction debris , slurry , oil , grease , and other materials shall be removed from
the installed pipe , jacking and receiving shafts, and all Contractor work areas.
Cleaning shall be incidental to the construction . No separate payment shall be
made for cleanup.
b. Restoration shall follow construction as the Work progresses and shall be
completed as soon as reasonably possible. Restore and repair any damage
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02348
Pilot Tube Microtunneling
Page 11 of 11
KHA No. 061018022
October 2009
resulting from surface settlement caused by shaft excavation, dewatering, or pil J
tube microtunneling. Any property damaged or destroyed, shall be restored to a
condition equal to or better than existing prior to construction. Initial restoration
shall be completed no later than thirty (30) days after the pipe is in place along
any tunnel segment. Final restoration that cannot be performed within the thirty
day period due to adverse weather conditions, may , upon written request that
includes a proposed procedure and time schedule, be performed as approved by
the Owner.
5. SAFETY
a. Methods of con struction shall be such as to ensure the safety of the Work ,
Contractor's employees, the public, and adjacent property and improvements
b. All Work shall conform to the requirements of OSHA . 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 I
requirement. Gas testing shall be performed by a certified gas tester in
accordance with OSHA requirements.
c . No gasoline powered equipment shall be permitted in jacking and receiving pits.
Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to
applicable local, State , and Federal regulations .
d . Furnish and operate a temporary ventilation system and air monitoring system
conforming to the requirements of OSHA when personnel are in the shaft or
underground. Operate and maintain a ventilation system that provides a
sufficient supply of fresh air and maintains an atmosphere free of toxic or
flammable gasses in all underground work areas .
e. Perform all Work in accordance with the current applicable regulations and
safety requirements of the Federal , State and local agencies. Comply with all
applicable provisions of and 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.
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 1 of 10
KHA No. 061018022
October 2009
A . GENERAL
1. SCOPE OF WORK
a . This Section includes requirements for the installation of carrier pipe into steel
casings or tunnel liner at locations shown on the Plans. For requirements
regarding the installation of steel casings or tunnel liners, see 02340 -Tunneling
with Liner Plate, 02341 -Open-Shield Pipejacking, and 02345 -Microtunneling.
2. RELATED SECTIONS
a. 02341 -Open-Shield Pipejacking
b. 02345 -Microtunneling
c. 02610 -Steel Casing Pipe
d. 02612 -Concrete Pressure pipe Bar-Wrapped Steel Cylind~r Type
e. 02615 -Ductile Iron Pipe and Fittings
f. 20617 -Steel Pipe
g. 02640 -Vitrified Clay Pipe
h. 02660 -Centrifugally Cast Fiberglass-Reinforced Polymer Mortar Pipe
1. 15640 -Joint Bonding and Electrical Isolation
j. 15641 -Corrosion Control Test Stations
k. 15642 -Magnesium Anode Cathodic Protection System
I. 15643 -Polyethylene Encasement
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a . The publications listed below form a part of this Specification to the extent
referenced . Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive language shall govern.
The latest edition available on the date of issue of Contract Documents shall be
used .
b. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements, Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ
Engineering, Inc., March, 2008.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 2 of 10
KHA No. 061018022
October 2009
c. "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ Engineering, Inc.,
January 2009.
d. ASTM C 31 -Standard Practice for Making and Curing Concrete Test
Specimens in the Field
e. ASTM C 39, Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
f. ASTM C 109, Standard Test Method for Compressive Strength of Hydraulic
Cement Mortars (Using 2 in. or 50 mm Cube Specimens)
g. ASTM C 150, Specification for Portland Cement.
h . ASTM C 494, Specification for Chemical Admixtures for Concrete.
1. Occupational Safety and Health Administration (OSHA) Regulations and
Standards for Underground Construction, 29 CFR Part 1926 , Subpart S,
Underground Construction and Subpart P, Excavation.
4. DEFINITIONS
a. Carrier Pipe: Permanent pipe for operational use that is used to convey flows. For
this project, carrier pipe means either 30-inch diameter water line or 30-inch
gravity sewer, as shown on the Plans .
b . Casing: A steel pipe or tunnel liner 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. For gravity sewer carrier pipe installation, all voids between the carrier pipe and
the casing, or liner, shall be filled with grout. All exterior carrier pipe surfaces
and all interior casing or liner surfaces shall be in contact with the grout. No
annular space fill will be used for water line installations.
c. Annular space (between sewer carrier pipe and casing/liner) grout shall be Low
Density Cellular Grout (LDCC). The LDCC shall be Portland cement based
grout mix with the addition of a foaming agent designed for this application
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 3 of 10
KHA No. 061018022
October 2009
d. Grout Mixes: Develop one or more grout mixes designed to completely fill the
annular space based on the following requirements:
1) Provide adequate retardation, to completely fill the annular space in one
monolithic pour.
2) Provide less than 1 % shrinkage by volume.
3) Compressive Strength: Minimum strength of 10 psi in 24 hours, 50 psi
in 28 days.
4) The Contractor shall design a grout mix with the proper density and use
proper methods to prevent floating of the carrier pipe.
5) The grout shall be proportioned to flow and to completely fill all voids
between the carrier pipe and the casing or liner.
e . The Contractor shall provide end seals, as approved by the Engineer at each end
of the casing or liner to contain the grout backfill or to close the casing/liner ends
to prevent the inflow of water or soil. End seals shall consist of either synthetic
rubber pull-on seals or brick and mortar bulkheads. The end seals shall be
designed to withstand the anticipated soil or grouting pressure and be watertight
to prevent groundwater from entering the casing. Brick and mortar bulkheads
shall be a minimum of 8 inches in thickness.
f. The Contractor shall provide casing spacers/insulators to support the carrier pipe I
during installation and grouting (where grout is used). The casing spacers shall
provide a minimum 2 inches of clearance between all pipes/conduits and the
casing or liner surface. The casing spacers shall hold stable all pipes during
grouting operations and prevent floating or movements. Spacing of Casing
Spacers shall be per the carrier pipe manufacturer's recommendations .
6. QUALITY ASSURANCE
a . The Contractor responsible for installation of the carrier pipe shall have
completed similar work on at least three (3) projects within the last five (5) years.
Additionally, the contractor shall have completed at least one (1) project with
carrier pipe of 30-inch diameter or larger.
b. The surveyor responsible for carrier pipe line-and-grade control shall be a
Licensed Surveyor registered in the State of Texas who has prior experience in
similar projects.
c. Grout Strength Tests:
1) Perform 24 hour and 28 day compressive strength tests for proposed
grout mix design .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 4 of 10
KHA No. 061018022
October 2009
2) Perform field sampling during annular space grouting. Collect at least
· one set of four ( 4) cylinder molds or grout cubes for each 100 cubic
yards of grout injected but not less than one set for each grouting shift.
Perform 24 hour and 28 day compressive strength tests per ASTM C39
(cylindrical specimens) or Cl09 (cube specimens). Remaining samples
shall be tested as directed by Engineer.
d. Casing isolator/spacer manufacturer shall be certified against the provisions of
ISO 9001:2000.
7. SUB MITT ALS
a. Submittals shall be made in accordance with DA-56 -Shop Drawings. Review
and acceptance of the Contractor's submittals by the Engineer shall not be
construed in any way as relieving the Contractor of its responsibilities under this
Contract.
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 9001 :2000 certification .
e. End seal or bulkhead designs and locations for casing/liners.
f. Annular Space Grouting Work Plan and Methods:
1) Work plan including grouting methods, details of equipment, grouting
procedures, and sequences including injection methods, injection
pressures, monitoring and recording equipment, pressure gauge
calibration data, and materials.
2) Contractor shall submit details of grout mix proportions, admixtures,
including manufacturer's literature, and laboratory test data verifying the
strength of the proposed grout mix, the proposed grout densities,
viscosity, and initial set time of grout. Data for these requirements shall
be derived from trial batches from an approved testing laboratory.
3) The Contractor shall submit a minimum of three (3) other similar
projects where the proposed grout mix design was used.
4) Contractor shall submit anticipated volumes of grout to be pumped for
each application and reach grouted.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 5 of 10
KHA No. 061018022
October 2009
5) Buoyant force calculations during grouting and measures to prevent
flotation .
6) Plan shall include a description of methods and devices to prevent
buckling of carrier pipe during grouting of annular space.
g . Reports and Records:
1) Maintain and submit daily logs of grouting operations. Include grouting
locations, pressures, volumes, and grout mix pumped, and time of
pumping. Note any problems or unusual observations on logs.
h. Grout Strength Tests
1) Submit test results for 24-hour and 28-day compressive strength tests fo )
the cylinder molds or grout cubes obtained during grouting operations.
i. Submit a safety plan for the carrier pipe installation operations including air
monitoring equipment and procedures and provisions for lighting, ventilation,
and electrical system safeguards. Provide name of site safety representative
responsible for implementing safety program. Notify Engineer if safety plan is
the same as for trenchless installation operations.
J. Submit a contingency plan to re-round carrier pipe in the event of buckling
during grouting of the annular space. Plan shall include provisions such as
keeping hydraulic jacks and jacking shoes conformed to the pipe interior at the
site of the grouting operation . Plan shall be reviewed and accepted by supplier of
carrier pipe in addition to review and acceptance by the Engineer.
B. PRODUCTS
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
3) 20617 -Steel Pipe
4) 02640 -Vitrified Clay Pipe
5) 02660 -Centrifugally Cast Fiberglass-Reinforced Polymer Mortar Pipe
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 6 of 10
KHA No. 061018022
October 2009
b. Casing Spacers / Isolators:
1) Casing isolators/spacers shall be stainless steel for water pipe and steel
for sewer pipe applications .
2) Factory made isolators/spacers capable of supporting the carrier pipe and
electrically isolating each component from one another and from the
casing.
3) Suitable for supporting weight of carrier pipe without deformation or
collapse during installation.
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 10 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 perASTM D638.
Polyethylene is not acceptable.
9) Riser height with attached runner to be sufficient to provide a minimum
clearance of 2 inches between the outs ide of carrier pipe bells or
couplings and the inside of the casing.
10) Manufacturers :
i) Advance Products & Systems, Inc.
ii) Cascade Waterworks Manufacturing Co.
iii) Or approved equal , per Standard Products List
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 023~9
Installation of Carrier Pipe in Casing
Page 7 of 10
KHA No. 061018022
October 2009
c. Rubber Casing End Seals :
d.
1) Synthetic rubber pull-on seal with minimum 1/2-inch wide by 0.020-in dh
thick, Type 304, stainless steel bands .
2) Model number recommended by the manufacturer for size and type of
casing and carrier pipe furnished.
3) Manufacturers:
i) Advance Products & Systems, Inc.
ii) Cascade Waterworks Manufacturing Co.
iii) Or approved equal, per Standard Products List
Grout: Grout used for backfilling the annular space between the carrier pipe and\
casing/liner (where used) shall consist of a low density cellular concrete grout
(LDCC). -
C. EXECUTION
I. GENERAL
a. Carrier pipe installation shall not begin until the following tasks have been
completed:
I) All required submittals have been provided, reviewed, and accepted.
2) All casing/liner joints are watertight and no water is entering casing or
liner from any sources.
3) All contact grouting is complete.
4) Casing/liner alignment as-builts have been submitted and accepted by
Engineer.
5) Site safety representative has prepared a code of safe practices and an
emergency plan in accordance with applicable requirements. Hold safety
meetings and provide safety instruction for new employees .
b. The carrier pipe shall be installed within the casings or liners between the limits
indicated on the Plans to the specified lines and grades, and utilizing methods
which include due regard for safety of workers, adjacent structures and
improvements, utilities, and the public.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 8 of 10
KHA No. 061018022
October 2009
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:
1) 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
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 or liner. Grind smooth all
rough welds at casing joints. Provide casing spacers, insulators, or other
approved devices to prevent flotation, movement, or damage to the pipe during
installation and grout backfill placement. Install casing isolators/spacers on the
pipeline, two feet inside each end of casing, and at 8 feet on center (maximum)
for the length of casing, and in accordance with pipe manufacturer's
recommendations. Carrier pipe shall be installed without sliding or dragging it
on the ground or in the casing/liner in a manner that could damage the pipe or
coatings. Coat the casing spacer runners with a non-corrosive/environmentally
safe lubricant to minimize friction when installing the carrier pipe . The carrier
pipe shall be electrically isolated from the carrier pipe and from the casing.
b. After installation of the carrier pipe, mortar inside and outside of the joints as
applicable. Verify electrical discontinuity between the water carrier pipe and
tunnel liner. If continuity exists, the Contractor shall remedy the short, by all
means necessary including removing and reinstalling the carrier pipe, prior to
applying cellular grout.
c . After carrier pipe installation is complete, if hold down jacks or casing spacers
are used, seal or plug the ends of the casing.
d. For sewer pipe only, after carrier pipe installation is complete, the annular space
between the carrier pipe and tunnel liner or casing shall be completely filled with
grout. Contractor shall verify the maximum allowable pressure with the carrier
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 9 of IO
I
KHA No. 061018022
October 2009
pipe manufacturer, and do not exceed this pressure.
e. Testing of Carrier Pipe: Prior to filling of the annular space, testing of the carrier
pipelines shall be performed in accordance with the appropriate testing method
outlines in the carrier pipe specification . Any leakage found during this
inspection shall be corrected.
4. ANNULAR SPACE GROUTING (FOR SEWER ONLY)
a. The grouting equipment shall be provided with a meter to determine the volume
of grout injected. The meter shall be calibrated in cubic feet to the nearest one-
tenth of a cubic foot.
b. Mixing of Grout: The material shall be mixed in equipment of sufficient size to
provide the desired amount of grout material for each stage in a single operation.
The equipment shall be capable of mixing the grout at the required densities for the
approved procedure and shall be capable of changing the densities as required by
field conditions.
c. Backfill Annular Space with Grout: After the installation of the carrier pipe, the
remaining space (all voids) between the casing/liner and the carrier shall be fille ~
with LDCC grout so all surfaces of the exterior carrier pipe wall and casing/liner
interior are in contact with the grout. Grout shall be pumped through a pipe or
hose. Use grout pipes, or other appropriate materials to avoid damage to carrier
pipe during grouting .
d. Injection of LDCC Grout: The grout injection pressure shall not exceed the carrier
pipe manufacturer's approved recommendations or 5 psi (whichever is lower).
Pumping equipment shall be of a size sufficient to inject grout at a volume,
velocity, and pressure compatible with the size/volume of the annular space . Once
grouting operations begin, grouting shall proceed uninterrupted, unless grouting
procedures require multiple stages . Grout placements shall not be terminated until
the estimated annular volume of grout has been injected.
e. Block the carrier pipe during grouting to prevent flotation during grout
installation. The Contractor shall also protect and preserve the interior surfaces
of the casing from damage. It is the responsibility of the Contractor to submit to
the Engineer sufficient information indicating all proposed equipment, materials,
and the method for filling this void.
5. SAFETY
a. The Contractor is responsible for 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.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02349
Installation of Carrier Pipe in Casing
Page 10 of 10
KHA No. 061018022
October 2009
b. No gasoline powered equipment shall be permitted in jacking shafts and
receiving shafts/pits. Diesel, electrical, hydraulic, and air powered equipment is
acceptable, subject to applicable local , State, and Federal regulations .
c . Methods of construction shall be such as to ensure the safety of the Work ,
Contractor's and other employees on site, and the public .
d . Furnish and operate a temporary ventilation system in accordance with applicable
safety requirements when personnel are underground . Perform all required air
and gas monitoring. Ventilation system shall provide a sufficient supply of fresh
air and maintain an atmosphere free of toxic or flammable gasses in all
underground work areas.
e. Perform all Work in accordance with all current applicable regulations and safety
requirements of the federal, state, and local agencies. Comply with all applicable
provisions of29 CFR Part 1926, Subpart S, Underground Construction and
Subpart P, Excavations, by OSHA. In the event of conflict, comply w ith 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
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 024f 5
Settlement Monitoring
Page 1 of \ 7
KHA No. 061018022
October 2009
A. GENERAL I
1. SCOPE OF WORK
a . Section includes: Furnishing, installing, and monitoring settlement
instrumentation for measuring ground movements around and above trenchless
construction operations . The Work includes, but is not limited to: installing
surface monitoring points, installing subsurface monitoring points, (if required),
furnishing monitoring equipment, and recording observations and measurements
from the monitoring points on a periodic basis before, during, and after
trenchless construction .
b. The Contractor is responsible for surveying the elevations of the surface and
subsurface monitoring points, in accordance with the requirements herein.
Elevations shall be determined before operations begin to establish a baseline,
and during and after operations to monitor any movements related to the
trenchless construction. All monitoring points shall be surveyed after trenchless
construction has been completed to evaluate long-term settlements, as specified
herein.
c. Minimum instrumentation requirements are shown on the Plans and specified
herein. Additionally, the Contractor shall install other instrumentation as
necessary to control operations, monitor ground conditions and ground response
to achieve specified project requirements and to prevent damage to existing
structures and facilities .
2. RELATED WORK SPECIFIED ELSEWHERE
a. 02261-Shaft Excavation and Support
b. 02341 -Open-Shield Pipejacking
c. 02345 -Microtunneling
d . 02348 -Pilot Tube Microtunneling
e. 03360 -Contact Grouting
3 . REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a . The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code or standard occur, the more restrictive specification shall
govern. The latest edition available on the date of issue of Contract Documents
shall be used.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02445
Settlement Monitoring
Page 2 of 7
KHA No. 061018022
October 2009
b. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements , Part 4, SHWTP to Medical District", Fort Worth , TX, CMJ
Engineering, Inc., March, 2008
c . "Additional Utility Borings , Forth Worth Medical District Water Improvements,
Part 4 , SHWTP to Medical District", Fort Worth, TX, CMJ Engineering, Inc.,
January 2009.
4. DEFINITIONS
a . Surface Monitoring Points : A marking established as a baseline for measuring
elevation of the ground surface using optical survey methods .
b. Subsurface Monitoring Point: A cased borehole settlement mon itoring point
located above the tunnel crown used for detecting settlement between the
location of the settlement point and the tunnel excavation.
5. DESIGN CRITERIA
a. Any ground movements (settlement/heave) shall be limited to values that shall
not cause damage to adjacent utilities and facilities that are to remain in service .
In no case shall settlements exceed the applicable values listed in Table l below.
Table 1 -Maximum Allowable Settlement/ Heave Values
Site Feature Allowable Settlement/ Heave
(inches)
Railroads 0.25
Interstate Highways 0 .2 5
Surface Streets 1.00
Underground Utilities 1.00
Unimproved Ground 3.00
6. QUALITY ASSURANCE
a . Surveyor Qualifications : All surveying shall be performed by a land surveyor
licensed in the State of Texas with previous experience surveying for the
detection of s urface deformations.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02445
Settlement Monitoring
Page 3 of 7
KHA No. 061018022
October 2009
b. Install all monitoring points and instrumentation within one-half (0.5) foot of the
horizontal and vertical location shown on the Plans or as directed by the
Engineer. Additional surface monitoring points may be required and shall be
installed as directed by the Engineer.
c . Should actual field conditions prevent installation of instruments at the location
shown on the Plans or specified herein, obtain written acceptance from the
Engineer for new instrument location and elevation.
d. Surveying for monitoring settlement instrumentation shall be referenced to the
same control points and benchmarks established for setting out the Work .
Control points shall be tied to benchmarks and other monuments outside of the
zone of influence of the excavation or trench less construction.
e. Installation of instrumentation shall, at all times, be performed in the presence of
the Engineer.
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: Submit surveying personnel qualifications in accordance with the
requirements herein .
c . Submit the following, at least one (1) month before scheduled installation of
monitoring points:
1) Instrumentation Schedule: Submit the proposed schedule for installing
the surface and subsurface monitoring points .
2) Description of methods and materials for installing and protecting
surface and subsurface monitoring points .
3) Drawings with locations of proposed monitoring points shown in plan
and profile.
d. Reports and Records
1) The Contractor shall submit all reports of monitoring data to the
Engineer.
2) Within 72 hours following installation of the instruments, submit
drawings showing the actual as-built installed location , the instrument
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02445
Settlement Monitoring
Page 4 of 7
KHA No. 061018022
October 2009
identification number, the instrument type, the installation date and time ,
and the tip elevation and instrument length. Include details of installed
instruments, accessories and protective measures including all
dimensions and materials used.
3) Submit surveyed baseline measurements of all monitoring points at least
fourteen (14) days prior to commencing excavation to establish baseline
readings.
4) Submit surveyed measurements of monitoring points during and after
construction in accordance with Part C of this Specification.
B. PRODUCTS
1. MATERIALS
a. All instrumentation shall remain the property of the Contractor following
completion of the Work, and shall be removed or abandoned according to
applicable codes and standards, unless otherwise noted .
b. Surface Monitoring Points: Surface monitoring points shall be established by an
inscribed marking or approved surveyor 's nail driven flush with the surface in
asphalt or concrete paved areas . In landscaped areas, surface monitoring points
shall be established by driving a 2-inch by 2-inch timber stake flush with the
ground . The stake shall be driven to a depth required to provide a stable
monitoring point given the soil conditions . Each monitoring point shall have a
tag or marking indicating the station and offset from centerline .
c. Subsurface Monitoring Points: Subsurface monitoring points shall be
established and installed as indicated on the Plans . Each point shall consist of a
#6 rebar settlement rod installed within and isolated from a PVC cased borehole.
The settlement rod shall be driven 6 to 12 inches past the bottom of the borehole
casing into undisturbed ground, and the tips shall be located at five feet above
the pipe crown centerline as noted on the Plans, or as directed by the Engineer.
The settlement rod shall be secured to the PVC casing with a 12-inch length of
loose cable or chain to prevent the rod from falling more than approximately 12
inches . The casing shall be flush with pavement or recessed , and capped and
protected with a road box if installed within traffic Janes , shoulders, parking lots,
or bike Janes and shall be in accordance with applicable permit requirements .
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 024~5
Settlement Monitoring
Page 5 of 7
KHA No. 061018022
October 2009
C. EXECUTION
1. GENERAL REQUIREMENTS
a.
b.
C.
d.
e.
Instrumentation shall be installed at the locations shown on the Plans, and as
approved by the Engineer. Instruments shall be installed in accordance with the
approved installation schedule.
The Contractor shall locate conduits and underground utilities in all areas where
borings are to be drilled and instruments installed . Instrument locations shall bd
modified , as approved by the Engineer, to avoid interference with the existing
conduit and utilities. The Contractor shall repair damage to existing utilities
resulting from instrument installations.
Contractor shall install and perform a baseline survey of all surface and
subsurface settlement monitoring devices at least 14 days prior to excavation .
Contractor shall provide access and assistance to the Engineer for obtaining
supplemental monitoring data, as requested by Engineer.
Provide data from readings of all monitoring points to the Engineer within 24
hours of reading.
2. MONITORING FREQUENCY
a. Surface Monitoring Points: Initial survey measurements shall be obtained prior
to any excavation and at two-day intervals after beginning excavation, or
trenchless construction.
b. Subsurface Monitoring Points: Once trenchless construction begins, subsurface
monitoring points within 50 feet of the tunnel face shall be surveyed once for
every 10 feet of tunnel progress, but at least once daily.
c. Additionally, all monitoring points shall be surveyed at least once per day during
trenchless construction operations. Once these operations are complete, all
settlement monitoring devices shall be surveyed once per day for the first seven
days, once at 14 days, and once at 30 days after completion of the trenchless
work.
3. SURFACE MONITORING POINTS
a. Establish a system of surface monitoring points. Monitoring point locations are
shown on the Plans. Up to four (4) additional monitoring point locations shall be
determined jointly by the Engineer and Contractor in the field prior to
construction.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02445
Settlement Monitoring
Page 6 of 7
KHA No. 061018022
October 2009
b. Surveying of surface monitoring points shall consist of determining the elevation
of each monitoring point with respect to a benchmark selected by the Engineer to
a precision of 0.01 foot.
4. SUB SURF ACE MONITORING POINTS
a. Notify the Engineer at least 3 days in advance of installing subsurface
monitoring points.
b. The subsurface monitoring points shall be installed as close as practicable to the
locations shown on the Plans. The Engineer may modify subsurface monitoring
point locations depending on field conditions, conflicting utilities, and
monitoring objectives.
c. Locate and confirm all utilities and protect utilities or relocate monitoring points
as necessary to protect all utilities. Follow State laws and accepted industry
procedures for one-call notification and visual confirmation of locations of all
crossing or adjacent utilities. -
d. Subsurface monitoring point installations shall be completed at least 14 days in
advance of commencing shaft construction, or trenchless construction.
e. Conduct drilling operations using appropriate methods that are consistent with
anticipated geologic conditions . Use mud rotary wash methods or provide
casing as required to hold drill hole open.
f . Subsurface monitoring rods shall move freely with the soil at the tip and shall be
isolated from the soil surrounding the borehole by the casing.
g. Protection: Install protective housing with cap. Protective housing shall be
installed within a flush-mounted precast concrete box or vault if in traffic lanes
or paved areas, so as not to obstruct vehicle or foot traffic, and shall be in
accordance with TxDOT standards and permit requirements .
h. Surveying of subsurface monitoring points shall consist of determining the
elevation of each monitoring rod with respect to a benchmark selected by the
Engineer to a precision of 0.01 foot.
5. INSTRUMENT PROTECTION, MAINTENANCE, AND REPAIR
a. Protect the instruments and surface control points from damage. Damaged
installations shall be replaced or repaired prior to continuing excavation, or
trenchless construction, unless permitted otherwise in writing by the Engineer.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 024~5
Settlement Monitorihg
Page 7 of 7
KHA No . 061018022
October 2009
6 . ABANDONMENT OF INSTRUMENTS
a. Surface Monitoring Points: All surface monitoring points on public property
shall remain in place at the completion of the Work. Remove all surface
monitoring points on private property during the cleanup and restoration work,
or as required by the Engineer.
b . Subsurface monitoring points: Properly abandon all monitoring point boreholeJ,
by grouting drilled holes with neat cement grout. Subsurface monitoring points
shall be abandoned at the conclusion of the monitoring phase (See Section C.2.c;)
as described in 03360 -Contact Grouting, or as required by the Engineer.
Remove flush mounted surface boxes and restore surface to original condition.
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 026 ~0
Steel Casing Pi~e
Page Io~ 4
KHA No . 061018022
October 2009
A. GENERAL
1. SCOPE OF WORK
a . The section provides the minimum requirements for manufacturing, furnishing,
and transporting steel casing pipe to be installed by trenchless methods. The
Contractor shall provide all labor, equipment and materials to install steel casing
pipe to host water line, and gravity sewer at the locations shown on the Plans .
2 . RELATED WORK SPECIFIED ELSEWHERE
a . 02341-Open-Shield Pipejacking
b. 02345 -Microtunneling
c. 02349 -Installation of Carrier Pipe in Casing
d. 03360 -Contact Grouting
a. 15640 -Joint Bonding and Electrical Isolation
b. 15641 -Corrosion Control Test Stations
c. 15642 -Magnesium Anode Cathodic Protection System
3. REFERENCE SPECIFICATIONS, CODES , AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. The latest edition available on the date of issue of Contract Documents
shall be used .
b. ASTM Al39-Specification for Electric Fusion (Arc) Welded Steel Pipe (Sizes
4 inches and Over)
c. "Geotechnical Engineering Study, Fort Worth Medical District Water
Improvements , Part 4 , SHWTP to Medical District", Fort Worth, TX, CMJ
Engineering, Inc., March , 2008 .
d. "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4 , SHWTP to Medical District", Fort Worth, TX , CMJ Engineering, Inc.,
January 2009.
