HomeMy WebLinkAboutContract 40331'
SPECIFICATIONS AND CONTRACT
DOCUMENTS FOR CITY SECRETARY
CONTRACT NO._..._.._~ ...
Sanitary Sewer System Rehabilitation
Con tract L VIII (58) -Part 3
CllY SECRETARY V Sewer Project Number P254-703170106088
D.O.E. FILE
CONTRACTOR'S BONDING CO. D0E#6040
File # X-20875
City Project# 01060 CONSTRUCTION'S COPY
CLIENT DEPARTMENT · Sanitary Sewer
State Revolving Fund Project -SRF
In the
City of Fort Worth, Texas
March 2010
MIKE MONCRIEF
Mayor
DALE A. FISSELER, P.E.
City Manager
S. FRANK CRUMB, P.E.
Director
Water Department
WILLIAM A. VERKEST, P.E.
Acting Director
Transportation and Public Works
rou
Excellen c e through Owners h ip
4100 International Plaza
Overton Centre Tower II, Suite 460
Fort Worth , Texas 76109
RJN Project No. 18-1855-00
RJN GROUP INC.
Excellence fhrOU(Jh Ownership
Texas Reg istered Eng ineering Firm F-3260
12160 Abrams Rd . Suite 400
Dallas TX 75243
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
: 45 \ N
'
Page 1 of 2
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 6/8/2010 -Ord. No. 19173-06-2010
DATE: Tuesday , June 08 , 2010
LOG NAME: 60SS58P3-CONATSER
SUBJECT:
REFERENCE NO .: **C-24252
Authorize the Execution of a Contract in the Amount of $747 ,450 .00 with Conatser Construction TX , LP , for
Sanitary Sewer Rehabilitation Contract LVIII , Part 3 , on Westhaven Drive and Adopt Appropriation
Ordinance (COUNCIL DISTRICT 3)
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the transfer of $52 ,000 .00 from the Water and Sewer Operating Fund to the Sewer Capital
Projects Fund ;
2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Sewer Capital Projects Fund in the amount of $52 ,000.00 from available funds ; and
3. Authorize the City Manager to execute a Contract in the amount of $747,450 .00 with Conatser
Construction TX , LP , for Sanitary Sewer Rehabilitation Contract LVIII , Part 3.
DISCUSSION:
On May 13 , 2003 , (M&C C-19586) the City Council authorized an Engineering Agreement with RJN
Group , Inc., for Sanitary Sewer Rehabilitation Contract LVIII (58).
This project , Part 3, provides for sanitary sewer main rehabilitation on Westhaven Drive from Willow Run
Court to South Drive.
This project was advertised for bid on March 11, 2010, and March 18, 2010, in the Fort Worth Star-
Telegram. On April 8 , 2010 , the following bids were received :
Bidder
Conatser Construction TX, LP
Utilitex Construction, LLP
Jackson Construction , LTD
Laughley Bridge and Construction
Cleburne Utility Construction, Inc.
Burnsco Construction , Inc.
Atkins Bros. Equipment Co ., Inc.
Rodgers Construction , Inc.
Amount Time of Completion
$747,450.00 150 Calendar Days
$873 ,305.00
$887,015.00
$915,380.00
$1,138 ,835.00
$1 ,294 ,645 .00
$1 ,578 ,940.00
$1 ,624 ,809 .29
M/WBE -Conatser Construction TX , LP , is in compliance with the City's M/WBE Ordinance by committing
to 17 percent M/WBE participation . The City's goal on this project is 15 percent.
Most State Revolving Loans are granted for construction contracts only . However with this particular loan
the City of Fort Worth was authorized to pay for both an Engineering Agreement (design and survey) and
the Construction Contract. Since no other expenses can be covered by SRF funding , additional
http://app s.c fwn et.o rg / ec ouncil/printm c .as p ?id = 134 34&print=tru e&Doc Ty pe= Pr int 6/10/2 010
Page 2 of2
appropriations of $52,000.00 ($27,000 .00 for construction staking, project management material testing
and inspection and $25,000.00 for project contingencies) are needed from the Sewer Capital Projects
Fund.