4. DEFINITIONS -Not Us ed
Medical District Water Distribution Sys tem Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02610
Steel Casing Pipe
Page 2 of 4
KHA No. 061018022
October 2009
5. DESIGN CRITERIA
a . The Contractor is full y re s ponsible for the design of steel casing pipe that meets or
exceeds the de s ign requirements of this Specification and that is specifically
designed for installation by the intended trenchless method .
b . Design of the casing pipe shall account for all installation and service loads
including : (!)jacking loads ; (2) external groundwater and earth loads ; (3) traffic
loads , ( 4) practical consideration for handling, shipping, and other construction
operations ; (5) any other live or dead loads reasonably anticipated. Design shall
be sealed and signed by a registered Professional Engineer licensed in the State
of Texas. The Contractor shall submit certification that the design prepared by
the registered engineer was used.
c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel
yield stress.
d. Steel casing pipe shall have a minimum wall thickness of 0 ,750 inches.
e. Steel casing pipe shall be provided with inside diameter sufficient to efficiently
install the required carrier pipe with casing spacers as required in 02349 -
Installation of Carrier Pipe in Casing . Allowable casing diameters are shown on
the Plans for each crossing.
f . Steel casing pipe shall be furnished in lengths that are compatible with
Contractor 's shaft sizes , allowable work areas and Contractor's approved work
plan. No randoms will be permitted for straight runs of casing pipe.
g. Steel casing pipe connections shall be achieved by full penetration field butt
welding or an integral machine press-fit connection (Permalok or equal) prior to
installation of the pipe, depending on the type of carrier pipe . Allowable joint
types for each crossing are shown on the Plans. Field butt welding a square end
piece of steel pipe to a thirty-five (35) degree beveled end of steel pipe is
acceptable. Integral machined press -fit connections shall be installed in
accordance with the manufacturer 's installation procedures and
recommendations .
h . Steel casing pipe shall be provided with grout/lubricant ports along the pipe at
intervals of ten ( I 0) feet or les s. Port s and fittings shall be attached to the pipe in a
manner that will not materially affect the strength of the pipe nor interfere with
installation of carrier pipe. Plugs for sealing the fittings shall be provided by the
Contractor and shall be capable of withstanding all external and internal pressures
and loads without leaking.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 026 ~0
Steel Casing Pi~e
Page 3 of 4
KHA No. 061018022
October 2009
6. QUALITY ASSURANCE -Not Us ed
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. Shop Drawings : The Contractor shall furnish shop drawings illustrating the
details of the casing pipe, grout/lubrication ports, joint details, and miscellaneous
items to be furnished and fabricated for the pipe . Dimensions, tolerances, wall
thickness, properties and strengths, and other pertinent information shall be
shown. These items shall be submitted for review by the Engineer prior to
fabrication .
c. Calculations : Calculations shall be submitted in a neat, legible format. Basis of
calculations shall be consistent with information provided i!} the geotechnical
reports. All calculations shall be prepared by or under direct supervision of a
Professional Engineer licensed in State of Texas, who shall stamp and sign
calculations.
B. PRODUCTS
1) Provide calculations confirming that pipe jacking capacity is adequate to
resist the anticipated jacking loads for each crossing with a minimum
factor of safety of two (2).
2) Submit calculations confirming that pipe capacity is adequate to safely
support all other anticipated loads , including earth and groundwater
pressures, surcharge loads, and handling loads.
3) Submit calculations confirming that jointing method will support all
loading conditions .
I . MATERIALS
a. Steel casing pipe shall be new, smooth-wall , carbon steel pipe conforming to
ASTM Specification A 139 , Grade B .
b. Dimensional Tolerances : Contractor shall bear sole responsibility for furnishing
and installing steel casing pipe with dimensional tolerances that are compatible
with performance requirements and proposed installation methods that meet or
exceed the specific requirements below:
1) The minimum wall thickness at any point shall be at least 87.5% of the
nominal wall thickness.
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02610
Steel Casing Pipe
Page 4 of 4
KHA No. 061018022
October 2009
2) Steel pipe shall have an outside circumference that is within 1.0 percent
or 3/4" of the nominal circumference , whichever is less.
3) The outside diameter of the pipe shall be within 1/8 " of the nominal
outside diameter .
4) Steel pipe shall have a roundness such that the difference between the
major and minor outside diameters shall not exceed 0.5 percent of the
specified nominal outside diameter or 1/4", whichever is less .
5) Steel pipe shall have a maximum allowable straightness deviation of 1/8"
in any I 0-foot length .
6) All steel pipe shall have square ends. The ends of pipe sections shall not
vary by more than 1/8 " at any point from a true plane perpendicular to
the axis of the pipe and passing through the center of the pipe at the end.
7) When pipe ends have to be beveled for welding, the ends shall be
beveled on the outside to an angle of 35 ° with a tolerance of± 2Yi 0 and
with a width of root face 1/16" ± 1/32".
8) Inside and outside of steel casing pipe shall have a coal-tar protective
coating in accordance with the requirements of Section 2 .2 and related
sections in A WWA C203. Touch up after field welds shall provide
coating equal to those specified above .
c. Steel casing pipe shall be fabricated with longitudinal weld seams. All girth weld
seams shall be ground flush.
d. Prior to delivery of the pipe , end/internal bracing shall be furnished and installed,
as recommended by the manufacturer, for protection during shipping, storage,
and installation.
C. EXECUTION
l . INSTALLATION
a. Steel casing pipe shall be installed in accordance with 02341 -Open-Shield
Pipejacking or 02345 -Microtunneling.
b. Carrier pipe shall be installed inside steel casing pipe in accordance with 02349 -
Installation of Carrier Pipe in Casing .
c. Contact grouting of the annulus outside the casing pipe shall be performed in
accordance with 03360 -Contact Grouting .
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements, Part 4,
SECTION 026b South Holly Water Treatment Plant to the Medical District
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page I of 11
October 2009
PART 1 -GENERAL
1.01 SUMMARY
A. Furnish labor; materials, equipment and incidentals necessary to install bar-wrapped
concrete cylinder pipe and fittings, and specials, including connections arid
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 (I) manufacturer. Pipe
manufacturing operations (pipe, fittings , lining, coating) shall be performed at one (1 ~
location.
B. Factory Testing:
1. The OWNER reserves the option to have an independent testing laboratory, at
the OWNER's expense, inspect pipe and fittings at the pipe manufacturer's plant.
The OWNER's testing laboratory and ENGINEER shall have free access to the
manufacturer's plant. The pipe manufacturer shall notify the OWNER, iJ
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
average of a minimum of three samples taken from the same working shift. The
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02612
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 2 of 11
October 2009
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 10 consecutive passing test results, at which time testing
may be performed on a weekly basis for each working shift. Daily testing shall
be resumed for each working shift with failing absorption test results and shall be
maintained until conformance to the absorption requirements is re-established by
10 consecutive passing test results.
4 . The cost of all tests specified are subsidiary to the cost of the pipe and will not be
paid for separately.
C. Manufacturer's Technician for pipe installation:
During the construction period , the Pipe Manufacturer shall furnish the services of a
factory trained , qualified, job experienced technician to advise and instruct as
necessary in pipe laying and pipe jointing. The technician shal1 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 SUBMITTALS
Submittals shall be in accordance with the Special Conditions and shall include the
following :
A. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying
drawings to the OWNER for review of general conformance to contract documents.
Record Data shall include a complete description of the pipe offered, including cuts,
tabulated layout, design calculations , joint restraint and thrust calculations, and
pertinent design data. Record Data shall reference stationing on the plan profile
sheets and shall incorporate changes necessary to avoid conflicts with existing
utilities and structures. Details for the design and fabrication of all fittings and
specials and provisions for thrust shall be included . Submittal shall be sealed by a
Licensed Professional ENGINEER in the State of Texas .
B. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an
affidavit certifying that all pipe, fittings , and specials, and other products and
materials furnished, comply with this specification. If requested by the OWNER, the
manufacturer shall submit certified reports of all testing required by A WW A C3 03.
1.04 STANDARDS
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02612
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Ty~e
I
October 2009
Page 3 of 11
I
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 WWA M9 Manual : "Concrete Pressure Pipe"
C. ASTM A33 "Standard Specification for Concrete Aggregates"
D. ASTM A635 "Standard Specification for Steel, Sheet and Strip, Carbon, Hot
Rolled, Structural Quality"
E. ASTM Cl44 "Specification for Aggregate for Masonry Mortar"
F. ASTM C150 "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 ari
undamaged condition. Pipe damaged in shipment shall not be delivered to th d
project site unless such damaged pipe is properly repaired .
2. After the completed pipe and fittings have been removed from the final cure at
the manufacturing plant, the pipe lining shall be protected from drying by means
of plastic end covers banded to the pipe ends. Covers shall be maintained over!
the pipe ends at all times until ready to be placed in the trench. Moisture shall be
maintained inside the pipe by periodic addition of water as necessary.
3. Pipes shall be carefully supported during shipment and storage. Each length of
pipe, fitting, or special shall be internally supported and braced with stulls to
maintain a true circular shape. Internal supports shall consist of timber or steel
stulls 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
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
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02612
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 4 of 11
October 2009
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 lining 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 Cl 50, Type I or Type II . Sand shall
conform to ASTM C144. Cement mortar used for patching shall be mixed as per cement
mortar for inside joints.
2.03 MANUFACTURED PRODUCTS
Medical District Water Distribution System Improvements, Part 4,
SECTION 026b
Concrete Pressure Pipe Bar-Wrapp~d
Steel Cylinder Ty~e
Page 5 of ~ I
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
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 potab'le
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 an1d
design pressure class specified. Pipe shall be designed according to the methods
indicated in A WW A C303 and A WWA 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 existing utilities are located.
Vertical alignment changes required because of existing utility or other conflicts
shall be accommodated by an appropriate change in pipe design depth. In no
case shall pipe be installed deeper than its design allows .
3 . Provisions for Thrust:
a . Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained
joints. Thrust at bends adjacent to casing pipe shall be restrained by welding
joints through casing and for a sufficient distance each side of casing. The
distance for thrust 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
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02612
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 6 of 11
October 2009
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 thickne ss 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 we ight 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).
iii. Coefficient of friction = 0.40 (maximum value to be used).
The above applies to unsaturated soil conditions. In locations where ground
water is encountered , the soil density shall be reduced to its buoyant weight
for the backfill below the water table , and the coefficient of friction shall be
reduced to 0.25.
d . Thrust collars will only be permitted for temporary plugs . Thrust collars may
not be used for any other application , unless approved in writing by the
ENGINEER.
4. Inside Diameter: The inside diameter, of the cement mortar lining shall be the
Nominal diameter specified .
B . Joint Wrappers : Similar and equal to tho se manufactured by Mar-Mac Manufacturing
Company .
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 ma in line pipe and on both flanges of each main
line valve .
Medical District Water Distribution System Improvements, Part 4,
SECTION 026b South Holly Water Treatment Plant to the Medical District
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 7 of
1
11
October 2009
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 WWA C207 with laying dimensions and drilling ~n
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. Nu~s
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 specifiep
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, dirtr
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:
1. General:
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
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02612
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 8 of 11
October 2009
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 ~nsure that no voids remain in
the joint space. After the joint has been filled, level the surfaces of the joint
mortar with the interior surfaces of the pipe with a steel trowel so that the surface
is smooth. Interior joints of pipe smaller than 21" shall have the bottom of the
bell buttered with mortar, prior to inserting the spigot, such that when the spigot
is pushed into position it will extrude surplus mortar from the joint. The surplus
mortar shall be struck off flush with the inside of the pipe by pulling a filled
burlap bag or an inflated ball through the pipe with a rope.
4. Welded Joints:
a. Weld joints in accordance with the A WWA Manual M9. Contractor shall
provide adequate ventilation for welders and for Owner's representative to
observe welds. Unless otherwise specified, welds shall be full circle fillet
welds.
b . Adequate prov1s10ns for reducing temperature stresses shall be the
responsibility of the Contractor.
Medical District Water Distribution System Improvements, Part 4 ,
SECTION 026l2
Concrete Pressure Pipe Bar-Wrapp~d
Steel Cylinder Ty~e
Page 9 ofll
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
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 a d~
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 b:e
thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt,
slag, or flux before the succeeding bead is applied . Each pass shall b f
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. Undercuttink
along the side shall not be permitted.
f. Welds shall be free from pin holes, non-metallic inclusions, air pockets ,
undercutting a nd/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, sq
that the work of each welder may be identified. Have each welder stencil th~
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 anotheil
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 .
j. After each welder has qualified in the preliminary tests referre d to above,
inspections s hall 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 E165 , 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.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02612
KHA No. 061018022 Concrete Pressure Pipe Bar-Wrapped
Steel Cylinder Type
Page 10 of 11
October 2009
I. If the Contractor disagrees with the Engineer's interpretation of welding tests,
test sections may be cut from the joint for physical testing. The Contractor
shall bear the expense of repairing the joint, regardless of the results of
physical testing. The procedure for repairing the joint shall be approved by
the Engineer before proceeding.
D. Protection of Exposed Metal:
1. Protect exposed ferrous metal by a minimum of one ( l ") inch coating of cement
mortar as previously specified for inside joints unless otherwise specified.
Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded
outlets, closures, etc., shall have coating reinforced with galvanized wire mesh.
2. Thoroughly clean and wet the surface receiving a cement mortar coating with
water just prior to placing the cement mortar coating. After placing, take care to
prevent cement mortar from drying out too rapidly by covering with damp earth
or burlap. Cement mortar coating shall not be applied during freezing weather.
E . Patching:
1. Excessive field-patching of lining or coating shall not be permitted. Patching of
lining or coating will be allowed where area to be repaired does not exceed 100
square inches and has no dimensions greater than 12". In general, there shall not
be more than one patch on either the lining or the coating of any onejoint 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
1. Furnish all necessary equipment and labor for carrying out a pressure test on the
pipelines. The procedures and method for carrying out the pressure tests shall be
approved by the Engineer.
2. Make any taps and furnish all necessary caps, plugs, bulkheads, etc., as required
in conjunction with testing portions of the pipe. Furnish test pumps, gauges,
meters and any other equipment required in conjunction with carrying out the
tests. Hydrostatic pressure and leakage tests shall conform with A WW A M9.
3. All pipelines shall be subjected to hydrostatic pressure per City of Fort Worth
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02612
Concrete Pressure Pipe Bar-Wrapded
Steel Cylinder 1)'.pe
Page 11 ofl 11
KHA No. 061018022
October 2009
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, pip~s,
valves, and accessories shall be removed and replaced .
5. The Owner will supply at no cost to the Contractor a maximum quantity of wat
1
er
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 requir~d
will be provided at the Owner's standard rates for the volume required. \
END OF SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
PART I-GENERAL
1.01 SCOPE OF WORK
SECTION 02 J 1s
Ductile Iron Pipe and FittiJgs
I
Page I 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 (I) manufacturer. Pipe
manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1)
location.
B. Reference Standards:
I) ANSI/AWWA Cl04/A21.4 -American National Standard for cement -Mortar Lining fo ~
Ductile-Iron Pipe and Fittings for water.
2) ANSI/AWWA Cl 05/A2 I .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/A21.l l -American National Standard for Rubber-Gasket Joints for
Ductile-Iron Pressure Pipe and Fittings . I
5) ANSI/AWWA Cl 15/A21.15,7 American National Standard for Flanged Ductile-Iron Pipe
with Ductile-Iron or Gray-Iron Threaded Flanges .
6) ANSI/AWWA Cl50/A21.50,8 American National Standard for the Thickness Design of
Ductile-Iron Pipe.
7) ANSI/AWWA Cl 5 l/A2 l .5 l,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/AWWA C600, 11 Installation of Ductile-Iron Water Mains and Their
Appurtenances.
I 0) 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:
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02615
Ductile Iron Pipe and Fittings
Page 2 of 7
KHA No. 061018022
October 2009
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 ANSVAWWA C600 andAWWA M41 .
PART 2 -PRODUCTS
2.01 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 Cl 51. 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 ANSVAWWA Cl 04.
D . All buried pipe shall be polyethylene encased in accordance with AWWA 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
F. Engineer shall verify that pressure class specified meets the minimum design requirements
contained within these provisions. When requested , pipe design calculations shall be
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02615
Ductile Iron Pipe and Fittinb
Page 3 o f 7
submitted to the City. Ductile iron pipe shall be designed in accordance with the latest
revision of ANSI/AWWA Cl 50/A21 .50 for a minimum 150 psi (or project requirements ,
whichever is greater) rated working pressure plus a 100 psi surge allowance; a 2 to 1 factor 6f
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 condi t ions are as defined in ANSI/A WW~
C150/A21.50 .
G. Mechanical thrust restraint may be done only for make-up pieces where push on joints are not
applicable. Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron 1
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/AWWA CJ 5 l/A2 l.
I. Pipe markings shall meet the minimum requirements of ANSI/AWWA Cl 5 l/A21 , 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 :
1) 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/ A WWA C 111/ A21. l 1, latest revision .
1) Push-On Joints
2) Mechanical Joints
3) Restrained Joints
4) Flanged Joints-AWWA Cl 15/A21.15 , ANSI B16 .1, Class 125
B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with
ANSI/AWWA Cl 1 l/A21.l l, latest revision .
C. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength
corrosion resistant low-carbon steel in accordance with ANSI/AWWA Cl 1 l/A21 .1 l , ANSI/AWWA
C 115/ A21.15 , and ASTM A307 , "Standard Specification for Carbon Steel Bolts and Nuts." For
mechanical joints, bolts and nuts shall be coated with a ceramic-filled , baked on fluorocarbon resin .
Coated bolts and nuts shall be prepared "near white " or "white " when coated to manufacturer 's
recommended thickness by a certified applicator. Coating shall be of Xylan® as manufactured by
Medical District Water Distribution Sys tem Improvements, Part 4,
South Holly Water Treatment Plant to the Med ical District
KHA No. 061018022
October 2009
SECTION 02615
Ductile Iron Pipe and Fittings
Page 4 of 7
Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of
ASTM B 117 , "Salt Spray Te st" 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/ A WWA
CI 04/ A2 l.04, or latest revision.
C . Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat
on the outside surfaces, but shall be shop-coated with rust inhibitive primer. Primer shall have a
minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61 .
D. All buried ductile iron pipe shall be polyethylene encased, unless otherwise specified.
Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high
density cross-laminated (HDCL) polyethylene encasement conforming to AWWA CI 05/ A2 l .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
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:
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
Ductile Iron Compact Fittings (AWWA Cl53/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. l 0)
Nominal Size (in) Pressure Rating (PSI)
3"-24" 350PSI
30" -48" 250 PSI
SECTION 026 ~5
Ductile Iron Pipe and Fittings
Page 5 of 7
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
Bl6.l Class 125. All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall
be prohibited, unless approved otherwise.
E. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining
devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the
standardized joint bell and tee-head bolts conforming to ANSVAWWA Cl 53/A2 l .53. I
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 ANSVAWWA Cl l l/A21. l l and ASTM I
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 nut~
shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness
by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or
approved equal. Coating shall conform to the performance requirements of ASTM B 117, "Salt
Spray Test" and shall include, if required, a certificate of conformance.
G. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with
mechanical joints, and gaskets and lubricant shall be furnished with push-on joints; all in
sufficient quantity for assembly of each joint.
H. Outside Coating: All ductile fittings shall have an asphaltic or fusion bonded epoxy coating.
Asphaltic coatings shall be a minimum of I mil thickness, on the pipe exterior, unless otherwise
specified. Fusion bonded exterior coatings shall comply with ANSVAWWA Cl 16/A2 l .l 6, shall
have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61.
I. Interior Lining: All ductile iron fittings are to be furnished with a cement-mortar lining of
standard thickness as defined in referenced ANS VA WWA CI 04/ A2 l .4 and given a seal coat of
asphaltic material, unless otherwise specified. Fusion bonded interior coatings shall comply with
ANSVAWWA Cl 16/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified
in accordance with ANSI/NSF 61.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02615
Ductile Iron Pipe and Fittings
Page 6 of 7
J. Polyethylene Encasement: All ductile iron fittings shall be polyethylene encased, unless
otherwise specified. Encasement for buried fittings shall be 8 mil linear low density (LLD)
polyethylene or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming
toAWWA C105/A21.5. Polyethylene film must be marked as follows :
1) Manufacturer 's name or trademark
2) Year of manufacturer
3) ANSVAWWAC105/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 ANS VA WWA C 110/ A2 l .10 or
ANSVAWWA C153/A21.53 shall have distinctively cast on them the following information:
1) C-153 or C-110, depending on which type of fitting provided.
2) Pressure Rating
3) Nominal diameter of openings
4) Manufacturer's identification
5) Country where cast
6) Number of degrees or fraction of the circle on all bends
7) Letters "DI" or "DUCTILE" cast on them.
PART 3 -EXECUTION
3.01 GENERAL:
A. Install, pipe, fittings, and appurtenances as special in accordance with AWWA M41 and AWWA
C600.
B . All pipe shall be mechanically restrained at fittings and within the calculated restraint areas, or as
shown on the drawings.
C. Polyethylene encasement shall be installed in accordance with AWWA Cl 05 and AWWA M4 l,
Method A or B. Method C will not be allowed.
D. Where indicated, paint shall be applied per manufacturer's recommendations.
E . Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSVA 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 10 seconds.
F. The manufacturer shall take adequate measures during pipe production to assure compliance with
ANSVAWWA C151/A21.51 by performing quality-control tests and maintaining results to those
tests as outlined in section 5, "Verification" of that standard.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02615
Ductile Iron Pipe and Fittinbs
Page 7 o(7
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 ANSJ/AWWA Cl 5 l/A21.51.
I. The Contractor shall, upon request by City, furnish manufacturer's certified test reports stating \
that all fittings furnished meet the requirements of applicable Standards and Specifications. Test
reports must be provided to the Engineer before construction commences.
END OF SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 026~ 7
Steel Pipe
Page I of25
I
PART I -GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and
polyurethane coated steel pipe, fittings, and specials as specified and as required for the proper
installation and function of the pipe. Cathodic Protection shall be provided as shown in the
drawings and in the Cathodic Protection section of the specifications.
1.02 QUALITY ASSURANCE
A. Experience Requirements
I. Pipe shall be the product of one manufacturer which has had not less than five (5) years
successful experience manufacturing pipe of the particular type and size indicated, or
which has demonstrated an experience record that is satisfactory to the Engineer and
Owner. The acceptability of this experience record will be thoroughly investigated by the
Engineer, and will be sole discretion of the Engineer and Owner. Pipe manufacturing
operations (pipe, fittings, lining, coating) shall be performed at one (I) location unless
otherwise approved by the Engineer.
2. The lining shall be shop applied spun cement mortar lining. The manufacturer shall be
certified under S.P.F.A. or I.S.O. quality certification program for steel pipe and accessory
manufacturing.
B. Owner Testing and Inspection
a. Pipe may be subject to inspection by an independent testing laboratory, which laboratory
shall be selected and retained by the Owner. Representatives of the laboratory or the
Engineer shall have access to the work whenever it is in preparation or progress, and the
Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe
Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the [
pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision
regarding tests to be performed by an independent testing laboratory. Material, fabricated
parts, and pipe, which are discovered to be defective, or which do not conform to the
requirements of this specification shall be subject to rejection at any time prior to Owner's
final acceptance of the product.
b. The inspection and testing by the independent testing laboratory anticipates that
production of pipe shall be done over a normal period of time and without "slow downs"
or other abnormal delays. In the event that an abnormal production time is required, and
the Owner is required to pay excessive costs for inspection, then the Contractor shall be
required to reimburse the Owner for such laboratory costs over and above those which
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 2 of25
KHA No. 061018022
October 2009
would have been incurred under a normal schedule of production as determined by the
Engineer.
C. Factory Testing
The Manufacturer shall perform all tests as required by the applicable A WW A standards and as
listed herein.
1. Cement Mortar Lining
Shop-applied cement mortar linings shall be tested in accordance with A WWA C205.
2. Polyurethane Coating
a. General: The polyurethane coating shall be tested in accordance with A WW A C222.
b. Thickness: The thickness of the coating shall be tested in accordance with SSPC
PA2. The coating system applied to the pipe shall be tested for fiolidays according to
the procedures outlined in NACE RP0188 using a wet sponge holiday tester or a high
voltage spark tester ( operating at 100 volts per mil), for the dry film thickness
specified of 3 5 mil.
c. Adhesion Testing:
1. Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds
per square inch, minimum .
ii. Polyurethane coating adhesion to steel substrates shall be tested using pneumatic
pull off equipment, such as HA TE Model 108 or Delfesko Positest, in accordance
with ASTM D4541 and A WW A C222 , except as modified in this section.
m. Adhesion testing records shall include pipe identification, surface tested (interior
or exterior), surface temperature , coating thickness, tensile force applied, mode of
failure, and percentage of substrate failure relative of dolly surface.
iv. Dollies or adhesion testing shall be glued to the coating surface and allowed to
cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane
coatings shall be scored around the dolly prior to conducting the adhesion test.
v. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined
as separation of the coating from the steel substrate. Cohesive failure is defined as
failure within the coating, resulting in coating remaining both on the steel
substrate and dolly.
v1. Partial substrate and glue failure will be retested if the substrate failure is less than
50 percent relative of the dolly surface area and the applied tension was less than
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 026 ~ 7
Steel Pi~e
Page 3 of25
KHA No. 061018022
October 2009
the specified adhesion . Pipes that have partial adhesion will be rejected as a
substrate adhesion failure.
vii. Glue failures in excess of the minimum required tensile adhesion would be
accepted as meeting the specified adhesion requirements.
viii. Adhesion tests will be conducted on polyurethane pipe coating and lining
independently (where applicable) and will be accepted or rejected independently
of the other.
1x . Repair patches on the polyurethane coating shall be randomly selected for
adhesion testing in a manner as described herein and at the discretion of the
coating inspector conducting the adhesion tests. Adhesion of repairs shall be as
specified for the type of repair .
3. Hydrostatic Pressure Testing
a . Each joint of pipe shall be hydrostatically tested prior to application of lining or
coating. The internal test pressure shall be that which results in a fiber stress equal to
75% of the minimum yield strength of the steel used. Each joint of pipe tested shall
be completely watertight under maximum test pressure. As a part of testing
equipment, the Pipe Manufacturer shall maintain a recording pressure gauge,
reference number of pipe tested, etc. The pipe shall be numbered in order that this
information can be recorded .
b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested b~
hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be
made by applying air to the welds under 10 pounds per square inch pressure and
checking for leaks around and through welds with a . soap solution.
4. Charpy V-Notch Test-NOT USED
5. Mill Certification
The Owner will require the Manufacturer to furnish mill test certificates on reinforcing
steel or wire, steel plate , and cement. The Manufacturer shall perform the tests described
in A WW A C-200, for all pipe, fittings, and specials.
6. Absorption Test for Mortar Coating -NOT USED
7. Strength Test for Mortar Coating-NOT USED
D. Manufacturer 's Technician for Pipe Installation
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02617
Steel Pipe
Page 4 of25
1. 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.
2 . The pipe manufacturer shall provide services of polyurethane coating manufacturer's
representative and a representative from the heat shrink joint manufacturer for a period of
not less than 1 week at beginning of actual pipe laying operations to advise Contractor and
Owner regarding installation, including but not limited to, handling and storage, cleaning
and inspecting, coating repairs, field applied coating, heat shrink installation procedures
and general construction methods and how they may affect pipe coating. The
Manufacturer's Representative shall be required to return if, in the opinion of the
Engineer, the polyurethane coating or the Contractor's construction methods do not
comply with contract specifications at no additional cost to the Owner. Cost for the
Manufacturer's Representatives to return to the site shall be at no additional cost to the
Owner.
1.03 SUBMITT ALS
A. Submittals shall include:
1. Prior to the fabrication of the pipe, submit fabrication and laying shop drawings to the
Engineer. Submittal shall be sealed by a licensed Profession Engineer in the State of
Texas . Drawings shall include a schematic location-profile and a tabulated layout
schedule, both of which shall be appropriately referenced to the stationing of the proposed
pipeline as shown on the plan-profile sheets. Drawings shall be based on the plans and
specifications and shall incorporate changes necessary to avoid conflicts with existing
utilities and structures . Drawings shall also include full details of reinforcement, and
dimensions for pipe and fittings. Details for the design and fabrication of all fittings and
specials and provisions for thrust restraint shall be included. Where welded joints are
required, drawings shall include proposed welding requirements and provisions for
thermal stress control.
2. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following:
a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies
with A WW A C200, A WW A C205, A WW A C2 l 0, A WW A C222, and these
specifications.
b. Copies ofresults of factory hydrostatic tests shall be provided to the Engineer.
c . Mill certificates, including chemical and physical test results for each heat of steel.
Medical District Water Distribution System Improvements , Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 026~ 7
Steel Pipe
Page 5 of r2 5
KHA No. 061018022
October 2009
d. Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and
technical information.
e. A Certified Test Report from the polyurethane coating manufacturer indicating that
the coatings were applied in accordance with manufacturer's requirements and in
accordance with this specification.
f . Certified test reports for welder certification for factory and field welds .
g. Certified test reports for cement mortar tests .
h. Certified test reports for steel cylinder tests and cement mortar tests .
1.04 ST AND ARDS
Except as modified or supplemented herein , the steel pipe, coatings, fittings , and specials shall
conform to the applicable requirements of the following standard specifications, latest edition:
ANSI/NSF
AWWA C200
AWWA C205
AWWAC206
AWWAC207
AWWAC208
AWWAC210
AWWA C216
AWWAC222
AWWAC602
AWWAMll
ASTM C33
ASTMC35
ASTM C150
ASTM El65
Standard 61
"Steel Water Pipe 6 Inches and Larger"
"Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4
Inches and Larger -Shop-Applied"
"Field Welding of Steel Water Pipe"
"Steel Pipe Flanges for Waterworks Service -Sizes 4 Inches thru 144
Inches"
"Dimensions for Steel Water Pipe Fittings"
"Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
"Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of
Special Sections, Connections, and Fittings for Steel Water Pipelines"
"Polyurethane Coatings for the Interior and Exterior of Steel Water
Pipelines and Fittings"
"Cement-Mortar Lining of Water Pipelines - 4 In . and Larger -In-Place"
Manual: "Steel Pipe - A Guide for Design and Installation"
"Specifications for Concrete Aggregates"
"Specifications for Inorganic Aggregates for Use in Gypsum Plaster"
"Specifications for Portland Cement"
"Practice for Liquid Penetrant Inspection Method"
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 6 of25
KHA No. 061018022
October 2009
SSPC-SP-1
SSPC-SP-10
SSPC-PA2
SSPC-PA
SSPC-PS
ASTMD16
ASTM 522
Steel Structures Painting Council -Solvent Cleaning
Steel Structures Painting Council -Near-White Blast Cleaning
Steel Structures Painting Council -Measurement of Dry Paint Thickness
with Magnetic Gages
Steel Structures Painting Council - A Guide to Safety /Guide 3 in Paint
Application
Steel Structures Painting Council - A Guide for /Guide 1 7 Selecting
Urethane Painting Systems
"Paint, Varnish, Lacquer, and Related Products"
"Mandrel Bend Test of Attached Organic Coatings"
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 installed. Moisture shall be maintained inside the pipe by periodic
addition of water as necessary.
3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials
shall be separated so that they do not bear against each other, and the whole load shall be
securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-
down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms,
tires, or other suitable means to protect the pipe from damage. Each end of each length of
pipe, fitting, or special and the middle of each pipe joint shall be internally supported and
braced with stulls to maintain a true circular shape. Internal stulls shall consist of timber
or steel firmly wedged and secured so that stulls remain in place during storage, shipment,
and installation. Pipe shall be rotated so that one stull remains vertical during storage,
shipment and installation. At a minimum, stulls shall be placed at each end, each quarter
point and center. Stulls shall not be removed until backfill operations are complete
(excluding final clean up), unless it can be demonstrated to the owner's satisfaction that
removal of stulls will not adversely affect pipe installation. Once the first shipment of pipe
has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's
interior coating for excessive cracking. If excessive cracking is found, the Contractor shall
modify shipping procedures to reduce or eliminate cracking.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02J17
Steel Pi~e
Page 7 of!25
4 . Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations ~o
protect coating systems.
B . Marking for Identification
I
Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it
is designated, the date of manufacturer, and the identification number. The top centerlines
shall be marked on all specials.
C. Point of Delivery
Where allowed, it is desired that pipe be hauled direct from pipe manufacturer to the project
site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of
damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route,
pipe may be unloaded at access points along the route, and brought to the trench side by
approved methods; however, the Contractor shall be responsible for any damaged pipe at the
time of laying.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Exterior Polyurethane Coating
Polyurethane Coating shall meet the requirements of A WW A C-222. Use a Coating Standard
ASTM Dl6, Type V system which is a 2 -package polyisocyanate, polyol-cured urethane
coating. The components are mixed in 1: 1 ratio at time of application. The components shall
have balanced viscosities in their liquid state and shall not require agitation during use . The
plant-applied coating shall be a self priming, plural component, 100 percent solids, non-
extended polyurethane, suitable for burial or immersion and shall be CORROPIPE II OMNI J
manufactured by Madison Chemical Industries Inc ., DURASHIELD 210 as manufactured by
LifeLast, Inc., or equal Futura Coatings. The coating manufacturer shall have a minimum of
five (5) years experience in the production of this type coating . The cured coating shall have
the following properties:
1. Conversion to Solids by Volume: 97 percent plus or minus 3 percent.
2. Temperature Resistance: Minus 40 degrees F and plus 150 degrees F.
3. Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to
comply with SSPC-SPl 0.
4. Cure Time: For handling in l minute at 120 degrees F, and full cure within 7 days at 70
degrees F .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02617
Steel Pipe
Page 8 of25
5. Maximum Specific Gravities: Polyisocyanate resin, 1.20. Polyol resin, 1.15 .
6. Minimum Impact Resistance: 80 inch-pounds using I -inch diameter steel ball.
7. Minimum Tensile Strength: 2000 psi.
8. Hardness: 55 plus or minus 5 Shore D at 70 degrees F .
9. Flexibility Resistance : ASTM D522 using I-inch mandrel. Allow coating to cure for 7
days . Perform testing on test coupons held for 15 minutes at temperature extremes
specified above .
10. Dry Film Thickness: 35 mils
B . Exterior Polyurethane Coating for Specials , Fittings, Repair and Connections
The shop-applied and field-applied coating shall be CORROPIPE-II OMNI, and GP II (E)
Touch-Up, respectively, as manufactured by Madison Chemical Industries, or equal by
LifeLast, Inc., or Futura Coatings . The shop-applied and field-applied coating shall have the
properties specified in paragraph B.1.a. Mix and apply polyurethane coatings in accordance
with the coating manufacturer's recommendations.
C . Cement for Mortar Linings
Cement mortar linings shall be shop-applied for pipe sizes 96-inch and smaller. Shop-applied
cement mortar linings shall conform to the requirements of A WW A C205 with the following
modifications: Sand used for cement mortar shall be silica sand ASTM C33 . Curing of the
linings shall conform to the requirements of A WWA C205.
D. Cement for Mortar Coating -NOT USED
E. Flange Nuts and Bolts
Nuts and bolts shall conform to A WW A C207.
F. Steel
Steel shall meet the requirements of A WW A C200 and shall be of continuous casting. Steel
shall be homogeneous and shall be suitable for field welding, fully kilned and fine austenitic
grain size.
G. Bend Fittings
All bend fittings shall be long radius to permit easy passage of pipeline pigs.
H . Threaded Outlets
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 026~ 7
Steel Pipe
Page 9 of25
Where outlets or taps are threaded, furnish and install brass bushings for the outlet size
indicated.
I. Outlets for Weld Leads
The Contractor may use outlets for access for weld leads. Outlets shall be welded after use.
Outlet configuration shall be approved by the Engineer.
2.02 MIXES
A. Mortar for Interior Joints
Mortar shall be one part cement to two parts sand. Cement shall be ASTM C 150, Type I or II.
Sand shall be of sharp silica base. No manufactured sand shall be permitted. Sand shall
conform to ASTM Cl 44. Exterior joint mortar shall be mixed to the consistency of thick
cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is
very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking
water.
B. Mortar for Pipe Patching for Shop-Applied Cement Mortar Lining
Mortar for patching shall be as per interior joints.
C. Bonding Agent
Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-I
150, parts A and B; Sikadur 32 Hi-Mod, or approved equal.
2.03 MANUFACTURED PRODUCTS
A. Pipe
I. Pipe Design
a. Steel pipe shall be designed, manufactured, and tested in conformance with A WW A
C200 , A WWA Manual Ml I, and with the criteria specified herein . Sizes and
pressure classes (working pressure) shall be as shown below. For the purpose of pipe
design, the transient pressure plus working pressure shall as indicated below. Fittings,
specials, and connections shall be designed for the same pressures as the adjacent
pipe . Pipe design shall be based on trench conditions and the design pressure in
accordance with A WWA Manual M-11; using the following parameters:
i. Unit Weight of Fill (W) = 13 Opcf
ii. Live Load= AASHTO HS 20 at all locations except at railroads
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 10 of25
KHA No . 061018022
October 2009
111. Live Load = Cooper E80 at Railroads
iv . Trench Depth = As Indicated
v. Deflection Lag Factor -(D1) = 1.0
vi. Coefficient K = 0 .10
vii. Maximum Calculated Deflection -Dx = 3%, or 2% if Rubber Gasket Joint is used
viii. Soil Reaction Modulus -(E ') < 1,000
1x . Working Pressure = 150 psi
x. Test Pressure = 225 psi
xi. Surge Allowance= 100 psi minimum, where: Total Pressure (including surge)=
150 psi+ 100 psi= 250 psi.
b . The fittings and specials shall be designed in accordance with A WW A C-208 and
A WW A Manual M-11 except that crotch plates shall be used for outlet reinforcement
for all Pressure Diameter Values, PDV, greater than 6,000.
c. Where the pipe requires additional external support to achieve the specified maximum
deflection, the Contractor and pipe supplier will be required to furnish alternate
methods for pipe embedment. No additional compensation will be made to the
Contractor by the Owner where this method is required .
d . Trench depths indicated shall be verified after ex isting utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe design depth . In no case shall pipe
be installed deeper than its design allows.
2. Provisions for Thrust
a. Thrust at bends, tees , or other fittings shall be resisted by restrained joints . Thrust at
bends adjacent to casing shall be restrained by welding joints through the casing and a
sufficient distance each side of the casing. No thrust restraint contribution shall be
allowed for pipe in casing unless the annular space in the casing is filled with grout.
b. Restrained joints shall be used a sufficient distance from each side of the bend, tee ,
plug, or other fitting to resist thrust which develops at the design pressure of the pipe .
For the purposes of thrust restraint, design pressure shall be 1.5 times the working
pressure class . Restrained joints shall consist of welded joints.
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 026 i 7
Steel Pipe
Page 11 of 2 5
KHA No. 061018022
October 2009
c . Thrust restraint design shall be the complete responsibility of the pipe manufacturer.
The length of pipe with re strained joints to resist thrust forces shall be determined by
the Pipe Manufacturer in accordance with A WW A Manual M-1 l and the following :
1. The Weight of Earth shall be calculated as the weight of the projected soil prism
above the pipe .
ii . Soil Density= 110 pcf (maximum value to be used).
iii. Coefficient of Friction= 0.20 (maximum value to be used for polyurethane coated
steel pipe).
iv . The above applies to unsaturated soil conditions. In locations where ground water
is encountered , the soil density shall be reduced to its buoyant weight for all
backfill below the water table , and the coefficient of friction shall be reduced to
0 .15 for polyurethane coated steel pipe.
v. For horizontal bends, the length of pipe to be restrained shaH be calculated as
follows:
For fl. less than 60°
L = P A sin (LV2)
f(We + Wp + Ww)
For fl. greater than 60°
L = P A (I -cos fl.)
f(We + Wp + Ww)
L = Length of pipe to be restrained
P = l . 5 times working pressure
A= Cross sectional area of pipe steel cylinder I.D .
fl. = Deflection angle
We= Weight of earth
Wp = Weight of pipe
Ww = Weight of water
f = Coefficient of friction
3. Inside Diameter
The inside diameter , including the cement-mortar lining, shall be a minimum of the
nominal diameter of the pipe specified, unless otherwise indicated on the drawings.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 12 of25
KHA No. 061018022
October 2009
4. Wall Thickness
The minimum pipe wall steel thickness shall be as designed , but not less than 0.25" or
pipe D/240, whichever is greater for pipe and fittings , with no minus tolerance. For Line
A, Sta. 34+40 to 37+70 , the minimum pipe wall steel thickness shall be 0.375 ". Where
indicated on the plans , pipe and fittings shall have thicker steel pipe wall. The minimum
steel wall thickness shall also be such that the fiber stress shall not exceed 50% of the
minimum yield strength of the steel for working pressure and shall not ex ceed 75% of the
minimum yield strength of the steel at the maximum pressure (including transient
pressure), nor the following , at the specified working pressure .
Pipe Type
Polyurethane Coated Steel
Mortar Coated Steel
Maximum Stress at
Working Pressure
23 ,000 psi
NOT USED
Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of
0.375" or pipe O.D./144 , whichever is greater.
Pipe, fittings , and specials shall be designed such that the maximum stresses in the pipe
due to thrust loading will not exceed 18,000 psi nor 50% of the steel yield strength at the
thrust design pressure (1.5 times working pressure).
5. Seams
Except for mill-type pipe , the piping shall be made from steel plates rolled into cylinders
or sections thereof with the longitudinal and girth seams butt welded or shall be spirally
formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth
seams shall be butt welded and shall not be spaced closer than 6' ex cept in specials and
fittings.
6. Joint Length
Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed
in casing shall not exceed 25'. No randoms will be permitted for straight runs of pipe.
B. Joint Wrappers for Mortar Coated Steel Pipe
Mortar Coating is not allowed for this project.
C. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe
Heat shrink sleeves shall meet A WW A C2 l 6, as manufactured by Canusa, Rachem or
approved equal.
-
-
-
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02~17
Steel Pipe
Page 13 of125
KHA No. 061018022
October 2009
I
D. Joint Bonds, Insulated Connections, and Flange Gaskets
Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section
15640 in the Appendix.
E. Bend Fittings
All bend fittings shall be Jong radius to permit passage of pipeline pigs.
F . Pipe Ends
Pipe ends shall be lap welded slip joints, butt strap joint, flanged joint, or flexible coupled
joint. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust
I forces .
1. Rubber Gasket and Joint
Rubber gasketed joints will only be allowed for pipe sizes less than 42" diameter. Joints
shall conform to A WW A C-200 standard. The joints shall consist of a flared bell end
formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. The
spigot end shall be a rolled spigot or carnegie shaped steel joint ring in accordance with I
A WW A C200 and as shown as Item F or H in Figure 8-1 on page 112 of the A WW A
Manual Ml 1, 4th edition. The welded area of bell and spigot pipe ends shall be checked
after forming by the dye penetrant or magnetic particle method. The difference in
diameter between the I.D . of the bell and the O.D. of the spigot shoulder at point of full \
engagement with an allowable deflection shall be no more than .00" to .04" as measured
on the circumference with a diameter tape. The gasket shall have sufficient volume to
approximately fill the area of the groove and shall conform to A WWA C200. The joint
shall be suitable for the specified pressure and a deflected joint with a pull of3/4". Joints
shall be of clearances such that water tightness shall be provided under all operating and
test conditions with a pipe diameter deflection of 2%. Joints shall be electrically
continuous .
2. Lap Welded Slip Joint
a. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and
where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for
field welded joints shall be prepared with one (1) end expanded in order to receive a
plain end making a bell and plain end type of joint. Clearance between the surfaces of
lap joints shall not exceed 1/8" at any point around the periphery.
b. In addition to the provisions for a minimum lap of 1-1/2" as specified in AWWA C-
200, the depth of bell shall be such as to provide for a minimum distance of 1"
between the weld and the nearest tangent of the bell radius when welds are to be
located on the inside of the pipe .
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 14 of25
KHA No . 061018022
October 2009
c . Lap welded slip joints may be welded from the inside for pipe diameters 42" and
larger . Lap welded slip joints may be welded on the inside or outside for pipe
diameters smaller than 42".
3. For Fittings with Flanges
Flanged joints shall be provided at connections to valves and where indicated. Ends to be
fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to
accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel
pipe shall conform to the requirements of A WW A C207 and A WW A C206. Pipe flanges
shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall
match the fittings or appurtenances which are to be attached. Flanges shall be Class E
with 275 psi working pressure in accordance with A WWA C207 and in accordance with
ANSI/ ASME B 16.1 Class 125 for areas designated with a 225 test pressure.
4. Flexible Couplings
Flexible couplings shall be provided where specified. Ends to be joined by flexible
couplings shall be of the plain end type, prepared as stipulated in A WWA C200. In
addition, the welds on ends to be joined by couplings shall be ground flush to permit
slipping the coupling in at least one (1) direction to clear the pipe joint. Harness bolts and
lugs shall comply with A WWA Manual Ml 1.
5. Butt Strap Closure Joints
Where necessary to make closure to pipe previously laid, closure joints shall be installed
using butt strap joints in accordance with A WW A C206 and applicable provisions of this
specification.
G. Factory-Applied exterior Polyurethane Coatings
1. Applicator Qualifications:
a . Equipment will be certified by the coating manufacturer to meet the requirements for
material mixing, temperature control, application rate , and ratio control for multi-part
coatings .
b. Equipment not meeting the written requirements of the coating manufacturer shall be
rejected for coating application until repairs or replacement of the equipment is made
to the satisfaction of the Engineer.
c. Personnel responsible for the application of the coating system shall have certification
of attendance at the coating manufacturer 's training class within the last three years.
The certified applicator shall be present during all coating application work and shall
have responsibility for controlling all aspects of the coating application.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 15 of 25
KHA No. 061018022
October 2009
2. Surface Preparation
a. Visible oil, grease, dirt, and contamination shall be removed in accordance with
SSPC-SPI , solvent cleaning.
b. Surface imperfections such as metal slivers , burrs, weld splatter, gouges , or
delaminations in the metal shall be removed by filing or grinding prior to abrasive
surface preparation.
c. In cold weather or when moisture collects on the pipe and the temperature of the pipe
is less than 45 degrees, preheat pipe to a temperature between 45 and 90 degrees and \ 5
degrees above dew point.
d. Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to
produce the surface preparation cleanliness as specified. Recycled abrasive shall be
cleaned of debris and spent abrasive in an air wash separator.
e. Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp
angular surface profile of the minimum depth specified.
f. Protect prepared pipe from humidity, moisture, and rain. Keep pipe clean, dry, and
free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe
surface shall be removed by reblasting prior to primer application.
g . Priming and coating of pipe shall be completed in a continuous operation the same
day as surface preparation .
h. Wire wheel or blast exterior surfaces in accordance with SSPC-SPI O; to a near-white
metal blast cleaning with a 3.0 MIL angular profile in bare steel.
3. Equipment: Two-component, 1: 1 mix ratio , heated airless spray unit.
4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature of
the surface shall not be less than 60 degrees F during application.
5. Humidity: Heating of pipe surfaces may be required to meet requirements of 2.0IA if
relative humidity exceeds 80 percent.
6. Resin : Do not thin or mix resins; use as received. Store resins at a temperature above 55
degrees F at all times.
7. Application: Applicator shall be approved by the coating manufacturer and conform to
coating manufacturer's recommendations . Apply directly to pipe to achieve a total (DPT)
dry film thickness of 35 mils . Multiple-pass, one coat application process is permitted
provided maximum allowable recoat time specified by coating manufacturer is not
ex ceeded . The main line pipe shall have a cutback at time of application so that there is
approximately 3-inches of bare steel on either side of the location of the future weld. The
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No . 061018022
October 2009
SECTION 02617
Steel Pipe
Page 16 of25
cutback area shall be sandblasted in the shop to facilitate easier field surface preparation.
The exterior bare steel area of the pipe shall be adequately protected during pipe handling
and shipment.
8. Recoating: Recoat only when coating has cured less than maximum time specified by
coating manufacturer. When coating has cured for more than recoat time, brush-blast or
thoroughly sand the surface. Blow-off cleaning using clean, dry, high pressure
compressed air.
9. Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's
recommendations.
PART 3-EXECUTION
3 .01 INSTALLATION
A. General
1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the
proper functioning of the completed pipe line. Install pipe, fittings, and specials in
accordance with the Manufacturer's recommendations and A WW A Manual M-11. Pipe
shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated
steel pipe is lowered into the ditch it is to be inspected and tested for holidays. All
damaged areas and holidays are to be repaired before the pipe is lowered into the trench.
2. The requirements of the plans and specifications govern for the excavation and backfilling
of trenches for laying steel pipe, fittings, and specials. Place and consolidate embedment
and backfill prior to removing pipe stulls. Use immersion vibration or other approved
method to consolidate embedment material. Maximum allowable pipe deflection is
limited to 2% for mortar coated steel pipe and 3% for polyurethane coated steel pipe.
3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash,
and at the close of each operating day, effectively seal the open end of the pipe against the
entrance of water using a gasketed night cap. Do not lay pipe in water.
4. Install bonds at all pipe joints, other than welded joints or insulated joints.
B. Pipe Handling
Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or
other equipment designed to prevent damage to the coating or lining . The equipment shall be
kept in such repair that its continued use is not injurious to the coating. The spacing of pipe
supports required to handle the pipe shall be adequate to prevent cracking or damage to the
lining or coating.
C. Line Up and Bends
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02617
Steel Pipe
Page 17 of 25
1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and
spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into
bell.
2. Where abrupt changes in grade and direction occur, the Contractor shall employ special
shop fabricated fittings for the purpose . Field cutting the ends of the steel pipe to
accomplish angular changes in grade or direction of the line shall not be permitted .
D. Pipe Laying -Rubber Gasket Joints
Join rubber.gasket joints in accordance with the Manufacturer's recommendations. Clean bell
and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around
the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for l" gap for
inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed the
manufacturer's recommendation. Check gasket with feeler gauge all around the pipe.
In areas of petroleum hydrocarbon soil contamination install special Neoprene gaskets or
approved equal.
E. Pipe Laying-Welding Joints
I. Weld joints in accordance with the A WW A C206 for Field Welding of Steel Water Pipe.
\·
Contractor shall provide adequate ventilation for welders and for Owner's representative to
observe welds. Unless otherwise specified, welds shall be full circle fillet welds . Welding
shall be completed after application of field applied joint coating.
2. Adequate provisions for reducing temperature stresses shall be the responsibility of the
Contractor.
3. After the pipe have been joined and properly aligned and prior to the start of the welding
procedure, the spigot and bell shall be made essentially concentric by shimming or tacking
to obtain clearance tolerance around the periphery of the joint. In no case shall the
clearance tolerance be permitted to accumulate .
4. Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual
shielded electric arc process . Welding shall be performed so as not to damage lining or
coating. Cover the polyurethane coating as necessary to protect from welding.
5. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect
welding rod from any deterioration prior to its use. If any portion of a box or carton is
damaged, reject the entire box or carton.
6 . In all hand welding, the metal shall be deposited in successive layers. For hand welds, not
more than 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
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No . 061018022
October 2009
SECTION 02617
Steel Pipe
Page 18 of25
stresses and to remove dirt, slag, or flu x 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 s ide
shall not be permitted .
7. Welds shall be free from pin holes , non-metallic inclusions , air pockets , undercutting
and/or any other defects.
8. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory
welding contact cannot be obtained, remove the pipe from the line.
9. Furnish each welder employed with a steel stencil for marking the welds , so that the work
of each welder may be identified. Have each welder stencil the pipe adjacent to the weld
with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be
voided and not duplicated if another welder is employed.
10. Use only competent, skilled and qualified workmen. Each welder employed by the
Contractor shall be required to satisfactorily pass a welding test in accordance with
A WW A C206 before being allowed to weld on the line.
11. After each welder has qualified in the preliminary tests referred to above , inspections shall
be made of joints in the line. Any welder making defective welds shall not be allowed to
continue to weld.
12. Dye penetrant tests in accordance with ASTM E165 , or magnetic particle test in
accordance with A WW A C206 and set forth in ANSI/ A WS D .1.1. 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.
13. 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.
F . Inside Joint Grouting for Pipe with Plant-Applied Mortar Lining
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. Where the mortar joint opening is one inch or wider, such as where trimmed spigots
are required , apply a bonding agent to mortar and steel surface prior to placing joint mortar.
Ram or pack the stiff mortar into the joint space and take extreme care to ensure 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
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 19 of25
KHA No. 061018022
October 2009
joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the
spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the
joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filleil
burlap bag or inflated ball through the pipe with a rope.
G. Exterior Gasket Joint Protection for Polyurethane Coated Steel Pipe
1. General
Buried pipe joints shall be field coated after pipe assembly in accordance with A WW A
C2 l 6, using Heat Shrink Sleeves . Width of heat shrink sleeve shall be sufficient to
overlap the polyurethane coating by a minimum of3-inches. Overlapping of two or more
heat shrink sleeves to achieve the necessary width will not be permitted.
2. Heat Shrink Sleeves
a. Primer: Provide as recommended by the sleeve manufacturer.
b. Filler Mastic: Mastic filler shall be provided for all bell and spigot and coupling type I
joints. Size and type shall be as recommended by the sleeve manufacturer for type of
pipe and joint.
c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85-mils
total thickness, suitable for pipeline operating temperature, sleeve material recovery as
recommended by the manufacturer. High recovery sleeves shall be provided for bell
and spigot and coupling style joints with a minimum of SO-percent recovery . Sleeve
length shall provide a minimum of 3-inches overlap onto intact pipe coating on each
side of the joint. Width to take into consideration shrinkage of the sleeve due to
installation and joint profile.
d . Manufacturers: Canusa, or approved equal.
3. Installation
a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign
contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning,
or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent
wiping the pipe and adjacent coating in accordance with SSPC-SPl, Solvent cleaning.
Clean the full circumference of the pipe and a minimum of 6-inches onto the existing
coating.
b. Remove all loose or damaged pipe coating at joint and either repair the coating as
specified herein or increase the length of the joint coating, where reasonable and
practical.
c . Complete joint bonding of pipe joints before application of joint coating.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 20 of25
KHA No. 061018022
October 2009
d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds
shall be filled with mastic sealant.
e. Store sleeves in shipping box until use is required. Keep dry and sheltered from
exposure to direct sunlight. Store off the ground or concrete floors and maintain at a
temperature between 60°F and l 00°F as recommended by the sleeve manufacturer.
f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve
application.
g. Preheat pipe uniformly to l 40°F to l 60°F or as recommended by the sleeve
manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared
thermometer, or color changing crayons. Protect preheated pipe from rain, snow,
frost, or moisture with tenting or shields and do not permit the joint to cool.
h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic
filler in accordance with the manufacturer's recommendations for the full
circumference of the pipe.
1. Apply heat shrink sleeve when it is at a minimum temperature or 60oF and while
maintaining the pipe temperature above the preheat temperature specified. Apply
sleeve in accordance with the manufacturer's instructions and center the sleeve over
the joint to provide a minimum of 3-inches overlay onto the exfsting pipe coating.
j . Apply heat to the sleeve using either propane fire infrared heaters or wrap around
heaters. Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll
the coating on the pipe surface. Heat from the center of the sleeve to the outer edge
until properly seated, then begin in the opposite direction; Monitor sleeve for color
change, where appropriate, or with appropriate temperature gauges.
k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface,
without voids, mastic beading shall be visible along the full circumference of the
sleeve, and there shall be no wrinkling or excessive bums on the sleeves. Sleeves
which do not meet these requirements shall be removed and the joint recoated as
directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve
repair kits.
I. Allow the sleeve to cool before moving, handling, or backfilling. In hot climates,
provide shading from direct sunlight. Water quenching will be allowed only when
permitted by the sleeve manufacturer.
H. Protective Welded Joints Coating System for Polyurethane Coated Steel Pipe
1. General
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 21 of25
KHA No. 061018022
October 2009
a. Application of protective coating at the pipe joints will be as follows : apply a three
layer joint coating system consisting of a factory applied 35 mil polyurethane coating,
a field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape heat
resistant tape at the location of the welding, and a field applied 110 mil (full recovered
thickness) by 18-inch wide CANUSA AquaWrap high shrink heat shrinkable joint
sleeve. After the heat shrinkable joint sleeve is installed, the Contractor my backfill
the trench , and then weld the joint.
b. The Contractor is responsible for his operations so that they do not damage the factory
applied coating system.
c. When applying the three layer joint coating system for post welding the joints, the
Contractor must show that his operation will not damage the joint coating system to
the Engineer's satisfaction. The Contractor will be required to fully uncover a
maximum of 10 joints, selected at random by the Engineer or Owner to visually
inspect and test the joint after welding. Any damage must be repaired. If the
Contractor's welding procedure damages the three layer joint coating system , the
Contractor, at the direction of the Engineer, will be required to modify his welding
procedure.