This project is located in COUNCIL DISTRICT 3 .
FISCAL INFORMATION/ CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated , of the Sewer Capital Projects Fund and the Clean Water State Revolving Fund
2007 .
FUND CENTERS:
TO Fund/Account/Centers
1&2) P258 476045 7031701060ZZ
2) P258 531350 703170106052
2) P258 511010 703170106080
2) P258 541200 703170106088
2) P258 531200 703170106084
2) P258 531350 703170106084
2) P258 531350 703170106085
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
$52,000 .00 1) PE45 538040 0709020
$5,000.00 3) P254 541200 703170106088
$5,000.00
$25 ,000 .00
$5,000 .00
$2,000.00
$10 ,000 .00
Fernando Costa (6122)
S. Frank Crumb (8207)
Roberto C . Sauceda (2387)
1. 60SS58P3 CONATSER MWBE.pdf (CFW Internal)
2 . 60SS58P3-CONATSER AO.doc (Public)
3. 60SS58P3-CONATSER MAP .pdf (Public)
4. 60SS58P3-Conatser SRF Construction FAR.pdf (CFW Internal)
5 . Accounting lnfo .pdf (CFW Internal)
http://apps.cfwnet.org/ecouncil/printmc.a sp ?id=l3434&print=true&DocTy pe=Print
$52,000 .00
$747,450 .00
6/10/2 010
I ,
1
1 _,
,
1
1
1
1 ,
1
1: ,
1l
1J
1l
Coaca-fse c Constru"t:cn tX LP I Contractor
Street Address
iof±. u)o f:Lb \ =tK '1 Co llCj
City & State
(g,-j) 53q-J04~
Telephone
Jecf'y doncdS-e c
Contact Person ·. ·.
CONTRACT DOCUMENTS
--· .
SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LVIII (58)-PART 3
SEWER PROJECT NUMBER P254-703 l 70106088
.DOE # 6040
. File # X-20875
City Project # 01060 ·
Sanitary Sewer
State Revolving Fund Project -SRF
CITY OF FORT WORTH
TARRANT COUNTY, TEXAS
RJN GROUP, INC.
CONSULTING ENGINEERS
FORT WORTH, TEXAS
March 2010
CONTRACT DOCUMENTS
SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LVIII (58) -PART 3
SEWER PROJECT NUMBER P254-703170106088
DOE# 6040
File# X-20875
City Project# 01060
Sanitary Sewer
State Revolving Fund Project -SRF
March 2010
I hereby state that these Contract Documents
were prepared under my direct supervision and
that I am a duly Registered Professional
Engineer under the laws of the State of
Texas.
Peter Z. Lai, P.E.
Date: 3 /10 /2010 Registration No. 85495 ---------------
TABLE OF CONTENTS
Part A -Notice to Bidders
Special Instructions to Bidders (Water Dept.)