2. Joint Coating (3 Layer)
a. Apply three Layer Joint Coating System before Welding the Joint
b. Pipe Manufacturing and Heat Tape - A 35 mil thickness polyurethane coating shall be l
applied over entire length of pipe. The Contractor shall field apply 60 mil thick by 6-J
inich wide strip of CANU SA HCO Wrap id Tape heat resistant tape to the exterior bell
end of the pipe, centered on the location of the welding, over a 35 mil factory applied
polyurethane coating.
c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve
1. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other
foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool
Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease
contamination by solvent wiping the pipe and adjacent coating in accordance with
SSPC-SPl , Solvent cleaning. Clean the full circumference of the pipe and a
minimum of 6-inches onto the existing coating.
ii. Remove all loose or damaged pipe coating at joint and either repair the coating as
specified herein or increase the length of the joint coating, where reasonable and
practical.
u1. Complete joint bonding of pipe joints before application of joint coating.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 22 of25
KHA No. 061018022
October 2009
iv. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds
shall be filled with mastic sealant.
v. Store sleeves in shipping box until use is required. Keep dry and sheltered from
exposure to direct sunlight. Store off the ground or concrete floors and maintain
at a temperature between 60°F and 100°F as recommended by the sleeve
manufacturer.
vi. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve
application.
vii. Preheat p ipe uniformly to 140°F to 160°F or as recommended by the sleeve
manufacturer. Monitor pipe temperature using a surface temperature gauge,
infrared thermometer, or color changing crayons. Protect preheated pipe from
rain, snow, frost, or moisture with tenting or shields and do not permit the joint to
cool.
viii. Prime joint with specified primer and fill all cracks , crevices~ and gaps with
mastic filler in accordance with the manufacturer's recommendations for the full
circumference of the pipe.
ix . Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while
maintaining the pipe temperature above the preheat temperature specified . Apply
sleeve in accordance with the manufacturer 's instructions and center the sleeve
over the joint to provide a minimum of 3-inches overlay onto the existing pipe
coating.
x . Apply heat to the sleeve using either propane fire infrared heaters or wrap around
heaters. Hold flame a minimum of 6-inches from the sleeve surface . Periodically
roll the coating on the pipe surface. Heat from the center ofthe sleeve to the outer
edge until properly seated, then begin in the opposite direction. Monitor sleeve
for color change, where appropriate , or with appropriate temperature gauges.
xi. Completed joint sleeve shall be fully bonded to the pipe and existing coating
surface, without voids, mastic beading shall be visible along the full
circumference of the sleeve , and there shall be no wrinkling or excessive burns on
the sleeves. Sleeves which do not meet these requirements shall be removed and
the joint recoated as directed by the Engineer. Minor repairs may be repaired
using heat shrink sleeve repair kits.
xii. Allow the sleeve to cool before moving, handling, or backfill ing. In hot climates,
provide shading from direct sunlight. Water quenching will be allowed only
when permitted by the sleeve manufacturer.
d. Inspection, Testing, and Repairs
-
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 23 of25
KHA No. 061018022
October 2009
I.
J.
Holiday testing shall be performed using a wet sponge holiday tester at each joint after
field application of heat shrinkable joint sleeve. If any holidays or cuts are detected,
the sleeve shall be repaired using CANUSA Repair Patch Kit (CRPK) or approved
equal. The damaged area shall be covered with a minimum of 50 mm overlap around
the damaged area.
Protection of Buried Metal
Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field-
applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax
tape and encased in flowable fill.
Repair and Field Touch up of Polyurethane Coating
1. Apply Madison GP II (E) Touchup Polyurethane Coating or equal Lifelast or Futura
Coatings for repair and field touch-up of polyurethane coating.
2. Repair Procedure -Holidays:
a. Remove all traces of oil, grease, dust, dirt, etc.
b. Roughen area to be patched by sanding with rough grade sandpaper ( 40 grit).
c . Apply a 35 mil coat of repair material described above. Work repair material into
scratched surface by brushing or rolling in accordance with manufacturer's
recommendations.
d. Retest for Holiday.
3 . Repair Procedure -Field Cuts or Large Damage:
a. If in the opinion of the Owner, or Owner's representative, that the polyurethane
coating is excessively damaged. The pipe segment will be rejected until the coating
system is removed and replaced so that the system is in a like-new condition.
b. Remove burrs from field cut ends or handling damage and smooth out edge of
polyurethane coating.
c. Remove all traces of oil, grease, dust, dirt, etc.
d. Roughen area to be patched with rough grade sandpaper (40 grit). Feather edges and
include overlap of 2 inches of roughened polyurethane in area to be patched .
e. Apply a 35 mil coat ofrepair material described above, in accordance with
manufacturer's recommendations. Work repair material into scratched surface by
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 24 of25
KHA No. 061018022
October 2009
brushing. Feather edges of repair material into prepared surface. Cover at least l inch
of roughed area surrounding damage , or adjacent to field cut.
f . Test repairs for Holidays.
K. Exterior Joint Protection for Mortar Coated Steel Pipe -NOT USED
L. Patch of Mortar Coating-NOT USED
M . Patch of Lining (Plant or Field)
1. Repair cracks larger than 1/16". Pipes with dis bonded linings will be rejected. Excessive
patching of lining shall not be permitted . Apply bonding agent to patch area. Patching of
lining shall be allowed where area to be repaired does not exceed 100 square inches and
has no dimension greater than 12". In general, there shall be not more than one (1) patch
in the lining of any joint of pipe.
2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not
install patched pipe until the patch has been properly and adequately cured and unless
approved by the Engineer.
N. Quality Control of Field Applied Polyurethane Coating
1. Surface Preparation: Visually inspect surface preparation to ensure cleanliness and
dryness requirements have been met. Use Testex tape on at least l joint/day to ensure that
adequate profile is being achieved .
2. Visual : Visually inspect cured coating to ensure that the coating is completely
cured with no blisters, "sticky" or "gooey" areas. Also check to ensure that the coating
completely covers the steel and existing coating.
3. Thickness: Use a magnetic dry film thickness gauge on cured coating to ensure
adequate thickness has been achieved according to SSPC PA2.
4 . Adhesion: Perform the following procedure on a minimum of 1 joint per day :
a. Select area to test that has cured for at least l hour for fast setting coatings.
b . Make small "X" cut through the coating down to the steel with a sharp knife .
c. Each arm of the "X" should be approximately 1" long.
d. With the point of the knife, attempt to remove the coating at the center of the "X" by
sliding/poking the knife point under the coating.
-
-
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 02617
Steel Pipe
Page 25 of25
KHA No. 061018022
October 2009
3 .02
e. Reject if coating is removed easily in large sections (>2 in2). Note that some
qualitative judgment is necessary and that the longer the coating has cured , the greater
the adhesion .
f . R e pair area with GP II (E) Touchup (or similar material)
5. Holiday Testing: Holiday testing shall be performed using a wet sponge holiday tester at
e ach joint no sooner than one hour after field application of polyurethane coating.
6 . Inspection at Welding Joints : When applying the three layer joint coating system for post[
welding the joints, the Contractor must show that his operation will not damage the joint
coating system to the Engineer's satisfaction . The Contractor will be required to fully
uncover a maximum of IO joints, selected at random by the Engineer or Owner to visuall)l
inspect and test the joint after welding. Any damage must be repaired. If the Contractor's
welding procedure damages the three layer joint coating system, the Contractor, at the
direction of the Engineer, will be required to modify his welding procedure .
HYDRO ST A TIC TEST
A. Perform a hydrostatic test in accordance with City of Fort Worth Standards .
END OF SECTION
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
PART 1 -GENERAL
1.01 SUMMARY
SECTION 02640
Vitrified Clay Pipe
Page I of 7
A. The section provides the minimum requirements for manufacturing, furnishing, and transporti dg
vitrified clay pipe (VCP) to be installed by pilot tube microtunneling . The Contractor shaij J
provide all labor, equipment and materials to install the twelve ( 12)-inch nominal diameter VCP
to serve as gravity flow sewer pipe as shown on the Plans .
1.02 RELATED WORK SPECIFIED ELSEWHERE
A . Section 02348 -Pilot Tube Microtunneling
1.03 REFERENCE ST AND ARDS, CODES, AND SPECIFICATIONS
A. The publications listed below form a part of this Specification to the extent referenced. Where
conflicts between these Specifications and the referenced specification, code, or standard occur, the
more restrictive specification shall govern . The publications are referenced in the text by basi d
designation only. Where a date is given for referenced standards , that edition shall be used. Wher~
no date is given for referenced standards , the late st edition available on the date of issue of Contract
Documents shall be used.
B . Commercial Codes :
I. ASTM C 1208/C 1208M -Standard Specification for Vitrified Clay Pipe and Joints for Use[
in Microtunneling, Sliplining, Pipe Bursting, and Tunnels
2. ASTM C 301 -Test Methods for Vitrified Clay Pipe
C . Geotechnical Report
I. "Geotechnical Engineering Study , Fort Worth Medical District Water Improvements, Part 4,
SHWTP to Medical District", Fort Worth, TX, CMJ Engineering, Inc., March, 2008
2. "Additional Utility Borings, Forth Worth Medical District Water Improvements, Part 4,
SHWTP to Medical District", Fort Worth, TX , CMJ Engineering, Inc ., January 2009.
1.04 DEFINITIONS -Not Us ed
1.05 DESIGN CRITERIA
A. The Contractor is solely responsible for the design of VCP that meets or exceeds the design
requirements of this Specification. Pipe used for open trench installation shall be designed for open
trench conditions as required by this specification and drawings . Pipe used for trenchless
construction shall be specifically designed for installation by pipejacking methods .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02640
Vitrified Clay Pipe
Page 2 of 7
B. Design of the VCP shall account for all installation and service loads including: (1) jacking
loads ; (2) external groundwater and earth loads ; (3) grouting pressures ; ( 4) traffic loads ; (5)
practical considerations for handling, shipping, and other construction operations . Design shall
be conducted by or under direct supervision of a Professional Engineer licensed in the State of
Texas, who shall stamp and sign the design .
C . The allowable jacking capacity shall not exceed 40% of the ultimate compressive strength, or the
maximum allowable compressive strength recommended by the manufacturer, whichever is less.
D. VCP for trenchless construction shall be furnished in lengths compatible with the Contractor's
installation requirements, available work and staging areas, and shaft dimens ions, as well as the
shop practices of the pipe manufacturer.
E. For pipes used for trenchless construction , VCP connections shall be achieved by flush-bell and
spigot joints using flexible elastomeric se a ls . All joint components shall be constructed from
Type 316 stainless steel.
F . All 36-inch nominal diameter VCP shall be provided with at least one lubrication port per pipe.
In no case shall lubrication ports be spaced greater than 12 feet center to center. All ports and
plugs shall be constructed from plastic , fiberglass , or stainless steel , or otherwise be at least as
corrosion resistant as the pipe joint material.
1.06 QUALITY ASSURANCE
A. The Contractor shall furnish all labor necessary to assist the Engineer in inspecting pipe upon
delivery . Contractor shall remove rejected pipe immediately .
B . If any part of the VCP becomes chipped , gou ged , or otherwise damaged before or during
installation , it shall be rejected and removed from the site , or repaired, using methods and
materials approved by the Engineer, in w riting , at no additional cost to the Owner. The decision
to repair or replace the damaged pipe shall be at the sole discretion of the Engineer.
C . The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe
manufacturing . Should the Engineer request to see specific pipes during any phase of the
manufacturing process ; the manufacturer must provide the Engineer with adequate advance
notice of when and where the production of those pipes will take place .
D . Warranty:
l. The Contractor shall warrant and shall obtain from the manufacturer its warranty that the
VCP conforms to these specifications and will be free from defects in materials and
workmanship for a period of one ( l) year from the date of substantial completion of this
Contract. Said manufacturer's warranty shall be in a form acceptable to, and for the benefit
of, the Owner, and shall be submitted by the Contractor as a condition of final payment. The
Contractor shall repair or replace , at the sole option of, and at no cost to the Owner, any
work found to be defective within said warranty period. Such repair or replacement shall
include the cost of removal and reinstallation , inspection , and acceptance testing. An
additional warranty period of one ( l) year shall apply to replacement pipe .
-
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No . 061018022
October 2009
SECTION 026f 0
Vitrified Clay Pipe
Page 3 of 7
2 . The Contractor shall also warrant to the Owner that the materials used on this Contra~t,
where covered by patents or license agre e ments , are furnished in accordance with such
agreements and that the prices included herein cover all applicable royalties and fees in
I
accordance with such license agreements . The Contractor shall defend , indemnify, and hold
the Owner harmless from and against an y and all costs, loss , damage, or expense arising ot t
of, or in any way connected , with any cl a im of infringement or patent, trademark, or
violation of license a gre ement.
1.07 SUBMITT ALS
A . Submittals shall · be made in accordance DA-56 Shop Drawings. Review and acceptance of thb
Contractor 's submittals by the Engineer sh a ll not be construed in any way as relieving th b
Contractor of its responsibilities under this Contract.
B. Shop Drawings : The Contractor shall furnish shop drawings illustrating the details of the VCP1,
joint details, and miscellaneous items to be furnished and fabricated for the pipe. Dimension s,
tolerances, wall thickness, properties and strengths, and other pertinent_ information shall be
shown. These items shall be submitted for review by the En g ineer prior to fabrication.
C . Calculations: Calculations shall be submitted in a neat, legible format. Assumptions used irl
calculations shall be consistent with information provided in the Geotechnical Reports . All
calculations shall be prepared by or under the direct supervision of a Professional Enginee~
licensed in the State of Te xas, who shall stamp and sign calculations .
1. Provide calculations confirming that pipe capacity is adequate to resist anticipated jacking
loads with a minimum factor of safety of 2 .5.
2. Submit calculations confirming that pipe capacity is adequate to safely support all
anticipated loads, including earth and groundwater pressures , surcharge loads, and handling
loads with an adequate factor of safety .
D. Manufacturer's Procedures: The Contractor shall submit written descriptions of the procedures
and specifications used in the manufacturing of VCP, as specified herein . I
E . Pipe System Testing: Joint testing procedure and equipment to be used.
PART 2 -PRODUCTS
2.01 MANUFACTURING
A . VCP shall be manufactured in conformance with ASTM C 12 08 .
B. Acceptable Manufacturers for VCP : Can-Clay Corporation , Mission Clay Products , or Engineer
approved equal.
2 .02 MATERIALS
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02640
Vitrified Clay Pipe
Page 4 of 7
A. Where not otherwise modified by these specifications, all provisions of ASTM C 1208 shall
govern for trenchless construction.
B . Elastomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturers and be suitable
for the service intended.
2.03 JOINTS
A . For trenchless construction the VCP shall be connected by gasket-sealed flush-bell and spigot
joints that do not materially increase the pipe OD or decrease the pipe ID. The gaskets shall meet
the requirements of ASTM C 1208 . The joint shall be leak-free under the following conditions:
1. During grouting an lubrication operations, and under actual, observed groundwater pressure.
2. Test pipe in accordance with the City of Fort Worth standards .
3. Gaps between the pipe ends up to two percent of the diameter (maximum one inch).
2 .04 JOINT BANDS
A. For trenchless construction, the joint bands shall be made of AISI Type 316 stainless steel.
Uncoated steel, galvanized steel , or epoxy coated steel joint bands shall not be permitted . Joint
bands shall be corrosion resistant in continuous service environment with a pH between 1 and 10.
Joint bands shall be flush-fitting or slightly recessed to the outside diameter of the pipe
2.05 CUSHIONING RING
A. For trenchless construction, each VCP jacking pipe shall be fitted with a cushioning ring as
recommended by the manufacturer to evenly distribute jacking loads. The cushioning ring shall
not protrude into the pipe flowline, or beyond the spigot so as to interfere with the sleeve .
2.06 DIMENSIONAL TOLERANCES
A. Inside Diameter: The minimum permissible bore for a given pipe size is the nominal inside
diameter minus 2 .5% of the nominal diameter.
B . Roundness : The outside diameter shall not vary from a true circle by more than 2% of its nominal
diameter. The out-of-round dimension is the difference between the maximum and minimum
diameter measured at any one location along the pipe barrel.
C. Lengths: For trenchless construction, the length of each pipe section shall be determined by the
Contractor, compatible with size restrictions of jacking shaft due to existing utilities and
maintenance of traffic requirements.
D. Wall Thickness: For trenchless construction, the minimum wall thickness , measured at the bottom
of the spigot gasket groove where the wall cross-section has been reduced, shall be determined
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 026f0
Vitrified Clay Pipe
Page 5 of 7
from the maximum jacking load . Minimum factor of safety against jacking force failure shall be
2.5 based on straight alignment.
E. End Squareness : The plane formed by a pipe end shall not deviate by more than 0 .005 in.fin. of
outside diameter .
F. Straightness: Pipe shall not deviate from straight by more than 0 .05 in./linear ft. when t~e
maximum offset is measured from the concave side of the pipe.
G. Outside Diameter: The external diameter of the barrel of a pipe shall not deviate from the
I
manufacturer's stated maximum value by an amount greater than 3% of the nominal diameter.
2.07 LOBRICATION PORTS
A. Each 36-inch jacking pipe shall be supplied with at least one factory-installed threaded lubricatioh
connections of diameter, quantity and orientation compatible with the contractor's lubricatiol
operation. The lubrication ports shall be located at a spacing not to exceed thirty-six (36) fee .
Lubrication ports shall be fitted with countersunk one-way valves to prevent infiltration of displaced
earth during the jacking process . Lubrication ports and caps shall be made of a corrosion resistan
1
t
material. Lubrication ports shall not be required on VCP with less than 36-inch diameter.
2.08 TESTING REQUIREMENTS
A. Acceptance testing shall be in accordance with ASTM C 1208, C 301, C 828, and the
requirements herein.
B. There shall be no fractures or cracks visible to the unaided eye. Chips, fractures or blisters shall
not exceed 2-inches laterally in any dimension, and shall not exceed 1/8 inch into or out of the
pipe barrel.
C. Repairs, if any, shall be made only with approval of the Engineer. Prior to installation, damaged
pipe shall be rejected . For testing purposes, a production lot shall consist of all pipe having the
same lot marking number but shall not exceed a total of 50 pipes. Pipe length, wall thickness,
joint dimensions and beam load shall be verified by an independent testing laboratory and
approved by the Engineer.
D . Causes for Rejection: The following imperfections in a pipe or special fitting shall be considered
injurious and cause for rejection without consideration of the test results above. If any pipe is
rejected for the listed reasons the Contractor shall, with written approval from the Engineer, make
temporary repairs to the pipe and shall jack the pipe through to the next shaft for removal. Other
methods of repairing the damaged pipe may be used if approved in writing by the Engineer.
I . Any visible crack .
2. Surface imperfections, such as lumps, blisters, pits, or flakes on the interior surface of a pipe
or fitting.
3. When the bore of the pipe varies from a true circle by more than 2% of its nominal diameter.
Medical District Water Distribution System Improvements , Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02640
Vitrified Clay Pipe
Page 6 of7
4. Pipe joints that have tramp clays, grog or other foreign material attached permanently to the
exterior or interior surface of the pipe or fittings .
2 .09 MARKING
A. Each pipe section shall be marked on both ends to identify the manufacturer, manufacturer number
(identifies factory location , date of manufacture , shift, and sequence) nominal diameter, beam load,
DIN number, ASTM number and designation, and lot number.
PART 3 -EXECUTION
3 .01 PACKING, SHIPPING, HANDLING , AND STORAGE
A. Packing and Shipping: The Contractor shall exercise extreme care during the transportation ,
handling, storage, and installation of the VCP to ensure that the pipe is not chipped, gouged, or
otherwise damaged in any way. Adequate strutting shall be provided on alt specials, fittings , and
straight pipe where required to avoid damage to the pipe and fittings during shipping, storage, and
handling.
B . Handling and Storage: The pipe shall be handled as a minimum at the 1/3 points by the use of
wide slings or other devices designed and constructed to prevent damage to the pipe. The use of
steel cables, chains , hooks, or other equipment that might damage the pipe shall not be permitted.
Stockpiled pipe shall be supported on sand or earth berms free of rock exceeding 3 inches in
diameter . The pipe shall not be rolled and shall be secured to prevent accidental rolling.
C. If any part of the VCP becomes damaged , it shall be rejected and removed from the site and
replaced at no cost to the Owner, or repaired using methods and materials approved by the
Engineer, in writing, at no cost to the Owner. The decision to replace or repair the pipe will be at
the sole discretion of the Engineer.
3.02 INSTALLATION
A. Pipe for trenchless construction installation: The installation of pipe and fittings shall be in
accordance with the project Plans, this Section , Section 02346 , Pilot Tube Microtunneling, and
the manufacturer's requirements .
B. Jacking Pipe: The Contractor shall exercise care while jacking the pipe to not chip, gouge , or
otherwise damage the end of the pipe that is in contact with the jacking frame. Use suitable
equipment to distribute forces from the jacking frame to the pipe to decrease the potential of
damage to the pipe.
C . Jointing:
1. Clean ends of pipe and joint components.
-
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 026~0
Vitrified Clay Pipe
Page 7 of 7
I
2 . Apply joint lubricant to the bell interior surface and the elastomeric seals . Use only
lubricants approved by the pipe manufacturer. 1
3. Use suitable equipment and end protection to push the pipes together.
4 . Do not exceed forces recommended by the manufacturer for joining or pushing pipe .
3 .03 FIELD TESTS
A . All field testing shall be completed in accordance with the City of Fort Worth standards.
3 .04 CLEANING
A. The VCP shall be cleaned after installation. All construction debris , tools, oil, grease, slurry, an
other materials shall be removed. Cleaning shall be incidental to the construction. No separate
payment shall be made for cleaning.
LAST PAGE OF THIS SECTION
.....
-
../
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No . 061018022
October 2009
PART 1 -GENERAL
I.OJ SCOPE OF WORK:
I
SECTION 02641
Resilient Seated Gate Va~e
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)
AWWACSIS Resilient seated gate valve for water supply service.
2 . American Society for Testing and Materials (ASTM)
ASTMA48
ASTMAI26
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 valv~
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 thJ
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:
1. Technical bulletins and brochures on resilient seated gate valves.
B. Submittals required prior to final walk through:
I. Operation and Maintenance Manual.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District
KHA No . 061018022
October 2009
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
corrosion .
E. Storage and Protection: Take special care to prevent plastic and similar brittle items from being
directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation.
1.07 WARRANTY:
A. The equipment shall be warranted to be free from defects in workmanship, design an~ 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
C5 l 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 ANSVNSF Standard 61 . All
valve materials for components in contact with potable water shall be resistant to chloramines.
B. Valve body shall be ductile iron per ASTM A536. Flanged ends shall be furnished in accordance
with ANSI/AWWA Cl 15/A21.15. Standard Flanged Drilling. Mechanical Joints shall be
furnished with outlets which conform to ANSI/AWWA Cl 11/A21.l 1 mechanical joint
requirements.
-
-
-
Medical District Water Distribution Sy stem Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 02641
Resilient Seated Gate Valve
Page 3 of 3
KHA No. 061018022
October 2009
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 , SCB
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" ih
accordance with the City of Fort Worth 's Standard Products List. Valves 16" and larger shall be
contained within a vault as show n on the plans.
G.
H.
I.
J .
K.
Gate valves in buried service shall be provided with polyethylene encasement in accordance with
AWWAC105 . I
Resilient seated gate valves for buried service shall be furnished with a square 2" operating nut \
The valve box shall be Mueller H-10360 or Engineer approved equal.
In all non-buried service, handwheel operators shall be furnished , unless otherwise specified .
Resilient seated gate valves shall be non-rising stem type unless otherwise specified.
Resilient seated gate valves used as part of Air Release Valve assembly shall be non-rising stemj
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 15640 .
END OF SECTION
-
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
PART 1-GENERAL
1.01 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 thel
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 t)
the valve.
Water Type
Working Pressure Range
Test Pressure Range
Surge Pressure
Flow Range
Potable Water
10 psi -150 psi
225 psi
100 psi
0 MGD-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 11 0 degrees F, and reported water temperatures vary
between 50 and I 05 degrees F. Relative humidity is expected to range between 5 and 100 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.
If the substitution request is found to be unacceptable by the Engineer then the contractor shall
Medical District Water Distribution System Improvements , Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02643
Air ReleaseNacuum Valves
Page 2 of 3
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 requ ired prior to final walk through :
1. 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
corrosion.
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:
1. High volume discharge during pipeline filling
2. High volume intake through the large orifice
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
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
1. 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
3.01. All air release valves shall be installed in accordance with the instructions of the manufacturer
and as shown on the drawings.
END OF SECTION
Medicai District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061 O 18022
October 2009
PART I -GENERAL
1.01 SUMMARY
SECTION 02660
Fiberglass Sewer Pipe
Page 1 of 6
A. This section provides the minimum requirements for manufacturing, furnishing, and transporting
fiberglass-reinforced polymer mortar pipe (fiberglass pipe) to be installed by open cut or by other
than open cut inside a casing in a second pass. The Contractor shall provide all labor, equipment
and materials to install the twenty-seven (27)-inch or thirty (30)-inch nominal diameter fiberglass
pipe to serve as gravity flow sewer pipe as shown on the Plans .
1 .02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02341, Open-Shield Pipejacking
B. Section 02345, Microtunneling
C. Section 02346, Pilot Tube Microtunneling
D. Section 02349, Installation of Carrier Pipe in Casing
E. Section 03360, Contact Grouting
1.03 REFERENCE ST AND ARDS, CODES , AND SPECIFICATIONS
A. The publications listed below form a part of this Specification to the extent referenced. Where
conflicts between these Specifications and the referenced specification, code, or standard occur, the
more restrictive specification shall govern . The publications are referenced in the text by basic
designation only. Where a date is given for referenced standards, that edition shall be used. Where
no date is given for referenced standards, the latest edition available on the date of issue of Contract
Documents shall be used.
B. Commercial Codes:
I. ASTM D 3262 -Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting
Resin) Sewer Pipe
2 . ASTM D 4161 -Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting
Resin) Pipe Joints using Flexible Elastometric Seals
C. Geotechnical Report:
a . "Geotechnical Engineering Study, Fort Worth Medical District Water Improvements,
Part 4, SHWTP to Medical District", Fort Worth, TX , CMJ Engineering, Inc ., March
2008.
b. "Addition a l Utility Borings, Fort Worth Medical District Water Improvements, Part 4,
SHWTP to Medical District", Fort Worth, TX , CMJ Engineering, Inc ., January 2009 .
Medic;al Ilistrict Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
I .04 DEFINITIONS -Not Used
1.05 DESIGN CRJTERIA
SECTION 02660
Fiberglass Sewer Pipe
Page 2 of 6
A. The Contractor is solely responsible for the design of fiberglass pipe that meets or exceeds the
design requirements of this Specification and is specifically designed for carrier pipe installation.
B. Design of the fiberglass pipe shall account for all installation and service loads including: (1)
jacking/pushing loads; (2) external groundwater and earth loads; (3) traffic loads; (4) practical
considerations for handling, shipping, and other construction operations. Design shall be
conducted by or under direct supervision of a Professional Engineer licensed in the State of
Texas, who shall seal and sign the design.
C. The allowable jacking/pushing capacity shall not exceed 40% of the ultimate compressive
strength, or the maximum allowable compressive strength recommended by the manufacturer,
whichever is less.
D . Fiberglass pipe shall be furnished in lengths, compatible with the Contractor's installation
requirements, available work and staging areas, and shaft dimensions, as well as the shop
practices of the pipe manufacturer.
E . Fiberglass pipe connections shall be achieved by FWC coupling, REKA coupling, or approved
equal with elastomeric seals and shall be in accordance with ASTM D 4161.
F. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength
of the pipe. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of
withstanding all external and internal pressures and loads without leaking. All ports and plugs shall
be constructed from plastic, fiberglass, or stainless steel or otherwise be at least as corrosion
resistant as the pipe joint material.
1.06 QUALITY ASSURANCE
A. The Contractor shall furnish all labor necessary to assist the Engineer in inspecting pipe upon
delivery . Contractor shall remove rejected pipe immediately.
B. If any part of the fiberglass pipe becomes chipped, gouged, or otherwise damaged before or
during installation, it shall be rejected and removed from the site, or repaired, using methods and
materials approved by the Engineer, in writing, at no additional cost to the Owner. The decision
to repair or replace the damaged pipe shall be at the sole discretion of the Engineer.
C. The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe
manufacturing. Should the Engineer request to see specific pipes during any phase of the
manufacturing process; the manufacturer must provide the Engineer with adequate advance
notice of when and where the production of those pipes will take place .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
D. Warranty:
SECTION 02660
Fiberglass Sewer Pipe
Page 3 of 6
1 . The Contractor shall warrant and shall obtain from the manufacturer its warranty that the
fiberglass pipe conforms to these specifications and will be free from defects in materials
and workmanship for a period of one (I) year from the date of substantial completion of this
Contract. Said manufacturer's warranty shall be in a form acceptable to, and for the benefit
of, the Owner, and shall be submitted by the Contractor as a condition of final payment. The
Contractor shall repair or replace , at the sole option of, and at no cost to the Owner, any
work found to be defective within said warranty period. Such repair or replacement shall
include the cost of removal and reinstallation, inspection, and acceptance testing. An
additional warranty period of one ( 1) year shall apply to replacement pipe.
2. The Contractor shall also warrant to the Owner that the materials used on this Contract,
where covered by patents or license agreements, are furnished in accordance with such
agreements and that the prices included herein cover all applicable royalties and fees in
accordance with such license agreements . The Contractor shall defend, indemnify, and hold
the Owner harmless from and against any and all costs, loss, damage, or expense arising out
of, or in any way connected, with any claim of infringement or patent, trademark, or
violation of license agreement.
1.07 SUBMITTALS
A. Submittals shall be made in accordance with DA-56 . Review and acceptance of the Contractor's
submittals by the Engineer shall not be construed in any way as relieving the Contractor of its
responsibilities under this Contract.
B . Shop Drawings: The Contractor shall furnish shop drawings illustrating the details of the
fiberglass pipe, lubrication ports, joint details, and miscellaneous items to be furnished and
fabricated for the pipe. Dimensions, tolerances, wall thickness, properties and strengths, and
other pertinent information shall be shown. These items shall be submitted for review by the
Engineer prior to fabrication.
C. Calculations : Calculations shall be submitted in a neat, legible format. Assumptions used in
calculations shall be consistent with information provided in the Geotechnical Reports. All
calculations shall be prepared by or under the direct supervision of a Professional Engineer
licensed in State of Texas, who shall stamp and sign calculations .
I . Submit calculations confirming that pipe capacity is adequate to safely support all
anticipated loads, including earth and groundwater pressures, surcharge loads, and handling
loads with an adequate factor of safety.
D . Pipe System: Joint testing procedure and equipment to be used .
PART 2 -PRODUCTS
2 .0 I MANUFACTURING
A. Fiberglass pipe for trenchless construction shall be manufactured in conformance with ASTM D
3262 .
Medi~al District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02660
Fiberglass Sewer Pipe
Page 4 of 6
B . Acceptable Manufacturers: HOBAS Pipe USA, Inc., US Composite Pipe South, LLC, or
Engineer approved equal.
2.02 MATERIALS
A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of
performance in this particular application.
B. Glass Reinforcement : The reinforcing glass fibers used to manufacture the components shall be
of highest quality commercial grade E-glass filaments with binder and sizing compatible with
impregnating resins .
C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%.
D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc.,
when used, shall not detrimentally affect the performance of the product.
E. Elastomeric Gaskets: Gaskets shall be supplied by qualified gasket manufacturers and be suitable
for the service intended.
2 .03 JOINTS
A. The fiberglass pipe shall be connected by FWC coupling, REKA coupling, or approved equal
with elastomeric seals . The joints and gaskets shall meet the requirements of ASTM D 4161.
Each joint shall be tested before and after installation is completed between shafts and shall be
leak-free under the following conditions:
1 . During grouting and lubrication injection, grouting operations, and under actual , observed
groundwater pressure.
2. Gaps between the pipe ends up to two percent of the diameter (maximum one inch).
2.04 DIMENSIONAL TOLERANCES
A . Inside Diameter: The inside diameter of the pipe shall not vary by more than 1/8" from the
nominal inside diameter.
B. Roundness : The difference between the major and minor outside diameters shall not exceed 0. I%
of the nominal outside diameter or W ', whichever is less .
C . Lengths: The maximum length of each pipe section shall be determined by the Contractor,
compatible with size restrictions of jacking shaft due to existing utilities and maintenance of
traffic requirements .
D . Wall Thickness: The mm1mum wall thickness, measured at the bottom of the spigot gasket
groove where the wall cross-section has been reduced, shall be determined from the maximum
jacking load . Minimum factor of safety against jacking force failure shall be 2 .5 based on
uniform distribution of jacking forces exerted on net end bearing area of pipe .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02660
Fiberglass Sewer Pipe
Page 5 of 6
E. End Squareness: Pipe ends shall be square to the pipe axis with maximum tolerance of 1/16".
F. Straightness: Pipe shall not deviate from straight by more than 0.00625 inches per linear foot.
2.05 MARKING
A. Each pipe section shall be marked on both ends to identify the manufacturer, manufacturer
number (identifies factory location, date of manufacturer, shift, and sequence), nominal diameter,
beam load, DIN number, ASTM number and designation, and lot number.
2 .06 TESTING REQUIREMENTS
A. Acceptance testing shall be in accordance with ASTM C 1208, C 301, C 828, and the
requirements herein.
B. There shall be no fractures or cracks visible to the unaided eye . Chips, fractures or blisters shall
not exceed 2-inches laterally in any dimension, and shall not exceed 1/8 inch into or out of the
pipe barrel.
C. Repairs, if any, shall be made only with approval of the Engineer. Prior to installation, damaged
pipe shall be rejected. For testing purposes, a production lot shall consist of all pipe having the
same lot marking number but shall not exceed a total of 50 pipes . Pipe length , wall thickness ,
joint dimensions and beam load shall be verified by an independent testing laboratory and
approved by the Engineer.
D. Causes for Rejection: The following imperfections in a pipe or special fitting shall be considere9
injurious and cause for rejection without consideration of the test results above. If any pipe is
rejected for the listed reasons the Contractor shall, with written approval from the Engineer, make
temporary repairs to the pipe and shall jack the pipe through to the next shaft for removal. Other
methods of repairing the damaged pipe may be used if approved in writing by the Engineer.
1. Any visible crack.
2 . Surface imperfections, such as lumps, blisters, pits , or flakes on the interior surface of a pipe
or fitting.
3. When the bore of the pipe varies from a true circle by more than 2% of its nominal diameter.
PART 3 -EXECUTION
3 .01 DELIVERY, STORAGE, AND HANDLING
A . Packing and Shipping: The Contractor shall exercise extreme care during the transportation,
handling, storing, and installing the fiberglass pipe to ensure that the pipe is not chipped, gouged,
or otherwise damaged in any way. Adequate strutting shall be provided on all specials, fittings ,
and straight pipe where required to avoid damage to the pipe and fittings during shipping, storage,
and handling.
Medic.al District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
SECTION 02660
Fiberglass Sewer Pipe
Page 6 of 6
B. Handling and Storage: The pipe shall be handled as a minimum at the 1/3 points by the use of
wide slings or other devices designed and construction to prevent damage to the pipe. The use of
steel cables, chains, hooks, or other equipment that might damage the pipe shall not be permitted.
Stockpiled pipe shall be supported on sand or earth berms free of rock exceeding 3 inches in
diameter. The pipe shall not be rolled and shall be secured to prevent accidental rolling.
C. If any part of the fiberglass pipe becomes damaged, it shall be rejected and removed from the site
and replaced at no cost to the Owner, or repaired using methods and materials approved by the
Engineer, in writing, at no cost to the Owner. The decision to replace or repair the pipe will be at
the sole discretion of the Engineer.
3 .02 INSTALLATION
A . Installation: The installation of pipe and fittings shall be in accordance with the project Plans, this
Section, Section 02341 -Open-Shield Pipejacking, Section 02345 -Microtunneling, Section
02346 -Pilot Tube Microtunneling, Section 02349 -Installation of Carrier Pipe in Casing, and the
manufacturer's requirements.
B. Jointing:
I. Clean ends of pipe and joint components.
2. Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only
lubricants approved by the pipe manufacturer.
3. Use suitable equipment and end protection to push the pipes together.
4. Do not exceed forces recommended by the manufacturer for joining or pushing pipe.
3.03 Field Tests:
A. All field testing shall be completed in accordance with the City of Fort Worth Standards.
3 .04 CLEANING
A. The fiberglass pipe shall be cleaned after installation. All construction debris, tools, oil, grease,
slurry, and other materials shall be removed. Cleaning shall be incidental to the construction. No
separate payment shall be made for cleaning.
LAST PAGE OF THIS SECTION
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03369
Contact Grouting
Page 1 of 8
KHA No. 061018022
October 2009
A. GENERAL
1. SCOPE OF WORK
2.
a. This Section provides minimum requirements for contact grouting of all voids
caused or encountered during casing installation, the annular space outside the
jacking pipe or tunnel liner after trenchless installations are complete, around
shafts as necessary to prevent surface settlement, as necessary to complete portal
stabilization work, and for abandonment grouting of boreholes for subsurface
monitoring points after trenchless construction is complete .
RELATED WORK SPECIFIED ELSEWHERE
a. 02261 -Shaft Excavation and Support
b. 02315 -Portal Stabilization
C. 02340 -Tunneling with Liner Plate
d. 02341 -Open-Shield Pipejacking
e. 02345 -Microtunneling
f. 02445 -Settlement Monitoring
g. 02610 -Steel Casing Pipe
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a . The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern . The latest edition available on the date of issue of Contract Documents
shall be used.
b . "Geotechn ical Engineering Study, Fort Worth Medical District Water
Improvements, Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ
Engineering, Inc ., March, 2008.
c. "Additional Utility Borings, Forth Worth Medical District Water Improvements,
Part 4, SHWTP to Medical District", Fort Worth, TX, CMJ Engineering, Inc.,
January 2009.
d. ASTM C 31 -Standard Practice for Making and Curing Concrete Test
Specimens in the Field
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03360
Contact Grouting
Page 2 of 8
KHA No. 061018022
October 2009
e. ASTM C 39 -Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
f. ASTM C 94 -Standard Specification for Ready-Mixed Concrete
g. ASTM C 109-Standard Test Method for Compressive Strength of Hydraulic
Cement Mortars (Using 2-inch Cube Specimens)
h. ASTM C 144 -Standard Specification for Aggregate for Masonry Mortar
1. ASTM C 150 -Standard Specification for Portland Cement
J. ASTM C 937 -Standard Specification for Grout Fluidifier for Preplaced-
Aggregate Concrete
4. DEFINITIONS -Not Used
5. DESIGN CRITERIA
a. Contact grout shall be used to fill any voids caused or encountered outside the
casing pipe , or tunnel liner, to fill the annular space created by the shield overcut
during trenchless construction, to fill any voids caused or encountered outside of
shafts, as necessary for portal stabilization, and for abandonment of subsurface
monitoring point boreholes .
b. Grout Mixes: Develop one or more grout mixes designed to completely fill the
voids outside the casing, tunnel liner, or shafts and to provide acceptable
strength to prevent settlement. Grout used outside shaft excavations shall be of a
strength that allows for efficient excavation by the tunneling equipment.
Determine 24-hour and 28-day strength of each grout mix in accordance with
ASTM C39 or C109 . All grout mix proportions shall be subject to review and
acceptance by the Engineer.
c . Grout Composition: Grout shall consist of Portland cement, bentonite, fluidifier
as necessary, and water in the proportions specified herein or as approved by the
Engineer. Sand may be added to the grout mix in instances of very high grout
takes as approved by the Engineer. The addition of sand may require additional
water or fluidifier to be added to the grout mix.
d . Compressive Strength : The minimum compressive strength at 24 hours shall be
at least 10 psi. The minimum compressive strength at 28 days shall be 50 psi for
any grout that may be excavated during trenchless operations. The grouting
contractor shall coordinate with the trenchless subcontractor to ensure that the
grout strength can be efficiently excavated by the tunneling equipment without
damaging the equipment or causing excessive wear of cutting tools.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 0336d
Contact Grouting
Page 3 of 8
KHA No. 061018022
October 2009
6. QUALITY ASSURANCE
a . Grout Strength Tests:
1) Prepare samples for 24-hour and 28-day compressive strength tests
according to ASTM C3 l for cylinders or ASTM C 109 for cubes . Test
samples according to ASTM C39 or C 109 as applicable. Grout for the
cylinders or cubes shall be taken from the nozzle of the grout injection
line. Collect at least one set of four (4) samples for each 500 cubic feet
of grout injected but not less than one set for each grouting shift, unless
directed in writing otherwise by the Engineer.
7. 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. Work Plan and Methods:
1) Submit a work plan for each type of contact grouting required,
including : contact grouting methods and details of equipment, grouting
procedures and sequences, injection pressures, monitoring and recording
equipment, pressure gauge calibration data, methods of controlling grout
pressure, and provisions to protect pipe lining or shaft supports.
2) Submit details of grout mix proportions, admixtures, including
manufacturer's literature, MSD sheets, and laboratory test data verifying
the strength of the proposed grout mix.
c. Reports and Records: Maintain and submit daily logs of grouting operations,
including grouting locations, pressures, volumes, and grout mix pumped , and
time of pumping . Note any problems or unusual observations on logs.
d . Grout Stren gt h Tests : Submit test results for 24-hour and 28-day compressive
strength tests for the cylinder molds or grout cubes obtained during grouting
operations .
B. PRODUCTS
1. MATERIALS
a. Cement: Cement shall be Type II or Type V Portland cement conforming to
ASTM C 150. Type II cement shall meet Table 4 false set requirements of
ASTM C 150 .
Medical District Water Distribution System Improvements , Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03360
Contact Grouting
Page 4 of 8
KHA No . 061018022
October 2009
b . Bentonite: Bentonite shall be a commercially processed powdered bentonite,
Wyoming type , such as Imacco-gel , Black Hills, or equal.
c. Sand : Conform to ASTM C 144 .
d. Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal
suspension, be compatible with the cement and water used in the grouting work,
and comply with the requirements of ASTM C 937 .
e . Admixtures: Other admixtures may be used subject to the written approval of
the Engineer to improve the pumpability, to control set time, to hold sand in
suspension , and to prevent segregation and bleeding.
2. EQUIPMENT
a . Equipment for mixing and injecting grout shall be adequate to satisfactorily mix
and agitate the grout and force it into the grout ports, in a c~ntinuous flow at the
desired pressure . Pumps shall be capable of continuously developing a sustained
pressure of 15 psi in excess of existing groundwater pressures at the grout port
connection .
b . Two pressure gauges shall be provided, one at the grout pump and one at the
collar of each port being grouted. The accuracy of the gauges shall be
periodically checked with an accurately calibrated pressure gauge . A minimum
of two spare pressure gauges shall be available on site at all times.
c . The grouting equipment shall be provided with a meter to determine the volume
of grout injected. The meter shall be calibrated in cubic feet to the nearest one-
tenth of a cubic foot.
d. The grouting equipment shall be maintained in satisfactory operating condition
throughout the course of the work to ensure continuous and efficient
performance during grouting operations.
e. Suitable stop valves shall be provided at the collar of each port for use in
maintaining pressure as required until the grout has set.
f . Grout hoses shall have an inside diameter not Jess than 1-1/2 inches and shall be
capable of withstanding the maximum water and grout pressures to be used.
C. EXECUTION
1. GENERAL REQUIREMENTS
a . The Contractor shall use contact grouting to fill any voids caused or encountered
during shaft construction that could lead to shaft movements during trenchless
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03360 1
Contact Grouting
Page 5 of 8
KHA No. 061018022
October 2009
operations, or that could lead to settlement and damage of installed pipe, surface
features, or subsurface utilities.
b . The Contractor shall use contact grouting to completely fill the void space
outside the jacking pipe or tunnel liner caused by the trenchless operations
(including overcut), and any voids caused or encountered during the trenchless
construction.
c. The Contractor shall use contact grouting as necessary to compete portal
stabilization work in accordance with this Specification and 02315 -Portal
Stabilization .
d. The Contractor shall use contact grouting to fill and abandon boreholes for
subsurface monitoring points as noted in 02445 -Settlement Monitoring.
e . All grouting operations are to be performed in the presence of the Engineer.
Notify the Engineer at least 24 hours in advance of starting contact grouting
operations .
f. The Contractor shall take care to prevent the spill or escape of grout to the
ground surface, into any water body, or into any sanitary or storm sewer. The
Contractor shall closely monitor grouting operations to detect any spills or
escape of grout to the surface or into any water body, sanitary sewer, or storm
sewer. Any such spill shall be immediately contained and cleaned up by the
Contractor at no additional cost.
g. During grouting work, provide for adequate disposal of all waste and
wastewater. Remove and properly dispose of all waste grout resulting from
grouting operations. The contents of grout lines shall not be discharged into the
pipe, sanitary sewers, storm drains, or water bodies.
2. MIXING AND INJECTION OF GROUT
a. All materials shall be free of lumps when put into the mixer and the grout mix
shall be continuously agitated. Grout shall flow unimpeded and shall completely
fill all voids. Grout not injected within 90 minutes of mixing shall be wasted.
b. The grouting process shall be operated and controlled so that the grout is
delivered uniformly and steadily.
c. Recirculate grout mixes when any new mix is batched or after adding water,
fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to
pumping grout into grout port.
d . In general, grouting will be considered completed when less than one cubic foot
of grout of the accepted mix and consistency can be pumped in 5 minutes under
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03360
Contact Grouting
Page 6 of 8
KHA No. 061018022
October 2009
the specified maximum pressure. After the grouting is finished , the valve shall
be closed before the grout header is removed, and remain closed until grout has
set. For any port ahead of the grouting operation, with a valve attached, and the
valve in the open position; the current port shall be considered grouted if grout
issues forth, from the subsequent port, with the same color and consistency, and
at the same rate as that being pumped. Replace grout plugs in pipe at the
completion of grouting .
e. The maximum sustained grouting pressure shall be 15 psi in excess of existing
groundwater pressures at the grout port collar connection, unless otherwise
approved in writing by the Engineer.
3 . CONTACT GROUTING OF SHAFTS
a. Commence contact grouting of shafts after completion of each shaft, and before
trenchless construction begins.
b . Inject grout through vertical or inclined holes drilled from the ground surface to
intersect the known or suspected void. Alternatively, drill grout holes
horizontally through shaft support elements into the soil to intersect the known
or suspected void. Holes shall be sufficiently close to ensure all voids are
completely filled.
c. Install check valve and grout nipple in each hole drilled.
d. Inject grout through each grout nipple until completion, as defined in Paragraphs
C.2 d and e.
e. Engineer may direct Contractor to drill and grout additional holes if the grouting
operation has not, in the judgment of the Engineer, achieved satisfactory filling
of all known or suspected voids.
4. CONTACT GROUTING OF STEEL CASING AND TUNNEL LINER
a. Commence contact grouting outside of the casing pipe or tunnel liner within 48
hours following the completion of each drive.
b . Grout ports shall be provided in casing pipes and tunnel liner at intervals not
greater than l O feet.
c. Contact grout ports shall be installed by the pipe manufacturer in the pipe or
liner before pipe is jacked into place. Drilling grout ports through pipe shall not
be permitted. Grout ports shall be threaded to accept valve fittings and plugs .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03360
Contact Grouting
Page 7 of 8
KHA No. 061018022
October 2009
d. An attempt shall be made to hook-up and pump grout at every port or coupling
unless approval is granted by the Engineer in writing to omit grouting of selected
ports.
e. Before attempting to grout a port the Contractor shall insert a long rod through
the port to clean the area outside the grout port of loose soil and to provide a
path for grout to travel.
f. Inject grout through the grout connections in such a manner as to completely fill
all voids outside the pipe or tunnel liner resulting from, or encountered during,
trenchless operations . Grout pressure shall be controlled to avoid damaging the
pipe, and to avoid movement of the surrounding ground or improvements.
g. Grouting shall generally progress sequentially in a constant upgradient direction
from one grout port to the next grout port in the sequence indicated in the
approved submittals.
h. At all times during the grouting operations, sufficient contact grout ports ahead
of the port to be grouted shall be cleaned and ready for grouting. Valves or other
suitable devices shall be attached and placed in the fully open position on all
ungrouted ports within the maximum grout communication distance, as
determined by the Contractor and accepted by the Engineer.
1. For any port ahead of the grouting operation, with a valve attached, and the valve
in the open position, such port shall be considered grouted if grout issues forth of
the same consistency and color, and at the same rate as that being pumped.
Replace grout plugs in pipe at the completion of grouting.
j. Pipe grout fittings shall be sealed with screw type plugs upon completion of
grouting.
5. CONTACT GROUTING OF SUBSURFACE SETTLEMENT POINT BOREHOLES
a. After all settlement monitoring measurements have been completed, monitoring
point borehole casings shall be grouted.
b. Inject grout into each casing until filled. Grout may be injected by gravity flow,
through a tremie pipe, or by attaching a valve and nipple at the casing collar.
6. CLEANUP
a. After completion of contact grouting, all related construction debris, grout, oil,
grease, and all other materials shall be removed from the jacking pipe, jacking
and receiving shafts, and all Contractor work areas.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District
KHA No. 061018022
October 2009
LAST PAGE OF THIS SECTION
SECTION 03360
Contact Grouting
Page 8 of 8
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022
October 2009
Ground Improvement by Jet Grouting
Page 1 of lJ
A. GENERAL
1. SCOPE OF WORK
a. The Contractor shall design, construct, and test stabilized soil-cement columns
by the j"et grouting method for:
1) Stability of buried ash and fill material during tunneling where shown on
the Plans.
2) Support of existing utilities in close proximity to tunnel alignment, at
locations shown on the Plans.
b. The work includes mobilizing equipment for jet grouting, determining suitable
grouting procedures and grout mixes by conducting a test jet grouting section,
installing and testing production jet grout columns, and control, containment,
cleanup, and disposal of waste materials resulting from jet grouting
2. RELATED WORK SPECIFIED ELSEWHERE
a. 02341 -Open Shield Pipejacking
3. REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
a. The publications listed below form a part of this Specification to the extent
referenced. Where conflicts between these Specifications and the referenced
specification, code, or standard occur, the more restrictive specification shall
govern. The latest edition available on the date of issue of Contract Documents
shall be used.
b. Commercial Standards:
I) American Petroleum Institute (API):
i) API l 3A-Specification for Drilling Fluid Materials
ii) API 13B -Standard Procedure for Testing Drilling Fluids
2) American Society for Testing and Materials (ASTM):
i) C39 -Standard Test Method for Compressive Strength of
Cylindrical Concrete Specimens
ii) Cl09-Standard Test Method for Compressive Strength of
Hydraulic Cement Mortars (Using 2 in. or 50 mm Cube
Specimens)
I .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Grouting
Page 2 of 13 October 2009
iii) C 150 -Specification for Portland Cement
iv) C494 -Specification for Chemical Admixtures for Concrete
v) C939-Standard Test Method for Flow of Grout for Preplaced-
Aggregate Concrete (Flow Cone Method)
vi) Cl O 17 -Chemical Admixtures for Use in Producing Flowing
Concrete
vii) D1633 -Standard Test Method for Compressive Strength of
Molded Soil-Cement Cylinders
viii) D2434 -Standard Test Method for Permeability of Granular
Soils (Constant Head)
ix) D2850 -Standard Test Method for Unconsolidated, Undrained
Compressive Strength of Cohesive Soils in Triaxial
Compression
x) D4832 -Standard Test Method for Preparation and Testing of
Soil-Cement Slurry Test Cylinders
3) USBR Test E-18, Field Permeability Test in Boreholes (US Bureau of
Reclamation Earth Manual).
4) Geotechnical Reports:
i) "Geotechnical Engineering Study, Fort Worth Medical District
Water Improvements, Part 4, SHWTP to Medical District", Fort
Worth, TX, CMJ Engineering, Inc ., March, 2008.
ii) "Additional Utility Borings, Fort Worth Medical District Water
Improvements, Part 4, SHWTP to Medical District", Fort Worth,
TX, CMJ Engineering, Inc., January 2009.
iii) "Subsurface Soil Investigation, Holly Transmission Sanitary
Sewer Utility Alignment", Fort Worth, TX, W&M
Environmental Group, Inc., October 2008.
4. DEFINITIONS
a. Jet Grouting: A soil stabilization process accomplished by the in-situ mixing of
soils using a high pressure stabilizing fluid . The stabilization fluid (usually a
cement grout slurry) is injected using a one, two, or three fluid jet grouting
system. A borehole is drilled to the depth to be treated . The fluids are injected
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 0336S
KHA No . 061 O 18022 Ground Improvement by Jet Grouting
Page 3 of 13 October 2009
into the soil at high pressure through horizontal nozzles in a monitor drill pipe.
The monitor is rotated and lifted at a slow, smooth , controlled rate allowing the
fluid to mix with the soil creating soil-cement columns.
b . Monitor: A single, double, or triple fluid drill pipe designed to deliver one to
three elements of grout, air, and water. The monitor has one or more injection
ports . The nozzle(s) inject fluid into the soil at high velocity to erode and mix it.
c . Single Fluid System : The single fluid system involves the injection of grout at
high pressure causing it to mix with the in-situ soil.
d . Double Fluid System: Grout and a ir are injected into the soil from concentric
nozzles. The grout is injected at a lower pressure and is shrouded by a high-
pressure air. The air allows the grout to be injected and mixed further into the
ground, producing larger diameter soil columns compared to the single fluid
method.
e. Triple Fluid System: This system uses high-pressure air and water to erode the
soil, while grout is injected at lower pressure through nozzles located below the
air and water nozzles. The air and water is injected similar to the method used
for grout in the double fluid system , to produce columns or treated zones that are
larger than can be produced with the single or double fluid systems.
f . Soil-Cement or Soilcrete: The mixture created by mi x ing in-situ soils with a
stabilizing grout mix .
g. Primary Columns: Jet grout columns constructed into soils to provide stability for
existing utilities or shaft and tunnel excavations.
h. Secondary Columns : Jet grout columns constructed between and overlapping with
the primary columns to tie into the adjacent primary columns providing continuous
stability for existing utilities or shaft and tunnel excavations .
5. DESIGN CRITERIA
a . Soil-Cement Columns :
I) The columns shall consist of soil mixed with a stabilizing fluid , by the
jet grouting method using a double-or triple-fluid system .
2) The Contractor shall treat I 00% of the soil within the limits indicated on
the Plans. Where treated zones are adjacent to jacking or receiving shafts,
soil treatment shall extend to , and be in complete contact with, the
completed shaft walls. Jet grouting at shaft locations shall be performed in
a manner that prevents loss of soil or groundwater into shafts during the
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Grouting
Page 4 of 13 October 2009
launch or retrieval of the tunneling equipment through the shaft wall and
seals.
3) The completed columns shall be a homogeneous mixture of grout and in
situ soils. Mixing is to be controlled by shaft rotational speed, drilling
speed, and grout injection rate. Jet grout injection, rotation , and extraction
rates shall be sufficient to produce grout columns meeting the diameter,
depth , overlap , continuity, and material property requirements shown on
the Plans and specified herein
4) The maximum 28-day compressive strength of the grout shall not exceed
200 psi. The minimum compressive strength shall be at least 50 psi.
Additionally, the cured soil-cement shall be of a strength that can be
efficiently excavated by the tunneling equipment. The jet grouting
subcontractor shall coordinate with the tunneling subcontractor to ensure
that the soil-cement strength is compatible with the tunneling equipment.
5) Column overlap: Column overlap shall be the larger of 1/10 of the column
diameter or 6 inches. Provide additional overlap if required for adequate
support of soils at shaft penetrations and control of groundwater inflows.
6) If the performance requirements for the jet grout columns specified herein
are not achieved, additional jet grout columns shall be installed, as directed
by the Engineer, at no additional cost to the Owner.
7) The Contractor shall confirm the adequacy of the design criteria as related
to the behavior of anticipated soils and groundwater conditions and as
integrated with the Contractor 's means and methods for performing the
work. Contractor may propose deviations, subject to Engineer's written
approval.
8) The jet grouting work shall be scheduled and performed so that columns
have achieved specified minimum strengths prior to beginning tunneling
excavation.
b. Drill rig, tooling, and bits shall be capable of advancing through soil conditions
described in the Geotechnical Reports.
c. Heave and Settlement Tolerances:
1) Contractor shall control settlement and heave to prevent damage to surface
features and underground utilities.
2) Maximum allowable heave or settlement of ground surface shall be 1.0
inch. Maximum allowable heave or settlement of utilities shall be 1.0 inch.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
Ground Improvement by Jet Groutin! KHA No. 061018022
October 2009 Page 5 of 13
3) Contractor shall repair any damage to utilities or surface facilities at no
cost to the Owner.
d. The Contractor shall conduct a test program to evaluate the proposed grouting
methods and the ability of the proposed grout mix to produce grout columns
meeting the depth, diameter, overlap, continuity, and material property
requirements shown on the Shop Drawings and specified herein. The Engineer
may require modifications to the jet grout procedures, subject to the results of
the test program, to achieve acceptable results
6. QUALITY CONTROL
a. Notify Engineer at least three days in advance of performing jet grouting.
b. Qualifications:
1) The jet grouting subcontractor shall have not less than ten projects
completed within the last ten years comprising the planning and
execution of a jet grouting program of the scope and type required for
this project.