City of Fort Worth Minority/Women Business Enterprise Policy
Part B -Proposal with Green Cement Compliance Statement
Part C -General Conditions
Part C 1 -Supplementary Conditions to Section C
Part D -Special Conditions
Part DA -Additional Special Conditions
Water Department Standard Details
Contractor Compliance with Workers' Compensation Law
Conflict of Interest Questionnaire
Equipment Schedule
Experience Record
Certificate of Insurance
Part F -Bonds (City of Fort Worth)
0 Performance Bond
0 Payment Bond
0 Maintenance Bond
Part G -Contract (City of Fort Worth)
Part H (TWDB Contract Documents)
0 Supplemental Contract Conditions, ED-004e
0 Site Certificate, ED-101
0 Contractor 's Act of Assurance, ED-103
0 Contractor 's Resolution on Authorized Representativ e , ED-104
0 Certification of Contractor Regarding Debarment, SRF-404
0 Bidder 's EEO/NSF Certifications, WRD-255
TC-I
TABLE OF CONTENTS
Part H (TWDB Contract Documents)-continued
0 Vendor Compliance with Reciprocity on Non-Resident Bidders , WRD-259
0 Loan Grant Participation Summary, SRF-373
0 SMWBE State Revolving Fund Program Guidance Document
0 Applicant/Entity Affirmative Steps Certification and Goals , WRD-215
0 Affirmati ve Steps Solicitation Report , WRD-216
0 Prime Contractor Affirmative Steps Certification and Goals , WRD-217
0 SMWBE Self-Certification, WRD-218 (4 copies)
Appendix A-Temporary Right-of Entry Forms
Appendix B -City of Fort Worth Traffic Control Typicals
TC-2
Part A -Notice To Bidders
SHORT FORM NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LVIII (58)-PART III
DOE # 6040, FILE# X-20875, CITY PROJECT # 01060
SEWER PROJECT NUMBER P254-703170106088
Addressed to:
CI TY OF F OR T WOR TH
PU RC HAS I NG DIVISION
1 000 TH RO CKMOR TON ST
F OR T WOR TH TX 761 0 2-6 31 1
will be received at the Purchasing Office until 1:30 p.m., Thursday, April 8th, 2010, and then publicly opened
and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for
this project may be obtained in the office of RJN Group, Inc., 12160 Abrams Road , Suite 400, Dallas, Texas
75243 . The plans and specifications may be purchased on a non-refundable basis for thirty dollars ($30) for each
set. Checks are made out to "City of Fort Worth ". These documents contain additional information for
prospective bidders.
Plans and Specifications will be available for pick-up on Friday, March 12, 2010.
The major work will consist of the (approximate) following:
The construction of approximately 3800 LF of 8"-15" sanitary sewer pipe by open cut, 21 manholes,
abandonment and fill of approximately 4200 LF of 6"-12" sanitary sewer pipe, and re-route of 12 service
connections.
This contract is contingent upon release of funds from Texas Water Development Board .
Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the
Texas Water Development Board . Neither the State of Texas nor any of its departments , agencies , or employees are or
will be a party to this Invitation for Bids or -any resulting contract.
Equal Opportunity in Employment -All qualified Applicants will receive consideration for employment without regard
to race , color, religion , sex, age , handicap or national origin. Bidders on this work will be required to comply with the
President's Executive Order No. 11246 , as amended by Ex ecutive Order 11375, and as supplemented in Department of
Labor regulations 41 CFR Part 60.
For additional information, please contact Mr. Roberto C. Sauceda, Project Manager, City of Fort Worth -Water
Department at Telephone Number: (682) 432-5478 or by email: Robert.Sauceda@ fortworthgov,org , and/or Peter Z.
Lai, P .E., Project Manager, RJN Group , Inc. at (972) 437-4300.
Advertising Dates:
Thursday, March 11th, 2010
Thursday, March 18th, 2010
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
FOR: SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LVIII (58) -PART III
DOE # 6040, FILE# X-20875 , CITY PROJECT # 01060
SEWER PROJECT NUMBER P254-703170106088
Addressed to:
CI TY OF FORT WORTH
PURCH ASING DI VISI ON
1 000 TH RO CKMORTO N ST
FORT WORTH TX 7610 2-6311
will be received at the Purchasing Office until 1 :30 p.m., Thursday, April 81
\ 2010, and then publicly opened and read
aloud at 2:00 p .m . in the Council Chambers. Plans , General Contract Documents and Specifications for this project may
be obtained in the office of RJN Group, Inc., 12160 Abrams Road, Suite 400 , Dallas, Texas 75243. The plans and
specifications may be purchased on a non-refundable basis for thirty dollars ($30) for each s et. Checks are made out to
"City of Fort Worth". These documents contain additional information for prospective bidders .
Plans and Specifications will be available for pick-up on Friday, March 12, 2010.