2) The jet grouting project manager shall have at least five years of
continuous experience in jet grouting, with at least the last two years in
the full-time employment of the grouting contractor.
3) The superintendent shall be a full-time, on-site individual with
responsibility for aUgrouting operations, and shall have at least five
years of experience in the design and field application of grouting
technology similar to that required for this project
c. Test Program:
1) The Contractor shall select one representative location as a test section for
the test program and this location shall be submitted and approved by the
Engineer prior to starting the test program.
2) The test program shall be designed to verify the range of column diameters
and column strengths which can be achieved, the column overlap and
continuity between columns which can be achieved, and the maximum
pressures that can be used before ground surface heave occurs.
3) The test section shall consist of a minimum of five jet grout columns (3
primary and 2 secondary) installed as specified for the production jet
grouting work.
Medical District Water Distribution Syst em Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022
October 2009
Ground Improvement by Jet Grouting
Page 6 of 13
4) Subject to the results of the test program , the Engineer may require
modifications in the jet grout column production to achieve satisfactory
results. Modifications required to meet specifications and performance
requirements shall be made by the Contractor at no cost to the Owner.
d. Core Sampling:
1) The Contractor shall be responsible for all quality control testing of jet-
grouted columns. All test results shall be submitted to Engineer.
2) When jet grouting is complete at any location and the Contractor
believes that the soil-cement has reached sufficient strength, vertical
core samples shall be taken of the entire depth of the treated zone, at
locations selected by the Contractor and approved by the Engineer. A
minimum of one core sample shall be taken for every 500 cubic yards of
treated volume, or a minimum of two core samples per treated zone .
3) The coring or sampling operations shall be scheduled according to the
jet grouting and construction activities schedule and performed with
suitable equipment and a qualified driller.
4) Double-or triple-tube core barrels of PQ diameter or greater, or other
suitable equipment required by the Contractor to achieve 100% recovery
of core samples, shall be employed to obtain a continuous core sample of
the jet-grout columns . If core recovery is less than 95% for a given core
run, the Contractor shall repeat the coring attempt at a nearby location .
Drilling shall be performed using rotary wash or air rotary methods by
an experienced driller familiar with the double tube coring process, and
coring and sampling of stratified dense soil and weak rock.
5) All cores and samples shall be taken to an independent laboratory,
approved by the Engineer, where they shall be stored in a moist
environment at constant temperature . Extreme care shall be exercised in
handling the cores at the site, in transport, and at the laboratory such that
the cores do not become distu r bed or otherwise damaged prior to testing.
6) Each core run of jet-grouted soil shall be examined for continuity of the
treatment and subjected to a minimum of one unconfined compressive
strength test per core run at ages corresponding to design assumptions.
All testing re s ults shall be recorded on a quality control sheet.
7) If the cores display large zones of untreated soil or the samples tested do
not meet specified strength requirements then additional replacement jet
grout columns shall be installed by the Contractor, or other provisions
shall be implemented, as approved by Engineer, to compensate for the
lower strength columns .
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No . 061018022 Ground Improvement by Jet GroutinJ
October 2009 Page 7 of 131
8) All cores or sampling holes shall be backfilled with cement grout at the
completion of coring or sampling. The compressive strength of the
backfill material shall not be greater than that of the soil-cement
columns.
e. Acceptance Criteria:
1) All tested specimens of jet-grouted soils shall meet minimum and
maximum design strengths.
2) Core runs shall exhibit a minimum of 75% treatment, with no untreated
zones greater than 3 inches in depth, measured along the core axis.
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. The Contractor shall submit the following Shop Drawings, Methods Statements,
and Information :
1) A list and description of the locations, including the test section, where jet
grouting is to be performed, with a description of the size of the grouted
zone (Length, width, depth, referenced to stations and elevations).
2) Design details with clearly identified design parameters and assumptions
for the jet grouted soil-cement columns based on anticipated subsurface
conditions indicating the grout volumes, arrangement, spacing, and
diameter of boreholes relative to the grout mix used, diameter of grout
column, and depth of the grouted mass dimensionally referenced to the
Plans
3) Sketch of work staging area layout and access plans for areas to be treated .
4) Equipment and methods for drilling and casing boreholes. Equipment,
methods, and details of jet grouting operation, including arrangement of
grout mixing and injection equipment, clearances from adjacent facilities,
sequence and details of grout column placement, and minimum set time
and strength before jet grouting adjacent columns.
5) Details for identifying, protecting, and maintaining utilities in working
service.
Medical District Water Distribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Grouting
Page 8 of 13 October 2009
6) Means and methods for handling, containing, treating, and disposing of
excess or spilled materials generated during the jet grouting operation .
7) Pre-construction photographs, videotape, and survey, documenting
conditions in areas to be treated before construction . Two copies of
photographs, videotapes , and survey shall be submitted to Engineer at least
one week before grouting begins .
c. A mix design for the project indicating source s and types of grout materials, with
volumetric proportions, and field test data from previous projects indicating
compressive strength achieved. If the grouting contractor intends to deviate from
the materials provided in Part 2 of this Specification, it shall submit, evidence of
satisfactory use of the proposed material from past projects with similar soil
conditions.
d. The Contractor shall submit layout and procedures for a test program to
demonstrate that proposed jet grouting methods and equipment will produce
acceptable results . The Contractor shall provide details of sampling and testing
program to determine quality and properties of the columns installed. Append as
soon as practicable, information, mix designs , or procedures that have been ·
updated or revised through the implementation of additional test sections.
e . Quality Control:
l) Qualifications: The Contractor shall submit evidence for approval that the
grouting subcontractor is experienced in jet grouting in a variety of
subsurface conditions and in conditions similar to those specific to this
project. As described in Paragraph 1.6 B, qualifications and resumes shall
be submitted for the grouting subcontractor, project manager, and site
superintendent. The qualification statements shall include a list of
previously completed projects of similar scope and purpose including a
description of the project and an owner's contact person with phone
number.
2) Testing Plans:
i) Sampling and testing methods for determining compliance with
design criteria.
ii) Methods for controlling and verifying the vertical limits of the
jet grouting operation and the amount of grout column overlap.
iii) Criteria, equipment, and procedures for abandoning or
remedying grout columns occasioned by equipment failure,
inadequacy of grout mix or delivery systems , or other cause.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Groutidg
October 2009 Page 9 of 13
f. Daily Records shall be submitted by noon of the day following the shift for which
the data was collected, and shall include:
I) Grout hole geometry comprising location, design column diameter,
diameter, spacing, depth and casing details.
2) Grout column information comprising start and finish times, upper and
lower elevation limits, grout mix data, grout take, rates of rotation and
withdrawal of monitor, jet pressures, and other observations, such as
grout leakage and ground heave.
3) Quality control sampling, measurements, and results.
4) Nature, causes, duration, and impacts of interruptions and delays to the
jet grouting operation.
g. Record drawings indicating the locations of jet grout columns .
B. PRODUCTS
1. MATERIALS
a . Stabilizing Fluid: The stabilizing fluid shall be a mixture of Portland cement,
water, bentonite, or other admixtures, as required. The grout shall be mixed in a
grout plant that combines the various constituents and water in predetermined
proportions. Grout mixes shall have a consistency that is fluid and pumpable.
Grout mixes shall be proportioned to provide the required strength and mixing
consistency.
b . Cement: Portland cement, ASTM C 150, Type I or II .
c. Bentonite: Premium grade Wyoming Sodium Montmorillonite, manufactured in
accordance with API Standard 13A.
d . Ground granulated blast furnace slag, ASTM C989.
e. Flyash, ASTM C6 J 8, Class C or F.
f. Water: Only fresh and potable water shall be used for mixing grout.
g. Admixtures : Admixtures may be used as necessary to improve pumpability, to
control set time, and to prevent segregation and bleeding. Admixtures shall be
non-toxic and biodegradable and conform to ASTM C 494.
2. EQUIPMENT
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Grouting
Page IO of 13 October 2009
a. Drilling Equipment: All jet grouting equipment used for drilling boreholes;
lowering, raising and rotating grout tubes; mixing grout; and injecting grout shall
have proven performance for use in performing jet grouting work.
b. Monitors: Use jet grouting monitors having capacity suitable for production of
soilcrete columns in the soils types identified in the Geotechnical Reports.
c. Mixers: Grout mixers, holding tanks, and associated equipment shall be of a type
and capacity for producing uniform grout mixtures at all times, and in the
quantities required for the timely execution of the work .
d. Jet Pumps: Pumps shall be high-pressure pumps capable of delivering the grout at
the flow rates and pressures required.
e. Recording Equipment: Provide automatic recording equipment with a meter to
determine the volume of grout injected. The meter shall be calibrated in gallons to
the nearest quarter-gallon (1/.i gallon).
f. Spare parts and/or equipment shall be available on site to maintain the jet grouting
equipment in satisfactory operating condition at all times during execution of the
grouting work.
C. EXECUTION
1. GENERAL
a. The columns shall consist of soil mixed with stabilizing fluid, by the jet grouting
method using a double or triple fluid system, as described in approved
submittals, to provide stability for existing utilities and tunnel excavations.
b. All ground improvement work shall be performed in accordance with all local,
State, and Federal safety regulations and permits required for the project.
c. Equipment for mixing, holding, and pumping grout shall be in a secure location
and shall be operated to prevent spillage of material. No water, waste, grout, or
soil shall be allowed to discharge into any roadway, body of water, sewer, or storm
drain.
d. Excess grout and soil from jet grouting operations shall be contained in mud tanks
or by other approved methods to facilitate rapid cleanup at the end of each shift.
e . At the completion of daily jet grouting operations, thoroughly clean site and
dispose of all debris, water, waste grout, and spilled material.
f. The Contractor shall notify the Texas One Call system (800-245-4545) to
request marking of utilities by utility owners/ operators that subscribe to One
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Grouting
Page 11 of 13 October 2009
Call, and shall individually notify all other known or suspected utilities to
request marking of these utilities. The Contractor shall confirm that all requested
locates are made prior to commencing drilling operations. The Contractor shall
visually confirm and stake all existing lines , cables, or other underground
facilities including exposing all crossing utilities and utilities within ten ( l 0) feet
laterally of the designed grouted zone. The Contractor shall control drilling and
grouting practices to prevent damage to existing utilities.
2. TEST PROGRAM
a . The method of installation of the test section shall be in accordance with the
approved submittals and shall be performed using the same grout line sizes, drilling
and grouting equipment, and procedures as that to be used for the production work.
b. The Contractor shall expose two columns from each test section for physical
inspection, and shall measure the column diameter and compare with the design
diameter. Alternatively, columns can be sampled by drilling near the center and
perimeter of columns, if exposing columns in areas of representative soil
conditions is not feasible .
c . After the jet grout columns have set up sufficiently, obtain two continuous core
samples from one of the primary columns and one of the secondary columns .
Inspect the core and check for segregation. Measure continuous length of grout
core and compare to core runs. Select three samples from the core column and
perform compression tests in accordance with ASTM Dl633 or D2850, as
appropriate .
3. JET GROUTING
a. The jet grout column locations shall be surveyed and checked by the Contractor
before commencement of drilling. Column layout shall be based on the minimum
column diameter and column overlap shown on the approved submittal. The
location of each column shall be noted and recorded on the daily shift report.
b. Jet grout injection , rotation, and extraction rates shall be determined during the test
program and maintained during construction of the production columns, and shall
be sufficient to produce grout columns meeting the diameter, depth, overlap,
continuity, and material property requirements shown on the drawings and
specified herein .
c. If the performance requirements for the jet grout columns specified herein are not
achieved, additional jet grout columns shall be installed, as directed by the
Engineer, at no additional cost to the Owner.
Medical District Water Di stribution System Improvements, Part 4 ,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Grouting
Page 12 of 13 October 2009
d . The drilling/grouting rods shall be of sufficient stiffness to ensure that the
deviation of jet-grouted columns from the theoretical axis is maintained at 1: I 00
(horizontal to vertical) or better.
e. Vertical columns shall be installed unless utilities or other obstructions require the
columns to be inclined to avoid conflicts . The inclination of each column shall be
noted and recorded on the daily shift report.
f. Column depth shall be measured with respect to ground surface by observing the
length of the rods inserted. Markings shall be located on the drill mast in one-
foot increments to assist the drill operator in determining depth. Column length
shall also be measured by observing the length of the rods withdrawn while
grouting . The depth to the bottom and length of each column shall be noted and
recorded on the daily shift report .
g. A mixing plant shall be used for the preparation of the grout. The mixing plant
shall consist of high-speed grout mixer, grout agitator,.grout p_umps and control
unit, as required. The plant shall be capable of supplying a uniform grout mixture
in the quantities required for timely execution of the work.
h . Mix cement, water, and any admixtures in the proportions indicated in the
approved submittals . If bentonite is used , add bentonite to water and mix
thoroughly to fully hydrate prior to adding cement. Time of mixing shall be as
required to fully hydrate the bentonite but not less than 5 minutes . Any grout not
injected within 90 minutes shall be wasted .
1. The grout injection rate shall be monitored by counting the strokes of the piston
pump in a fixed period of time if piston displacement calibration is available,
and/or by using a flow meter.
J . The grout injection pressure shall be monitored with calibrated pressure gauges
mounted on the injection lines . Prior to the start of each column, the pressure shall
be checked to verify that there is no blockage in the jet grout rods.
k. The grout injection rate, volumes injected , and injection pressure for each column
shall be noted and recorded on the daily shift reports.
I. The air pressure shall be checked on the pressure gauges mounted on the
compressor and drill rig. The air pressure shall be noted and recorded for each
column on the -daily shift reports .
m. The rate of rotation shall be controlled by adjusting the rotary head speed. The rate
shall be checked by counting the number of rotations of the drilling/grouting rods
in a fixed period of time. The rate of rotation and withdrawal of the jet rods shall
be noted and recorded for each column on the daily shift reports.
Medical District Water Distribution System Improvements, Part 4,
South Holly Water Treatment Plant to the Medical District SECTION 03365
KHA No. 061018022 Ground Improvement by Jet Grouting
Page 13 of 13 October 2009
n. The rate of withdrawal shall be controlled by an electronic sensor mounted to the
mast.
o. To prevent ground heave and the potential for discharging grout into waterways
during jet grouting, the drilling shall be carried out with an oversize drill bit with
respect to the drilling/grouting rods.
p . The annulus between the rods and the borehole shall be kept clear at all times
during grouting.
q. All grout, water, and other drilling/grouting waste material shall be contained
within the work areas with berms, hay bales , silt fences , or other measures to
prevent discharge of grout into the storm drains , sewers, drainage channels, or
waterways .
4 . CLEANUP
a. The Contractor shall complete cleanup of the work area after jet grouting
operations as soon as possible, and remove all grout spillage and residue from
the work area after completion of jet grouting operations.
LAST PAGE OF THIS SECTION
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
JOINT BONDING AND
ELECTRICAL ISOLATION
SECTION 15640
JOINT BONDING AND ELECTRICAL ISOLATION
PARTl GENERAL
1.01 SECTION INCLUDES
A. Joint bonding requirements for electrical continuity of bar-wrapped concrete cylinder
pipe (A WWA C-303), mortar coated steel pipe, dielectrically coated steel pipe and
ductile iron pipe.
B. Electrical isolation devices for installation at connections to existing piping, at laterals, at
cased crossings and at tunnels .
1.02 RELATED SECTIONS
A. Section 15641 -Corrosion Control Test Stations .
B. Section 15642 -Specification for Magnesium Anode Cathodic Protec_tion Systems.
1.03 REFERENCES
A. ASTM D 1248 -Polyethylene Plastics Molding and Extrusion Material.
B. A WW A C207 -Steel Pipe Flange for Waterworks Service.
C. A WW A M9 Manual -Concrete Pressure Pipe.
D. ANSI B 16 .1 -Cast Iron Pipe Flanges and Flanged Fittings .
E. ANSI B 16.5 -Pipe Flange and Flanged Fittings.
1.04 SUBMITT ALS
A. Submittals: Submittals shall conform to the requirements of the South Holly Water
Treatment Plant Project.
B. Catalogue Cut Sheets: Manufacturer's catalog cut sheets shall be submitted for each item .
The catalog cut sheets shall include the manufacturer's name and provide sufficient
information to show that the materials meet the requirements of the drawings and
specifications. Where more than one item or catalog number appears on a catalog cut
sheet, clearly identify the item proposed.
C. Test Results: Electrical continuity and flange isolation test results shall be submitted to
the owner or its designated representative.
October 2009 15640
Page I of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
1.05 QUALITY CONTROL
JOINT BONDING AND
ELECTRICAL ISOLATION
A . Provide certification that all electrical continuity bonding meets the requirements of the
drawings and specifications. Reference certification to applicable section of
specifications and applicable standard detail.
B . Provide certification that all pipeline isolation devices meet the published material
specifications .
C. All materials, fabrication, and installations are subject to inspection and testing by the
owner or its designated representative .
PART2 PRODUCTS
2.01 DESCRIPTION OF MATERIALS
A. Joint bonding and electrical isolation materials to be incorporated into the project include,
but are not limited to, the following :
1. Electrical continuity bonds .
2 . Flange isolation assemblies.
3. Casing spacers .
4. Casing end seals.
2.02 ELECTRICAL CONTINUITY BONDS
A. Applications: Applications for electrical continuity bonding include the following:
1 Bonding across bolted joint assemblies .
2 . Bonding across gasketed joint assemblies .
B. Preparation of Concrete Pipe for Bonding:
I. General :
a) Fabrication : Use concrete pipe for this project that has been fabricated in such a
manner as to establish electrical continuity between metallic components of pipe
and joints.
b) Acceptable Methods : Establish electrical continuity as indicated in drawings and
specifications .
2. Criteria for Electric Continuity:
a) Tensile Wire: Pipe manufacturer to obtain a resistance no greater than 0.03 ohms
between any wire and steel joint ring at end of pipe farthest from that wire.
Manufacturer to report values obtained and method of measurement.
October 2009 15640
Pag e 2 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
JOINT BONDING AND
ELECTRICAL ISOLATION
b) Internal Pipe Joint Components: Pipe manufacturer to obtain resistance of less
than 0 .03 ohms between any component and steel pipe cylinder.
3. Tensile Wire Continuity :
a) Establish continuity between tensile wire coils and steel cylinder on embedded
cylinder type prestressed pipe by tightly wrapping tensile wire over longitudinal
mild steel straps during pipe manufacture .
I) Use and install two continuous straps 180° apart longitudinally along the pipe.
These straps must maintain electrical continuity between metallic
components.
2) Use steel straps made of mild steel and free of grease, mill scale, or other high
resistance deposits.
3) Make longitudinal straps electrically continuous with pipe cylinder by steel
fasteners of suitable dimensions placed between steel cylinder and
longitudinal straps. Connect fasteners so as to remain intact during pipe
fabrication process.
4 . Steel Cylinder Continuity:
a) Establish continuity of all joint components and steel cylinder. These components
include the following :
I) Anchor socket brackets.
2) Anchor socket.
3) Spigot ring .
4) Bell ring.
b) If mechanical contact does not provide a resistance of less than 0.03 ohms
between components, tack weld component to provide electrical continuity.
C. Preparation of Steel Pipe for Bonding: Bonding wires are not required for welded steel
pipe. Mechanical jointed steel pipe requires the installation of bond wires across the joint
as shown on the project drawings.
D. Preparation of Ductile Iron Pipe for Bonding: Install insulated bond wires as shown on
the project drawings.
E . Electrical Bond Wires: Electrical bond wires are to be a minimum No. 4 A WG, seven
stranded, copper cable with THHN insulation. Remove one inch of THHN insulation
from each end of the bond wire . Exothermic weld the bond wires to the pipeline .
Provide the minimum number of bond wires as shown on drawings for steel or ductile
uon pipe .
October 2009 15640
Page 3 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
2.03 FLANGE ISOLATION
JOINT BONDING AND
ELECTRICAL ISOLATION
A. Required applications of dielectric flange isolation assemblies include but are not limited
to selected locations where new piping is mechanically connected to existing piping.
B. For concrete cylinder pipe, provide electrical isolation through the installation of the
following materials :
1. Flange connection to Lock Joint bell adapter.
2 . Flange connection to Lock Joint spigot adapter
3. Insulating Gasket:
a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal,
Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc.,
or approved equal.
b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with
nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
c) Alternately, provide plain-faced phenolic gasket, as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two
full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in
accordance with A WW A C207. Use factory cut gaskets of proper dimensions.
4. Sleeves and Washers:
a) For piping 30 inches diameter and greater, provide full length mylar sleeves with
Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
b) For piping between 12 inches and 24 inches diameter, provide full length mylar
sleeves with Phenolic washers, double washer sets as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
C. For steel pipe, provide electrical isolation through installation of the following materials:
1. Isolation Gasket:
a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal,
Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc.,
or approved equal. ·
b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with
nitrile seal , Type "E" LineBacker gasket as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
c) Alternately , provide a plain-faced phenolic gasket , as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two
full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in
accordance with A WW A C207. Use factory cut gaskets of proper dimensions.
2. Sleeves and Washers:
a) For piping 30 inches diameter and greater, provide full length mylar sleeves with
Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
b) For piping between 12 inches and 24 inches diameter, provide full length mylar
sleeves with Phenolic washers , double washer sets as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
D. For ductile iron pipe , provide electrical isolation through installation of the following
materials :
October 2009 15640
Page 4 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
1. Isolation Gasket:
JOINT BONDING AND
ELECTRICAL ISOLATION
a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal,
Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc.,
or approved equal.
b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with
nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal. I
c) Alternately, provide a plain-faced phenolic gasket, as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two
full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in
accordance with A WW A C207. Use factory cut gaskets of proper dimensions.
2. Sleeves and Washers:
a) For piping 30 inches diameter and greater, prov ide full length mylar sleeves with
Pyrox G-1 washers, double washer sets as manufactured by Pipeline Seal and
Insulator, Inc., or approved equal.
b) For piping between 12 inches and 24 inches diameter, provide full length mylar
sleeves with Phenolic washers, double washer sets as manufactured by Pipeline
Seal and Insulator, Inc., or approved equal.
E. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by
Carboline, consisting of Densyl Mastic, Densyl Paste , and Densyl Tape, or approved
equal.
2.04 CASING SPACERS
A. For piping installed in tunnels or cased crossings, install casing spacers between the
piping and the casing or tunnel liner to provide electrical isolation.
B . Inside diameter of casing or tunnel liner must be a minimum of 4 inches greater in
diameter than the outside diameter of the piping. In the case of mechanically coupled
piping, the casing must be a minimum of 4 inches greater in diameter than the outside
diameter of the coupling at its largest point.
C. For welded steel pipes 12-inch diameter and smaller, use injection molded polyethylene
insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved
equal.
D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators
with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline
Seal and Insulator, Inc. or approved equal.
E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch
wide glass reinforced runners, Model Cl 2G-2 as manufactured by Pipeline Seal and
Insulator, Inc. or approved equal.
2.05 CASING END SEALS
A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as
manufactured by the Thunderline Corporation or approved equal.
B. For all piping 24 inch diameter and greater, use pull-on, 1/8 inch thick, synthetic rubber
end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc . or approved
equal.
October 2009 15640
Page 5 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
JOINT BONDING AND
ELECTRICAL ISOLATION
C. Casing End Seals shall be as shown on the project plans .
PART 3 -EXECUTION
3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS
A. Inspection : Use continuous bond wires with no cuts or tears in the insulation covering
the conductor.
B. General: Attach bond wires at required locations by thermite welding process.
C. Thermite Welding Methods: Perform thermite welding of bond wires to piping in the
following manner :
1. Clean and dry pipe to which wires are to be attached.
2. Use grinding wheel to remove all coating, mill scale , oxide , grease, and dirt from
an area approximately 3 inches square . Grind surface to bright metal.
3 . Remove approximately I inch of insulation from each end of_wire to be thermite
welded to pipe, exposing clean, oxide-free copper for welding.
4. Select proper size thermite weld mold as recommended by manufacturer. Place
wire or strap between graphite mold and the prepared metal surface.
5. Place metal disk in bottom of mold.
6 . Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread
ignition powder over charge.
7. Close mold cover and ignite starting powder with flint gun.
8. After exothermic reaction , remove thermite weld mold and gently strike weld
with a hammer to remove weld slag . Pull on wire or strap to assure a secure
connection . If weld is not secure or the bond breaks, repeat procedure with new
wire or strap.
9. If weld is secure , coat all bare metal and weld metal with Kop-Coat. Cover coated
weld with a plastic weld cap .
D . Post-Installation Inspection: Post-installation inspection of all electrical continuity bonds
shall be made through a visual examination of each thermite weld connection for strength
and suitable coating prior to backfilling . In addition, perform one or more of the
following tests:
1. Circulate current through pipe using DC power supply. Calculate resistance
through known length of pipe . Resistance must not exceed 150% of theoretical
resistance for pipe and bonds.
October 2009 15640
Page 6 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
JOINT BONDING AND
ELECTRICAL ISOLATION
2. Measure resistance through select bonded joints with a digital low resistance
ohmmeter (DLRO). Resistance of 0.001 ohms or less is acceptable.
3. Position a copper sulfate electrode (CSE) at a stationary location adjacent to
bonded pipeline. Impress a temporary current on pipe . Record the static, current-
applied, and "instant off' pipe-to-soil potential measurements along the pipe
relative to a stationary CSE.
a. Static potential measurements referenced to a stationary CSE must be
nearly identical along the pipe to indicate electrical continuity.
b. "Instant off' potentials referenced to a stationary CSE must be nearly
identical along pipe to indicate electrical continuity .
c. The difference between the "instant off' and the static potential referenced
to stationary CSE must be equal at each point of contact to pipe to indicate
electrical continuity.
4. If any of the above procedures indicates a poor quality bond connection, reinstall
the bond.
5. Record results and submit to the owner or its designated representative for
approval prior to backfilling.
E. Backfilling of Bonded Joints:
1. Perform backfilling of bonded piping in manner that prevents damage to the
bonds and all connections to the metallic structures.
a . Use appropriate backfill material to completely cover the electrical bond .
b. Provide protection so that future construction activities in the area will not
destroy the bonded connections.
2. If construction activity damages a bonded connection , install new bond wire.
3.02 INSTALLATION OF PIPELINE FLANGE ISOLATION DEVICES
A. Placement : Install isolation joints at the locations shown in the test station schedule on
the drawings.
B. Assembly: Place gasket, sleeves, and washers as recommended by the manufacturer.
Follow manufacturer's recommendations for even tightening to proper torque.
C. Testing: Immediately after an electrical isolation fitting has been installed, test electrical
isolation effectiveness with a Gas Electronics model 60 I meter , or approved equal. Fully
document all test results.
D . Painting : Do not use metal base paints on electrical isolation devices .
October 2009 15640
Page 7 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
JOINT BONDING AND
ELECTRICAL ISOLATION
E. ·Encapsulation: Encapsulate below-grade isolation joints with the Carboline Densyl tape
system, or approved equal, after the isolation joint has been tested for effectiveness .
3.03 TESTING OF JOINT CONTINUITY BONDS AND ISOLATION JOINTS
A. General: After the completion of the continuity bonding of individual joints but before
the pipe is backfilled, each bonded joint shall be tested for electrical continuity.
B. A DC current shall be impressed on the pipe on one side of the joint under test using a
portable 12-volt battery and a driven ground rod. The battery shall be connected such that
the positive terminal is connected to the ground rod and the negative terminal is
connected to the pipe section under test. The magnitude of test current is not important as
long as it causes a change in pipe-to-soil potential on the section of pipe that is in the test
current circuit.
C. The pipe-to soil potential shall be measured on each side of the isolation joint using a
high impedance voltmeter and portable copper/copper sulfate reference electrode with the
test current "on" and "off.
D . A joint is considered electrically continuous if the "on" and "off potentials are the same
on either side of the joint under test.
E. This same procedure shall be used to test individual isolation joints except that the joint is
considered effective if the pipe-to-soil potential is not the same when measured on each
side of the joint when the test current is "on".
3.04 INSTALLATION OF CASING SPACERS
A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or
tunnels.
B . A void inadvertent metallic contact between casing and carrier pipe. Place spacers close
enough to ensure that the pipe is adequately supported throughout its length, particularly
at the ends, to offset settling and possible electrical shorting . The end spacer must be
within 6 inches of the end of the casing pipe , regardless of size of casing and pipe or type
of spacer used . Install spacers on PVC pipe at the insertion line to prevent over-insertion
of the spigot into the bell.
C. Grade the bottom of the trench adjacent to each end of the casing to provide a firm ,
uniform and continuous support for the pipe. If the trench requires some backfill to
establish the final trench bottom grade , place the backfill material in 6-inch lifts and
compact each layer.
D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the
casing spacers and end seals are installed .
E. Install casing spacers in accordance with the manufacturer's instructions. Correctly
assemble , evenly tighten , and prevent damage during tightening of the insulators and pipe
insertion.
October 2009 15640
Page 8 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
F . Insulator Spacing :
JOINT BONDING AND
ELECTRJCAL ISOLATION
1. Maximum distance between spacers to be IO feet for pipe sizes 6 inches and smaller,
and 6 feet for pipe sizes greater than 6 inches.
2 . For ductile-iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one
foot on each side of the bell or flange , and one in the center of the joint where 18 foot
or 20 foot long joints are used.
3. If the casing or pipe is angled or bent, reduce the spacing.
3.05 INSTALLATION OF END SEALS
A. Assemble hard rubber Link-Seals around the pipe and slide into the annular space
between the pipe and casing . Evenly tighten the bolts to provide a positive seal.
B. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the casing.
Securely fasten stainless steel bands.
3.06 CASING TO CARRIER PIPE ISOLATION TESTS
A . Immediately after the pipe has been installed in the casing, but prior to connecting the
line , perform an electrical continuity test to determine that the casing is electrically
isolated from the pipeline . The continuity check shall be fully documented and approved
by the owner or its designated representative prior to backfilling.
B. If the electrical isolation between carrier pipe and casing is not effective, the cause shall
be immediately investigated, and the situation remedied. Under no circumstances shall a
shorted casing be backfilled .
END OF SECTION
October 2009 15640
Page 9 of9
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
CORROSION CONTROL
TEST STATIONS
PARTl
SECTION 15641
CORROSION CONTROL TEST ST A TIO NS
GENERAL
1.01 SECTION INCLUDES
A. Test station materials and installation requirements.
B. Locations requiring test stations are foreign pipeline crossings, cased crossings, galvanic
anode ground beds and below-grade pipeline electrical isolation joints.
1.02 RELATED SECTIONS
A. Section 15640 -Joint Bonding and Electrical Isolation.
B. Section 15642 -Specification for Magnesium Anode Cathodic Protection Systems.
1.03 REFERENCES
A. ASTM D1242 -Polyethylene Plastic Molding and Extrusion Material.
B. NACE RPOl 69-2002 -Recommended Practice, Control of External Corrosion on
Underground or Submerged Metallic Piping Systems.
C. UL 83 -Thermoplastic Insulated Wires.
D . UL 426A -Wire Connectors for Use with Copper Conductors.
1.04 SUBMITT ALS
A. Submittals : Submittals shall conform to the requirements of the South Holly Water
Treatment Plant Project.
B. Catalogue Cut Sheets : Manufacturer's catalog cut sheets shall be submitted for each item.
The catalog cut sheets shall include the manufacturer's name and shall provide sufficient
information to show that the materials meet the requirements of the drawings and
specifications. Where more than one item or catalog number appears on a catalog cut
sheet clearly identify the item proposed.
C. Drawings: As-built drawings of the corrosion control test stations shall be maintained by
the Contractor during installation and construction. Drawings shall be revised to show
exact locations of all wiring , connections, anodes , test stations and reference electrodes.
All items of equipment and material shall be properly identified. The original as-built
drawings shall be submitted to the owner or its designated representative.
Octo ber 2009 15641
Pa ge I of 6
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
CORROSION CONTROL
TEST STATIONS
1.06 QUALITY CONTROL
A. Provide manufacturer's certifications that all components of the corrosion control system
meet the requirements of the drawings and specifications. The certification shall
reference the applicable section of the specifications and the applicable standard details.
B. The drawings for the corrosion control system are diagrammatic and shall not be scaled
for exact locations, unless scales are explicitly stated on the specific drawing. Field
conditions, non-interference with other utilities or mechanical and structural features
shall determine exact locations. Contractor shall note other existing utilities in the area
and during excavation , shall not damage these utilities . Any damaged utilities shall be
repaired to the satisfaction of the owner at the Contractor's expense.
C. All materials, fabrication, and installations are subject to inspection and testing by the
owner or its designated representative.
PART2 PRODUCTS
2.01 FLUSH MOUNT TEST STATIONS
A. Test stations shall consist of test wires , a terminal head and a traffic box as shown on the
drawings. -
B. The terminal head shall be a seven (7) terminal Big Fink as manufactured by Cott
Manufacturing Company or approved equal.
C . The test station shall be installed in a 24" x 24" x 6" concrete pad
D. The Precast Concrete traffic box shall be a 10 .25-inch diameter 3-RT with a cast iron
cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal.
E. Install a marker sign adjacent to all flush-mounted test stations .
2.02 ABOVE-GRADE TEST STA TIO NS
A. At test station locations where flush mounted structures cannot be installed , or where
stated on drawings, an above-grade test station shall be used , and placed such that
possible damage from vandalism, traffic , etc . is minimized.
B . The test station shall be a seven-(7) terminal "Big Fink" as manufactured by Cott
Manufacturing or approved equal.
C. The "Big Fink" test station shall be mounted on a 5-foot length of 3-inch diameter
concrete filled galvanized steel conduit.
E . The test station shall be installed adjacent to a permanent structure, if available , for
physical protection.
F. The interior of the test station conduit shall be filled with Portland cement concrete after
the installation of the test and bond wires .
Octo ber 2009 15641
Pag e 2 of6
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
CORROSION CONTROl-,
TEST STATIONS
G. The test station conduit shall be installed with a 24" x 24" x 6" concrete pad .
2.03 PERMANENT REFERENCE ELECTRODES
A. The permanent reference electrode shall be a copper sulfate Permacell Plus double
membrane ceramic cell in a geomembrane package as manufactured by Corrpro
Companies, Inc. or approved equal.
H. The electrode shall be equipped with No. 14 A WG stranded copper wire with blue
HMWPE insulation of suitable length to attach to the terminal board of the test station.
C. A permanent reference electrode shall be installed at each test station associated with the
galvanic magnesium anode ground beds .
2.04 TEST STATION LEAD WIRES
A. Test station lead wires of all sizes shall have TW, THW, THHN or HMWPE insulation .
B. Type insulation shall be color coded based upon connection to underground structures:
1. Water piping: white.
2 . Foreign structures: red .
3. Steel casings: yellow.
4 . Permanent reference cells: blue.
5. Anode header cable : black
C. Test station lead wires shall be terminated on the test station terminal board utilizing
crimped on solderless ring terminals .
C. All terminal boards shall be wired by the installer as shown on the drawings.
2.05 THERMITE WELD EQUIPMENT
A. Charges and Molds: Weld charges and mold size shall be specified by the manufacturer
for the specific surface configuration. Use only the correct charges for the specific
application. Welding charges and molds shall be Erico , Cadweld or Continental
Industries Thermoweld.
B. Weld Coating : Coating for all welds shall be Kop-Coat as manufactured by Carboline or
approved equal. Cover coated weld with a plastic weld cap .
October 2009 15641
Page 3 of6
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
CORROSION CONTROL
TEST STATIONS
PART3 EXECUTION
3.01 APPLICATIONS
A. Required applications of corrosion control test stations include locations where future
testing is anticipated for the following reasons:
I . Testing to determine the effectiveness of the installed cathodic protection systems
and to allow for startup adjustments.
2. Testing to determine interference effects from and on adjacent or crossing foreign
underground structures.
3 . Testing to determine sources and magnitude of stray DC currents and required
mitigative measures .
4. Periodic monitoring to determine status of existing cathodic protection systems,
stray current, and foreign line influence .
B . Install test stations at each of the locations scheduled on the drawings. As a minimum,
test stations are required at each of the following locations:
I. At all major underground metallic pipeline crossings.
2. At all cased crossings and tunnels (both ends).
3. At all underground isolation flanges.
4. At all galvanic magnesium anode ground bed locations .
3.02 GENERAL
A. Install test stations at locations indicated on drawings. If a flush mounted test station is
not feasible in a particular location, then an above-grade test station may be used, subject
to approval by the owner or its designated representative.
B. Use continuous test station lead wires without cuts or tears in the insulation .
C . Locate test stations as indicated on drawings , as close to the pipe as possible . If the pipe
is installed under a road, place the test station at the curb for easy access.
D . Attach test lead wires to the pipe by thermite welding.
E . Attach test wires to the pipe prior to backfilling.
F . Use color coded test wires as indicated on the drawings and in the specifications .
G . Wire test station terminal board configurations as shown on the drawings.
H . At foreign pipeline crossing test stations , the owners of the pipeline must be notified and
must give permission before the test leads are connected to their pipeline. The foreign
pipeline owner should have a representative present. Contractor shall not install lead
wires or bond wires on foreign pipelines .
Octo ber 2009 15641
Page 4 of6
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
3.03 FLUSH-MOUNT TEST ST A TIO NS
A. Install flush-mount test stations as shown on the drawings.
CORROSION CONTROL
TEST STATIONS
B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to
prevent damage to the leads during backfilling. Additional slack shall be left to allow for
withdrawal of the terminal board a minimum of 18 inches above the top of the precast
concrete traffic box for test purposes.
C. Install flush-mount test stations with permanent copper sulfate reference electrodes where
indicated on the drawings.
1. Install permanent reference electrode approximately 6 inches from the pipe.
2. Compact native soil by hand around the electrode. The balance of the backfill
shall be select granular backfill material.
3. Saturate the backfilled permanent reference electrode with 5 gallons of water.
D . Set test stations installed outside areas of permanent paving materials in a Portland
cement concrete pad. The concrete pad shall be a minimum of 24 inches square and no
less than 6 inches thick .
3;04 ABOVE-GRADE TEST STA TIO NS
A. Install above-grade test stations where a flush mounted test station cannot be located. Use
and location of above-grade test stations shall be approved by the owner or its designated
representative.
B. Locate test station adjacent to a permanent structure ( e .g . a power pole), if available , for
physical protection .
C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent
damage to the leads during backfilling .
D . Pour a 24" x 24" x 6" concrete pad at grade around the test station conduit.
E. Fill the interior of the 3" above-grade test station steel galvanized conduit with Portland
cement concrete after installation of the test stations wires .
3.05 TEST LEAD \VIRE ATTACHMENT
A. Attach test leads to the pipe by thermite welding directly to the pipe on steel and DIP
pipelines . See drawings.
B. The pipe to which the wires are to be attached shall be clean and dry .
C. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill
scale, oxide, grease, and dirt from an area approximately 3 inches square . Grind the
surface to bright metal.
October 2009 15641
Page 5 of6
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
CORROSION CONTROL
TEST STATIONS
D. The wires to be thermite welded to the pipe shall have approximately I inch of insulation
removed from each end, exposing clean , oxide-free copper for welding.
E. Using the proper size thermite weld mold as recommended by the manufacturer, place the
wire between the graphite mold and the prepared metal surface. Use a copper sleeve
crimped over the wire for all No. IO A WG or smaller wires .
F. Place the metal disk in the bottom of the mold .
G. Pour the thermite weld charge into the mold. Squeeze the bottom of the cartridge to
spread ignition powder over the charge.
H. Close the mold cover and ignite the starting powder with a flint gun.
I. After the exothermic reaction, remove the thermite weld mold and gently strike the weld
with a hammer to remove the weld slag . Pull on the wire to assure a secure connection.
If the weld is not secure or the wire breaks, repeat the procedure .
J. If the weld is secure, coat all bare metal and weld metal with Royston No. 747 spray
primer. Then cover the coated weld with a ThermoCap as manufactured by
Thermo Weld.
Note: Lead wires and bond wires are to be installed on the foreign pipelines by the
foreign pipeline owners. The waterline owner will make arrangements with the
foreign pipeline owners (if any) for installation of lead wires and bond wires on the
foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on
foreign pipelines.
3.06 POST INST ALLA TI ON BACKFILLING OF TEST STATION -LEAD WIRES.
A. Protect test station wires to prevent damage to the wire insulation and conductor integrity
during backfilling.
B. After completion of the backfilling of the test wires to the· pipe , verify the connection by
measuring and recording a pipe-to-soil potential.
C. Replace any test wire found to have a high resistance connection.
END OF SECTION
October 2009 15641
Pag e 6 of6
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
SECTION 15642
MAGNESIUM ANODE
CATHODIC PROTECTION
MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS
PARTl GENERAL
1.01 SECTION INCLUDES
A. Requirements for cathodic protection systems on concrete cylinder pipes, carbon steel
pipes and ductile iron pipes using magnesium anodes .
B. Work performed under this specification shall consist of providing all supervision, labor,
equipment and materials as well as providing all operations necessary to install and test
the required cathodic protection system components for the exterior surfaces of the
waterline project. The work shall be performed in accordance with the provisions of the
specifications, applicable plans, codes and standards, and subject to other terms and
conditions for the project.
C. Cathodic protection components shall be as shown on the project drawings for the South
Holly Water Treatment Plant Project. The cathodic protection system shall include but
nbt be limited to the following:
1. Materials and installation.
2. Post-installation survey.
3. Final Report to include recommendations.
1.02 REFERENCES
A. NEC 70 -National Electrical Code
B. NACE RP-0169-2002 -Recommended Practice, Control of External Corrosion on
Underground or Submerged Metallic Piping Systems.
C. UL 83 -Thermoplastic-Insulated Wires.
D . UL 486A -Wire Connectors and Soldering Lugs for Use with Copper Conductors.
1.03 QUALITY CONTROL
A. Installer Qualifications; Cathodic protection installer shall have a minimum of 5 years of
documented experience in the type of cathodic protection work required for the project.
B. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for
installation of anodes, field splices, and thermite welding. NACE International certified
corrosion personnel shall complete all testing.
C. All materials, fabrication and installations are subject to inspection and testing by the
owner or its designated representative.
October 2009 15642
Page I of 8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
MAGNESIUM ANODE
CATHODIC PROTECTION
E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled
for exact locations unless scales are explicitly stated on the specific drawing. Field
conditions, non-interference with other utilities or mechanical and structural features
shall determine exact locations. Contractor shall note other existing utilities in the area.
Care shall be taken during excavation not to damage these utilities. Any damaged
utilities shall be repaired to the satisfaction of the owner at the Contractor's expense.
PART2 ANODES
2.01 SACRIFICIAL ANODES -MAGNESIUM
A. Magnesium Anodes : Use high potential prepackaged magnesium anodes. The
metallurgical composition of the magnesium anodes shall conform to the following:
Element
Al
Mn
Cu
Ni
Fe
Other
Magnesium
Content%
0.010
0.50 to 1.30
0 .02 Maximum
0 .001 Maximum
0 .03 Maximum
0.05 each or 0.3 Maximum Total
Remainder
B. Magnesium Anode Current Capacity: Magnesium anodes require a current capacity of no
less than 500 amp-hours per pound of magnesium.
C . Anode Backfill Material : Use chemical backfill material around all galvanic anodes.
Backfill provides a reduced contact resistance to earth, provides a uniform environment
surrounding the anode, retains moisture around the anode , and prevents passivation of the
anode .
1. All galvanic anodes come prepackaged in a backfill material conforming to the
following composition:
a) Ground hydrated gypsum: 75 percent
b) Powdered bentonite: 20 percent
c) Anhydrous sodium sulfate : 5 percent.
2 . Have a grain size backfill such that 100 percent is capable of passing through a 20-
mesh screen and 50 percent is retained by a l 00-mesh screen.
3. Completely surround the anode with the backfill mixture within a cotton bag.
4 . For cast magnesium ingots, the required weight of backfill shall be as follows:
October 2009
Anode Weight
(Pounds)
40
48
Backfill Weight
(Pounds)
65
48
Total Weight
(Pounds)
105
96
15642
Pag e 2 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
MAGNESIUM ANODE I
CATHODIC PROTECTION
D. Anode Lead Wires : For the lead wire for the magnesium anodes, use a 20-foot length of
No. 12 A WG solid copper wire equipped with TW of THW insulation.
E . Lead Wire Connection to Magnesium Anode:
I. Cast magnesium anodes with a 20 gauge galvanized steel core.
2. Extend one end of the core beyond the anode for the lead wire connection.
3 . Silver-solder the lead wire to the core and fully insulate the connection.
2.02 SPLICING TAPE
Tape used for covering anode lead wire to anode header cable connections shall be twd
(2) layers of Scotch l 30C rubber splicing tape. Then two (2) layers of Scotch 88 viny ~
electrical tape as manufactured by 3M Scotch, or approved equal. Taped splices shall be
covered with a coating of 3M Scotchkote electrical coating , or approved equal.
2.03 CRIMPING LUGS
Crimping lugs used to connect the anode lead wire to anode header cable shall be copper
compression crimpit Catalog No. YCIOCIO as manufactured by Bumdy or approved
equal.
2.04 ANODE HEADER CABLE
Anode header cables routed between the anode groundbed and the test stations shall be
#IO AWG stranded copper conductors with type HMWPE insulation (Black).
2.05 TEST ST A TIO NS
A. Test stations shall consist of test wires , a terminal head and a traffic box as shown on the
drawings .
B. The terminal box shall be a seven (7) terminal NM-7 with cast iron lockable lid as
manufactured by CP Test Services or approved equal.
C. The Precast Concrete traffic box shall be an I 0 .25-inch diameter 3-RT with a cast iron
cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal.
D. If the area is not pav ed , the test station shall be installed in a 6" x 24" x 24 " square
concrete pad.
E. Install a marker sign adjacent to all flush-mounted test stations.
2.06 SHUNT
A. Monitoring shunt shall be a 0 .0 I-ohm Type RS shunt as manufactured by Holloway or
approved equal.
Octobe r 2009 1564 2
Page 3 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
MAGNESIUM ANODE
CATHODIC PROTECTION
B. There shall one (1) shunt in each magnesium anode test station .
2.07 TEST LEAD WIRE
A. Test station lead wires shall be #12 AWG stranded copper cable with type TW or THW
insulation black in color.
2.08 PERMANENT REFERENCE ELECTRODE
A. The permanent reference electrode shall be a copper sulfate Permacell Plus as
manufactured by Corrpro Companies or approved equal.
B . The permanent reference electrode shall be equipped with No . 14 A WG stranded copper
wire with blue HMWPE insulation of suitable length to attach to the terminal board of the
test station .
C. The permanent reference electrode shall have a minimum design life of 15 years and a
stability of 5 millivolts under a 3.0 microamp load.
2.09 THERMITE WELD EQUIPMENT
Materials required for thermite welding and coating of the welds are described in the
following sections.
A. Charges and Molds : Weld charges and mold size shall be as specified by the
manufacturer for the specific surface configuration. Care shall . be taken during
installation to be sure correct charges are used . Welding charges and molds shall be the
product of a manufacturer regularly engaged in the production of such materials.
B . Weld Coating: Coating for all welds shall be No. 747 Spray Primer as manufactured by
Royston, or approved equal. The coated weld shall be covered with a ThermoCap weld
cap as manufactured by Thermo Weld , or approved equal.
PART3 CATHODIC PROTECTION SYSTEM INSTALLATION
3.01 INSTALLATION OF SACRIFICIAL ANODES
A. The location of the cathodic protection magnesium anode ground beds are indicated in
the test station schedules on the project drawings .
B. Placement : Each anode shall be installed vertically in a 12 inch diameter by IO foot deep
hole as shown on the project drawings. Anode spacing shall be as shown on the project
drawings. Centerline of the anode shall be at a minimum of 10 feet from the centerline of
the pipe. Anodes shall be installed within the pipeline right-of-way , unless otherwise
noted on the project drawings .
C. Augured Hole: The anode hole diameter shall easily accommodate the anode.
Oc tobe r 2009 15642
Page 5 of 8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
MAGNESIUM ANODE
CATHODIC PROTECTION
D. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole
and the soil shall be firmly tamped around the package so that it is in intimate contact
with the package . Then a minimum of 5 gallons of water is to be poured in the anode
hole . Backfilling of the remained of the anode hole can then be completed.
E. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum
depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as
indicated on the project drawings.
F. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials
and wire connections.
3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE
A. Location: One permanent copper sulfate reference electrode shall be installed at each
anode ground bed. The permanent reference electrode shall be within 6" of the pipe at
pipe depth . The permanent reference electrode shall be prepared and installed in strict
accordance with the manufacturers recommendations
B. Placement: The permanent reference electrode shall be placed in the same ditch with the
waterline and carefully covered with the same soil as the pipeline bac!<fill.
C . Lead Wire: The permanent reference electrode lead wire shall be protected during
backfill operations and routed to the test station along with the waterline test leads and
anode ground bed cables.
3.03 INSTALLATION OF WIRE AND CABLE
A. Depth: All underground wire and cable shall be installed at a minimum of 24 inches
below final grade with a minimum separation of 6 inches from other underground
structures.
B. Anode Header Cable: Each anode lead wire shall be connected to a #10 AWG/HMWPE
header cable which shall be routed into a flush-to-grade test station .
C. Anode Lead Wire to Header Cable Connection : Each anode lead wire to header cable
connection shall be made using a copper compression connector. Each connection shall
be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as
shown on the project drawings .
D. Anode-to-Pipeline Connection: Each group of anodes shall be connected to the pipeline
through a test station as shown on the project drawings . A 0.01 ohm shunt shall be used
to connect the anode header cable to the pipeline as shown on the project drawings.
E . A 3" wide, yellow, non-detectable warning tape labeled "Cathodic Protection Cable
Buried Below" shall be buried at a depth of 18" below the surface and along the length of
all cathodic protection cable trenches .
October 2009 15642
Page 5 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
3.04 TEST LEAD WIRE A TT A CHM ENT
MAGNESIUM ANODE
CATHODIC PROTECTION
A. Test lead cables shall be attached to the pipe by thermite welding.
B. The pipe to which the wires are to be attached shall be clean and dry.
C. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt
from the pipe over an area approximately 3 inches square. The surface shall be cleaned
to bright metal.
D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation
removed from each end, exposing clean, oxide-free copper for welding .
E. Using the proper size thermite weld mold as recommended by the manufacturer, the wire
shall be placed between the graphite mold and the prepared metal surface. All wires No.
12 A WG size shall use a copper sleeve crimped over the wire.
F. The metal disk shall be placed in the bottom of the mold.
G. The cap from the weld charge container shall be removed and the contents poured into
the mold. Squeeze the bottom of the weld charge container to spread ignition powder
over the charge.
H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be
held firmly in place until all of the charge has burned and the weld has cooled slightly.
I. Remove the thermite weld mold and gently strike the weld with a hammer to remove the
weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the
wire breaks, repeat the procedure .
J. If the weld is secure, coat all bare metal and weld metal with Royston No. 747 spray
primer. The coated weld shall be covered with a Royston Handi-Cap weld cap.
3.05 FLUSH-TO-GRADE TEST STATIONS
A. Flush-to-grade test stations shall be installed as shown on the drawings. Test stations
shall be installed in a 6" x 24" x 24" square concrete pad.
B . Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to
prevent damage to the leads during backfilling. Additional slack shall be left to allow for
withdrawal of the terminal board a minimum of 12" above the top of the concrete pad for
test purposes.
October 2009 15642
Page 5 of8
/
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
MAGNESIUM ANODE
CATHODIC PROTECTION
3.06 POST INSTALLATION BACKFILLING OF CABLES
A. General : During the backfilling operation , cables shall be protected to prevent damage to
the wire insulation and conductor integrity.
3.07 POST INST ALLA TI ON TESTING OF THE CATHODIC PROTECTION
SYSTEMS
A. General: As soon as possible after the cathodic protection equipment has been installed ,
the system shall be inspected, energized and adjusted ( commissioned).
B. Commissioning: The commissioning of the cathodic protection system shall be
performed by a corrosion engineer hired by the contractor to achieve compliance with the
referenced corrosion control standards set forth by NACE International and/or A WW A.
C. Method: The Corrosion Engineer shall :
I. Measure native state structure-to-soil potentials along the waterline using the
permanent reference electrodes at each anode groundbed test station . Native state
structure-to-soil potentials shall also be measured at above grade pipeline
appurtenances prior to energizing the cathodic protection system with a portable
CSE .
2. Energize the cathodic protection system by connecting each magnesium anode
groundbed to the pipeline lead in the test station junction box . Record each anode
groundbed current using the 0 .01-ohm shunt.
3 . Allow a minimum of two weeks for the pipeline to polarize .
4 . Adjust, if necessary, the cathodic protection current output in each anode test station
to satisfy the criteria of a minimum of 100 millivolts of polarization from the native
state structure-to-soil potential , or an "Instant Off' potential at least as negative as
-850 millivolts CSE.
5 . Record all final current outputs measured at each test station.
6. Verify that all electrical isolation devices are operating properly including flange
isolators, and casing spacers .
7 . Verify that interference does not exist with foreign structures. Perform joint tests
with owners of the foreign structures (if any) and mitigate any interference detected.
If necessary , foreign line test stations shall be provided to facilitate the interference
testing and installation of any necessary resistance bonds. It is the corrosion
engineers ' responsibility to coordinate the interference testing with the owners of
foreign structures.
D . Verification and Responsibilities
1. Contractor shall correct, at his expense , any deficiencies in materi a ls or installation
procedures discovered during the post-installation in spection.
2. Corrosion Engineer shall provide written documentation of an y deficiencies
discovered during the post installation inspection .
October 2009 15642
Pag e S of 8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
MAGNESIUM ANODE
CATHODIC PROTECTION
E. Equipment : All cathodic protection testing instruments shall be in proper working order
and calibrated according to factory specifications .
F. Report: The results of all commissioning procedures along with documentation of anode
groundbed current outputs, pipe-to-soil potentials, results of interference testing, results
of electrical isolation joint tests and as built drawings shall be compiled in a final report
and furnished to the owner along with operating and maintenance instructions.
END OF SECTION
October 2009 15642
Page 5 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
PART 1 GENERAL
SECTION 15643
POLYETHYLENE ENCASEMENT
1.01 SECTION INCLUDES
A. Polyethy Jene encasement is a part of the corrosion protection system for the DIP option.
B. Specifications for materials and installation of polyethylene encasement for pipe, valves,
fittings, and other appurtenances for the DIP option.
1.02 MEASUREMENT AND PAYMENT
A . Unit Prices. No separate payment will be made for polyethylene encasement. Include
cost of polyethylene encasement in unit price for pipes and fittings to be encased .
B. Stipulated Price (Lump Sum). If the Contract is a Stipulated Price Contract, payment for
work in this Section is included in the total Stipulated Price . -
1.03 REFERENCES
A. ASTM D 149 -Standard Test Method for Dielectric Breakdown Voltage and Dielectric
Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies.
B. ASTM D 882 -Standard Test Method for Tensile Properties of Thin Plastic Sheeting.
C. ASTM D 1709 -Standard Test Methods for Impact Resistance of Plastic Film by the
Free-Falling Dart Method.
D. ASTM D 1922 -Standard Test Method for Propagation Tear Resistance of Plastic Film
and Thin Sheeting by Pendulum Method.
E. ASTM D 4976 -Standard Specification for Polyethylene Plastics Molding and Extrusion
Materials .
F. ANSI/A WWA C600 -Standard for In sta llation of Ductile-Iron Water Mains and Their
Appurtenances.
G. ANSI/AWWA CI05/A2I.5 -Polyethylene Encasement for Ductile-Iron Pipe Systems.
October 2009 15643
Page 1 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
1.04 SUBMITTALS
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
A. Product Data: Submit product data for proposed film , and tape or plastic tie straps for
approval. All film to be used in accordance with this standard specification shall be
manufactured from virgin polyethylene, shall not be recycled and shall be purchased new
for the project, clean , sound and without defects .
B . Samples: Submit samples of polyethylene tube and/or sheet for approval. Provide one
sample of tube for each pipe diameter and one sample of each sheet material to be used.
Samples shall be a minimum of 40 square feet of standard production material.
C . Quality Assurance Plan: Submit quality assurance plans for film manufacturing and field
application.
a . Film Manufacturing: The manufacturer of polyethylene film for corrosion
protection encasement of ductile iron pipe shall have a verifiable quality control
system to assure that film is produced from only virgin polyethylene and that it
complies with all requirements of this specification. Documentation of Quality
Control procedures and test results shall be submitted and sha!I be made available
for inspection for !31 least one year. A current ISO certificate may be used in lieu of
other quality control documentation.
b. Field Application: The contractor shall develop, and submit for approval, a
comprehensive Quality Assurance Plan for installation of polyethylene
encasement. Address all aspects of material and pipe handling, bedding,
preparation of pipe surface, film installation and anchoring, service taps and
backfill. Include written procedures to be used by installers.
D . Manufacturer's Certification : Submit polyethylene film manufacturer's certification of
compliance with this Section. The polyethy Jene film manufacturer shall provide a
notarized statement from an officer of the company that the film meets the inspection and
all applicable material specifications of this specification . The manufacturer's statement of
compliance must be verifiable. Statements from distributors or contractors shall not be
accepted in lieu of a statement from the original manufacturer of the polyethylene film.
E. Installer Qualifications: Polyethylene encasement shall only be installed by qualified
persons who have been trained in the proper procedures described in Part 3 of these
specifications .
F. Qualified Persons: Qualified persons shall be those that have had training and experience
in the 'installation of polyethylene encasement for corrosion protection of ductile iron pipe.
Such persons may be qualified by the Ductile Iron Pipe Research Association, ductile iron
pipe manufacturers or engineering/inspection firms who offer training courses in the
proper method(s) of installation . Proof of qualifications shall be submitted with the shop
drawings and shall be provided to project inspectors upon request.
October 2009 15643
Page 2 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
PART 2 PRODUCTS
2.01 MATERIALS
A. Polyethylene Film: Tubular or sheet form without tears , breaks or defects, conforming to
the following requirements .
1. High-Density , Cross-Laminated, Polyethylene : High-<lensity, cross-laminated
polyethylene film m anufactured from virgin polyethylene material conforming to the
following:
a. Raw Material. Raw materials to meet the requirements of ASTM D 4976:
I. Group : 2 (Linear)
2. High-density : 0.940 to 0.960 g/cm3
3 . Volume Resistivity : 10 15 ohm-cm minimum
b. Physical Properties: Physical properties of finished film to be _as follows:
1. Tensile Strength : 6 ,300 psi. minimum in machine and transverse direction
(ASTM D 882)
2 . Elongation: 100 percent mm1mum in machine and transverse direction
(ASTM D 882) as measured using rubber lined grips.
3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149)
4. Impact Resistance : 800 grams minimum (ASTM D 1709 Method B)
5. Propagation Tear Resistance: 250 grams force minimum in machine and
transverse direction (ASTM D 1922)
c . Thickness: High-density, cross-laminated polyethylene film shall have a
minimum thickness of 0 .004 in. (4 mils).
d. Color: Supply white polyethylene film with a mm1mum 2 percent hindered-
amine ultraviolet inhibitor. Where a color other than white is required for
purposes of identification, it shall comply with the raw material and physical
property requirements of this specification, shall not be manufactured with
pigments containing controlled substances, and shall not degrade under ultraviolet
exposure during storage and while on the project site.
e. Polyethylene Tube and Sheet Size: For push-on joint pipe, polyethylene tube and
sheet sizes to conform to the following:
October 2009 15643
Page3of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
Nominal Pipe Diameter
Inches
Minimum Polyethylene Width
Inches
3
4
6
8
10
12
14
16
18
20
24
30
36
42
48
54
60
64
Flat Tube
14
14
16
20
24
27
30
34
37
41
54
67
81
81
95
108
108
121
Sheet
28
28
32
40
48
54
60
68
74
82
108
134
162
162
-190
216
216
242
2 . Large Bell Circumferences: Where bell ends of the pipe are larger than the tube or
sheet sizes listed above, use sufficiently large tubes or sheets to cover the joints
3. Marking: The polyethylene film shall be clearly marked every two feet with the
following information:
a . Manufacturer's name or trademark
b. Year of manufacture
c. ANSI/AWWA Cl05/A21.5
d. Minimum film thickness and material type (HDCLPE or LLDPE)
e. Applicable range of nominal pipe diameter size(s)
f. Warning -Corrosion Protection -Repair Any Damage
Letters and numerals used for marking items "a" through "e" shall not be less than 1
inch in height and item "f' shall not be less than 1 1 /2 inches in height.
B. Polyethylene Tape: Provide I-Yi-inch wide, plastic-backed, adhesive tape for fitting and
anchoring the encasement. Acceptable tapes are Fulton No. 355 , Polyken No. 900 ,
Scotchwrap No. 50, or other approved tape . Fulton Tie Strips are an approved alternative
to tape. For patching or repairing the polyethylene film, use only polyethylene tape.
October 2009 15643
Page 4 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
PART 3 EXECUTION
3.01 PREPARATION
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of
polyethylene encasement. Prevent soil or embedment material from becoming trapped
between pipe and polyethylene.
B. Fabric slings and padded forks shall be used for transport of wrapped pipe . Chains or
cables shall not be used . Do not damage the pol yethy lene encasement.
C. For installations below the water table or in areas subject to tidal actions tube form
polyethylene encasement shall be used. Completely seal both ends of the polyethylene
tube with adhesive tape at joint overlap. Circumferentially wrap with tape or plastic tie
straps every two feet along the barrel.
3.02 INSTALLATION
A. Tubular Type (Method A):
1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip
tube around pipe , centering tube to provide I-foot overlap on each adjacent pipe
section . Bunch accordion-fashion lengthwise until it cl ears pipe ends .
2 . Make shallow bell hole at joints to facilitate installation of polyethylene tube
completely around pipe. Lower pipe into trench and make up pipe joint with
preceding section of pipe. Methods other than bell holes shall be allowed, provided
the polyethylene tube completely encases the pipe joints , including a mm1murn
overlap of I-foot.
3 . After assembling pipe JOmt, make overlap of polyethylene tube . Pull bunched
polyethylene from preceding length of pipe , slip it over end of adjoining length of
pipe, and secure in place. Then slip end of poly ethylene from adjoining pipe section
over end of first wrap until _it overlaps joint at end of preceding length of pipe.
Secure overlap in place .
4. For each pipe length , take up slack width at top of pipe to make a snug , but not tight ,
fit along barrel of pipe , securing fold with ta pe at quarter points . A void a tight fit to
prevent stretching the polyethylene where it bridges irregular surfaces , such as bell
and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to
film during backfilling. The length of tape to se cure wrap shall be no less than I-foot.
5. Repair cuts , tears , punctures , or other dam age to polyethylene. Proceed with
installation of next section of pipe in same manner.
October 2009 15643
Pag e 5 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
B. Tubular Type (Method B)
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
1. Cut polyethylene tube to a length approximately 1 foot shorter than pipe section. Slip
tube around pipe, centering it to provide 6 inches of bare pipe at each end. Take up
slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe,
securing fold at quarter points; secure ends.
2. Make shallow bell hole at joints to facilitate installation of polyethylene tube
completely around pipe. Lower pipe into trench and make up pipe joint with
preceding section of pipe. Methods other than bell holes shall be allowed, provided
the polyethylene tube completely encases the pipe joints, including a minimum
overlap of I -foot.
3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of
pipe, securing fold with tape at quarter points. A void a tight fit to prevent stretching
the polyethylene where it bridges irregular surfaces, such as bell and spigot joints,
restrained and bolted joints, and fittings; and to prevent damage to film during
backfilling. The length of tape to secure wrap shall be no less than I -foot.
4. Before making up joint, slip 4-foot length of polyethylene tube ov~r. end of preceding
pipe section, bunching in accordion-fashion lengthwise. After completing joint, pull
4-foot length of polyethylene over joint, overlapping polyethylene previously placed
on each adjacent section of pipe by at least 1 foot; make each end snug and secure.
5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with
installation of next section of pipe in same manner.
C. Sheet Type (Method C)-Applicable to Valves, Tees, Elbows and Other Fittings Only:
1. Cut polyethylene sheet to a length approximately 2 feet longer than pipe section.
Center length to provide I-foot overlap on each adjacent pipe section, bunching sheet
until it clears pipe ends . Wrap polyethylene around pipe so that sheet
circumferentially overlaps top quadrant of pipe. Secure cut edge of polyethylene
sheet at intervals of approximately 3 feet.
2. Lower wrapped pipe into trench and make up pipe joint with preceding section of
pipe. Make shallow bell hole at joints to facilitate installation of polyethylene. After
completing joint, make overlap and secure ends .
3. Repair cuts, tears, punctures , or other damage to polyethylene . Proceed with
installation of next section of pipe in same manner.
October 2009 15643
Page 6 of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
D . Installation in Directional Drilled Bore:
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
I. Install as described in 3.02A. Tubular Type (Method A) with the exception that the
polyethylene encasement overlap must face away from the pull direction to avoid the
under film accumulation of drilling mud and other foreign matter.
2. Attach pulling head to spigot end of the leading pipe length.
3. Securely anchor the polyethylene tube to the end of the barrel of the leading pipe
length by continuously taping the leading two feet of the barrel with overlapping tape
wrap. Anchor the first wraps of tape directly on to the barrel of the pipe and extend
the continuous taping on to the polyethylene encasement. For the remainder of the
leading pipe length, overlap circumferential wraps of tape every one foot.
4 . The drilling fluid and cuttings shall not enter under the polyethylene tube during the
pull back or other operations. At assembled joints, the polyethylene overlap shall
always have the forward pipe's polyethylene tube overlap the next following pipe's
tube. The polyethylene on both sides of the joint shall be secured with
circumferential wraps of tape or plastic tie straps.
5. Continue process by wrapping tape on each side of successive joints and every two
feet along barrel.
E . Pipe-shaped Appurtenances: Cover bends, reducers, offsets, and other pipe-shaped
appurtenances with polyethylene in same manner as pipe.
F. Odd-shaped Appurtenances : When it is not practical to wrap valves, tees, crosses, and
other odd-shaped pieces in tube , wrap with flat sheet or split length of polyethylene tube
by passing sheet around appurtenance and encasing it. Make seams by bringing edges
together, folding over twice, and taping down . Tape the polyethylene encasement
securely in place at valve stem and other penetrations.
G. Openings in Encasement: Create openings for branches , saddles, service taps, blowoffs,
air valves , and similar appurtenances by making an X-shaped cut in polyethylene and
temporarily folding back film. After appurtenance is installed , tape slack securely to
appurtenance and repair cut, as well as other damaged area in polyethylene, with tape.
H. Hydrant Drain Relief: For hydrant relief holes and similar orifices, apply 3 wraps of tape
completely around the polyethylene encased pipe , then, with a utility knife, cut a hole in
the tape and polyethylene that is ]-inch larger in diameter than the orifice/opening.
1
I. Direct Service Taps : For direct service taps, apply 3 wraps of tape completely around the
polyethylene encased pipe to cover the area where the tapping machine and chain will be
mounted. After the tapping machine is mounted , install the corporation stop directly
October 2009 15643
Page7of8
SOUTH HOLLY WATER TREATMENT PLANT
FORT WORTH, TEXAS
POLYETHYLENE ENCASEMENT
FOR DUCTILE IRON PIPE
through the tape and polyethylene . After the direct tap is completed , the entire
circumferential area shall be closely inspected and repaired as needed .
J. Service Connections: Wrap service lines of copper and other dissimilar metals with
polyethylene or suitable dielectric tape for a minimum clear distance of 3 feet away from
the cast or ductile iron pipe. Surface preparation and method of application shall follow
tape manufacturer's written instructions.
K. Junctions between Wrapped and Unwrapped Pipe : Where polyethylene-wrapped pipe
joins an adjacent pipe that is not wrapped , extend polyethylene wrap to cover adjacent
pipe for at least 3 feet. Secure end with circumferential turns of tape.
L. Installation of Pipe through Casings: Polyethylene encasement shall be used for pipe
through casings. Use a single layer of polyethylene film . Casing spacers (insulated type)
and casing end seals shall be installed. Do not damage the polyethylene film where these
devices are attached to the pipe , over the encasement.
3.03 REP AIRS
Repair any cuts, tears, punctures, or damage to polyethylene with ad_hesive tape or with
short length of polyethylene sheet or cut open tube, wrapped around pipe to cover
damaged area , and secured in place.
3.04 BACKFILL
Prevent damage to the polyethylene wrap when placing earthen backfill. Assure backfill
material is free from cinders, refuse , boulders, rocks, stones, or other material that could
damage the polyethylene . Follow A WWA C600 for backfilling.
3.05 QUALITY ASSURANCE
A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects.
B. Inspection : All parts of this Section are subject to inspection by the owner or its
designated representative .
C. Non-Compliance : The Contractor will correct any deficiencies in materials or
installation at his expense , including excavating the pipe subsequent to backfilling and re-
installing the polyethylene wrap.
END OF SECTION
October 2009 15643
Page 8 of8
,,
PARTF
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:
STATE OF TEXAS §
COUNTY OF TARRANT §
Oscar Renda Contracting, Inc.
CONTRACTOR
By: F~~i:;£
Vice President
Title
April 19, 2010
Date
BEFORE ME, the undersigned authority, on this day personally appeared
Frank Renda , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same
as the act and deed of Oscar Renda contracting, Inc. for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this ll\. ~ day of
~\ ,2 ~
CHRISTIE NICKOLLS
Notary Publie, State of Texas
My Commission Expires
Aorll u. 2012
Notary Public in and for the State of Texas
Bond No. 105403949
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS :
That we, (1) Oscar Renda Contracting, Inc., as Principal herein, and (2) Travelers
Casualty And Surety Canpany Of America , a corporation organized under the laws of
the State of (3) Connecticut , 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 Counti es, Texas , Obligee herein, in the sum of FIVE
MILLION FOUR HUNDRED FORTY THOUSAND THREE HUNDRED AND FIVE DOLLARS
AND NO CENTS ($5,440,305.00} for the payment of which sum we bind ourselves, our heirs,
executors, administrators, successors and assigns, j ointly and severally, firmly by these presents .
WHEREAS, Principal has entered into a certain written contract with the Obligee dated
the _day of APR 6 2010 , 20_ a copy of which is attached hereto and made a part
hereof for all purposes, for the construction of:
Medical District Water Distribution System Improvements, Part 4
South Holly Water Treatment Plant to the Medical District
NOW, THEREFORE, the condition of thi s 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 t he 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 aut horized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SE ALED this ___ day of _~A~P_R~6~---2_0_\0 ___ , 20_.
(SE AL)
NOTE: (1)
(2)
(3)
Oscar Renda Contac ting, I nc.
PRINCIPAL
By: ;zt~C
Name: Frank Renda
Title : Vice President
Address : 608 Henrietta Creek
Roanoke, TX 762 62 · ·"'
Trav elers Casualty And Surety
Company Of America
SURETY
By:
Name: Lorrie Scott --':_ _ ..._ _
Attorney in Fact\._ ~-;-··-.__ ____. > -~_.;;·
-.... __ -. --~ ...... .,...-.. -··
Address: 2900 Marquita ·Dr:---: .. .>···
Fort Worth, TX 76116
Telephone Number: 817-737 -494 3
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of S u rety
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 prio r to date of Contract.
Bond T\b. 105403949
PAYMENT BOND
THE STA TE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1 ), Oscar Renda Contracting, Inc. as Principal herein, and (2) Travelers
Casualty And Surety Can:pany Of America , a corporation organized and existing under
the laws of the State of (3) Connecticut , 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 FIVE MILLION FOUR HUNDRED FORTY THOUSAND THREE
HUNDRED AND FIVE DOLLARS AND NO CEN:TS ($5,440,305.00) 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 APR 6 . 2010, 20_, 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 :
Medical District Water Distribution System Improvements, Part 4
South Holly Water Treatment Plant to the Medical District
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant ( as defined in Chapter
2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of
the work under the contract, then this obligation shall be void; otherwise, to remain in full force
and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended , and all Jiabilities on this bond shall be determined in
accordance with the provisions of said statute, to the same extent as if it were copied at length
herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this ___ day of __ 'A_PR'-'---K.6 ___,,,2=0 1,_,,_0 __ __,, 20_.
(SE AL)
(SE AL)
NOTE: (1)
(2)
(3)
Oscar Renda Contracting, Inc.
PRINCIPAL
By:7/~
Name: Frank Renda ----------
Title : Vice President -----------
l Address: 608 Henrietta Creek
Roanoke, TX 76 2 62
Trave lers Casualty And Sure t y
Company Of Amer i ca
SURETY
By:
Name: Lorrie Scot t -. · .>--__ _
Attorney in Fae(·----.. _ -. <-__ -:-:, . ..--------...... -----"'
Address: 2 900 Ma.rqui ta Dr.
Fort Worth, TX 76116
Telephone Number: 817 -737-49 43
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. 105403949
MAINTENANCE BOND
That Oscar Renda Contracting, Inc. ("Contractor"), as principal, and , Travelers
Casualty And Surety Cgnpany Of America3 corporation organized under the laws of the State of Connecticut
___ , ("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 FIVE MILLION FOUR HUNDRED FORTY
THOUSAND THREE HUNDRED AND FIVE DOLLARS AND NO CENTS ($5,440,305.00) , 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 AP f O_, a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements :
Medical District Water Distribution System Improvements, Part 4
South Holly Water Treatment P.lant to the Medical District
the same being referred to herein and in said contract as the Work and being designated as project
number(s) WATER-P265-609140024787, SEWER P275-709170024787 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 City of Fort Worth
Department of Engineering , it be necessary; and ,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE , if said Contractor shall keep and perform its said agreement to
maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and voi d, and have no force or effect. Otherwise , this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF , this instrument is executed in ____ counterparts , each of
which shall be deemed an original , this_ day of APR 6 2010 , A.O . 20 __
ATTEST:
(SE AL)
Secretary
ATTEST:
(SE AL)
, Holly A. Grav enor
Oscar Renda Contracting, Inc.
Contractor
~/;Z-By :_..,.,-----""""---------
Name : Frank Renda --=----"-------------
Title : Vice President
Travelers Casualty And Surety
Canpany Of America
Surety
By: ~ L~:-,_,.__· -:
~ .,, -:,,..."•·,
Name :_---"I.o=rr=-=i=e~Sc=--o=--t=--t=-----------::-.
Title : Attorney-In-Fact -----=------------,--..... : · ~ .... ·(
-1 .--
.....
2 900 Marquita Dr.
Fort Worth, TX 76116
Address
~ TRAVELERS J
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No .
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance U nderwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
2 144200
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No . Q Q 3141 7 4 Q
KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine In suran ce Company , St. Paul Guardian In surance Company an d St. Paul Mercury Insurance
Company are corporations duly organized under the law s of the State of Minnesota, that Farmington Casualty Company, Trave ler s Cas ualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporatio ns dul y o rganized und er the laws of the State of Connecticut , that United States Fidelity and Guaranty
Company is a corporation duly organized und er the laws of the State of Maryland , th at Fidelity and Guaranty In surance Company is a corporati o n duly organized under
the laws of the State of Iowa, and th at Fidelity and Guaranty In suran ce Underwriters, Inc ., is a corporation dul y organ ized und er th e laws of the State of Wi sconsin
(herein collectivel y called the "Companies "), and that the Companies do hereby make , cons titu te and appoint
St eve n B. Siddons , Sh iro ng Ch en , Holl y A. Graveno r, and Lo rr ie Scott
of the City of Fort Worth , State of , their tru e and lawfu l Attomey(s)-in-Fact,
each in th eir separate ca pacity if more th an one is named above, to sign , execute, sea l and acknowledge any and all bonds , recognizances, conditional undertakin gs and
other writings obligatory in the nature thereof on behalf of th e Companies in their busines s of guaranteeing the fidelity of persons , g uaranteein g the performance of
contracts and executing or guaranteeing bonds and und ertakings required or permitted in any actions or proceeding s allowed by law .
16th IN WITNESS WHEREOF , the Com(Janies ha ve ca used this instrument to be sig ned and their corporate seals to be hereto affixed , thi s-----------
day of Febru ary 2009
State of Connecticut
City of Hartford ss .
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance U nderwriters , Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
0 ~
B y :
St. Paul Mercury In surance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
On thi s the 16t h day of February 2oo 9 , befo re me perso nally appeared George W. Thompson, who acknow ledged
himself to be the Senior Vice Pre sident of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, F id elit y and Guaranty In surance Underwriters,
In c., St. Paul Fire and Marine Insurance Company , St. Paul Guardian In surance Company, St. Paul Mercury In surance Company , Travelers Casualt y and Surety
Company, Travelers Casualty and Surety Compan y of America, and United States F idelity and Guaranty Company , and that he , as such , being auth orized so to do,
executed the foregoing instrument for the pu.rpo ses therein cont ai ned by signi~g on behalf of the corporations by him self as a dul y auth ori ze d officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of Jun e, 2011.
58440-4-09 Printed in U.S .A.
'-Marie C. Tetreault, Notary Publi c
.... ·---
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company , Fidelity and Guaranty In suran ce Underwriters , Inc ., St. Paul Fire and Marine In suran ce Company, St. Paul Guardian Insurance
Company, St. Paul Mercury In surance Company , Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, a nd United States
Fidelity and Guaranty Company , which resolutions are now in full fo rce and effect, readi ng as fo ll ows :
RESOLVED , that the Chairman , the President, any Vice Chairma n, any Execu ti ve Vice President, any Senior Vice Pres ident , any Vice Pres ident , any Second Vice
President, the Treasurer, any Assistant Treasurer, th e Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to ac t for and on behalf
of the Company and may give such appointee such a uthori ty as his or her certificate of au thority may prescribe to sign with th e Company's name and seal with the
Company 's sea l bonds , recognizances, contracts of indemnity, and oth er writi ngs ob li gatory in the nature of a bond, recognizance, or co ndition al und ertaking , and any
of sa id officers or th e Board of Directors at any time may remove a ny such app ointee and revoke the power given him o r her; and it is
FURTHER RESOLVED , that th e Chairman , the President , any Vice Chairman , a ny Exec utiv e Vice President , a ny Senior Vice President or any Vice President may
de legate all or any part of the foregoing authority to one or more officers o r employees of thi s Company, provi ded th at each suc h delegation is in writing and a copy
thereof is fi led in the office of th e Secretary; and it is
FURTHER RESOLVED , that any bond , recognizance, contrac t of indemnity, or writin g ob li gatory in the nature of a bond, recognizance , or conditi onal undertaking
shall be valid and binding upon th e Company when (a) sig ned by th e Presiden t , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice
President , any Second Vice President, the Treasurer, a ny Assistant Treasurer, th e Corporate Secretary or an y Assistant Secretary and dul y attes ted and sealed with the
Company 's sea l by a Secretary or Assistant Secretary; or (b) duly executed (unde r seal, if required) by one or more Attorneys-in-Fact and Agents purs uant to the power
prescribed in hi s or her cert ifi cate or th eir certifi cates of auth orit y or by one or more Company officers pursuant to a written de legation of a uthority ; and it is
FURTHER RESOLVED , th at the signature of each of th e fo llowin g officers: Pres id ent , any Executive Vice President , any Senior Vice Presid e nt , any Vice Pre sident,
a ny Assistant Vice President , an y Secretary, any Assistant Secretary, and th e seal of th e Company ma y be affixed by facs imil e to any Power of Attorney or to any
cert ifi cate relating th ereto appo inting Re sid en t Vice Presid e nt s, Resident Assistant Secretaries or Attorneys-in-Fact for purposes o nl y of exec utin g and attesting bonds
and un dertakings and other writin gs obligatory in the nature thereof, a nd any such Power of Attorney or ce rtifi cate bearin g such fa c simi le signature or facsimile seal
shall be valid and bindin g upon the Company and any such power so executed and certified by such facsimile signature and facs imile sea l shall be valid and binding on
the Company in the fu ture with respect to any bond o r und erstanding to which it is attac hed.
I, Kori M. Johanson , the und ersigned , Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty In surance Company, Fidelity and Guaranty In surance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance Company, St. Pau l Mercury Insuran ce Company, Travelers Casualty and
Surety Company , Travele rs Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Att orney execut ed by sa id Companies , which is in full fo rce and effec t and has not been revoked.
IN TESTIMONY WHEREOF , I have here unto set my hand and affixed the seals of said Companies this ___ _
0 ~
Kori M. Johan s
APR 6 2010
_ _________ , 20
To verify the auth e nticity of this Power of Attorney, call 1-800-42 1-3880 or cont act us at www.trave le rsbond .com. Pl ease refer to th e Attorney-In-Fact number, the
above-named individuals and the details of th e bond to whi ch the power is attac hed.
..... ·-.... ,
-.
WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed in to law th e
Terrorism Risk Insurance Act of 2002 (the "Act"). The .A.ct
establishes a short-term program under which the Federal
Government will share in the pay ment of covered losses caused
by certain acts of international terrorism. We are providing you with
this notice to inform you of the key features of the Act, and to let
you know what effec( if any , the Act will have on your premium.
Under the Act, in surers are re quired to provide coverage for
certain losse? caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of such losses. Spec ifi cally, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism w hich is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for whi ch th e Federal
Government or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met it s
deductible.
Please note that passage of the Act does not result in any change
in co v erage under the attached policy or bond (or the policy or
bond being quoted). Please al so note that no separate additio n a l
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than on e percent of your premium .
IMPORTANT NOTICE
To obtain informat ion or make a complaint
Yo u may cal! Travel ers Casualty and Surety Company of America and its affiliates ' toll-
free telephone number for information or to make a complaint at:
1-800-328-2189
You may contact the Texas Department of Insurance to obtain information on
comp anies , coverages, rights or complaints at:
1-800-252-3439
You may w rite the Texas Department of Insurance:
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512 ) 475-1771
Web: http://www.td i .state.tx.us
E-mail: ConsumerProtectlon@tdi.state.tx.us
PR E MIUM OR CLAIM DISPUTES:
Sho uld you have a dispute concerning your premium or about a claim you should
co ntact your Agent or Trav elers first. If the dispute is not resol ved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
Tllis notice is for info rmation only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory requirements.
{P N -042-8 } Ed. 10.18.07
PARTG
CITY OF FORT WORTH. TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
APR 6 2010
This Contract made and entered into this the __ day of ... A.D ., 20 , by and between the
CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and
Wise Counties , Tex as , by and through it s dul y authorized Assistant City Manager, ("Owner"), and
(Contracting Company Name here ), ("Contractor") Owner and Oscar Renda Contracting, Inc .. 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 hereb y agrees with the said Owner to commence and complete the construction of
certain improvements described as follows :
Medical District water Distribution System Improvements, Part 4
South Holly Treatment Plant to the Medical District
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 hereb y 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 hereb y agrees to prosecute said work with reasonable diligence after the
commencement thereof and to full y complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
wi thin a period of 540 Calender days .
OFFICIAL RECOR D
CITY SECRETARY
FT. WORTH, TX
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 $840 .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 any such iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier .
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7 .
The Contractor agrees , upon the execution of this 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 shall be as herein provided
and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government
Code , as Amended .
OFFICIAL RECO~D
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 day s 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 ex ecuted,
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 ge neral guarante e contained in the Contract
Documents .
8 .
The Owner agrees and _ binds itself to pay , and_ the Contractor agre_es to recei ve, for all of thp
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 o(
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates !!l1!,
shall be FIVE MILLION FOUR-HUNDRED FORTY THOUSAND THREE HUN DR-ED AND FIVE
DOLLARS AND NO CENTS ($5,440,305 .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 an y 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 mutuall y agreed and understood that this agreement is made and entered into by the parties
hereto with references to the ex isting 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 full y 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 b y the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has ex ecuted this instrument through its
duly authorized officers in ~ counterparts with its corporate seal attached.
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX I
APR 6 2010
Done in Fort Worth, Texas, this the __ day of_ .. _' _ __._A.D .,20 .
RECO ~
BY:~
DIRECTOR, DEPARTMENT OF
WATER
O~car Renda Contracting, Inc.
608 Henrietta Creek Road
Roanoke, TX 76262
CONTRACTOR
Vice President
TITLE
ADDRESS
CITY OF FORTWORTI-1 t-Jt_\ \~Y,
Contract Authorizatibn
41~\tt)
FERNANDO COSTA, ASST CITY MANAGER
ATTEST:
CITY SECRETARY
(SE AL)
APPROVED AS TO FORM AND
LEGALITY:
CITY SECRE ~RY
FT. WORTH, TX