The major work will consist of the (approximate) following:
The construction of approximately 3800 LF of 8"-15" sanitary sewer pipe by open cut, 21 manholes,
abandonment and fill of approximately 4200 LF of 6"-12" sanitary sewer pipe, and re-route of 12 service
connections.
Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General Contract
Documents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159aof"Vemon 's Annotated Civil Statutes" of the State of Texas
with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7 400 (Fort Worth City Code
Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices .
Bid security may be required in accordance with Special Instructions to Bidders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalitie s .
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if
made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the
necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract.
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by
initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not acknowledge receipt ofall
addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by
contacting the City of Fort Worth Project Manager.
Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract
document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face
rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the
Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may
request a copy of said forms from the City of Fort Worth Project Manag er named in this solicitation .
In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has g oals for the participation of
COMPREHENSIVE NOTICE TO BIDDERS
In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of
minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance
can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,
SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WANER FORM, GOOD FAITH
EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation
must be received no later than 5 :00 p.m., five (5) City of Fort Worth business days after the bid opening date . The bidder
shall obtain a receipt from the appropriate employee of the water department to whom delivery was made . Such receipt
shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-
responsive .
This contract is contingent upon release of funds from Texas Water Development Board .
Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the
Texas Water Development Board. Neither the State of Texas nor any of its departments , agencies , or employees are or
will be a party to this Invitation for Bids or any resulting contract.
Equal Opportunity in Employment-All qualified Applicants will receive consideration for employment without regard
to race, color, religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the
President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of
Labor .regulations 41 CFR Part 60 .
SUBMISSION OF BID AND A WARD OF CONTRACT
The proposal within this document is designed as a package. In order to be considered an acceptable bid , the Contractor is
required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete
will be rejected as being non-responsive. The Contractor, who submits the bid with the lowest price, will be the apparent
successful bidder for the project.
Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to
the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth.
For additional information, please contact Peter Z. Lai, P.E., Engineer, RJN Group, Inc. at Telephone Number: (972) 437-
4300 or by email: plai@rjn.com or Roberto C. Sauceda, Project Manager, City ofFort Worth -Water Department at (817)
392-2387.
DALE A. FISSELER, P.E .
CITY MANAGER
Advertising Dates :
Thursday, March 11th, 2010
Thursday, March 18 1h, 2010
-By: ___ .,-.:.o~, .;;..'-'1----"""-+'-o-+.::vc...,..::..,__ ___ _
T · y Sholola, P.E
Water Department,
Engineering Manager
MARTY HENDRIX
CITY SECRETARY
Special Instructions To Bidders
(Water Department)
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder 's respon sibility 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 stat ement 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 stat ement 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
qualifi cation 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 ofnot 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.
4. WAGE RATES:
Section C3-3. l 3 of the General Conditions is deleted and replaced with the following:
06/04/03
(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 ofD-3 Right to Audit 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 Governrnent,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with the
employment, advancement or discharge of employees or in connection with the terms, conditions or
privileges of their employment, discriminate against persons because of their age except on the bases of
a bona fide occupational qualification, retirement plan or statutory requirement.
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
06/04/03
advertisements for employees to work on this contract, a maximum age limit for such employment
unl ess the specified maximum age limit is based upon a bo na fide occupational qualification , retire ment
plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend , indemnify and hold City
harmless against any c laims 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 Disabiliti es Act of 1990
("ADA"), Contractor warrants that it and any and all of its sub contractors will not unlawfully
discriminate on the basis of disability in th e provision of services to the genera l public , nor in th e
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,
ind emnify and hold City harmless against any claims or allegations asserted by third parti es or
subcontractors against City a1ising out of Contractor's and/or its subcontra ctors' -alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City offort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the partic ipation of minority business
enterprises and women business enterprises in City contracts . A copy of the Ordinance can be obtained
from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,
SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM
and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE
FORM as appropriate. The Documentation must be received by the managing department no later than
5 :00 p.m ., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from
the appropriate employee of the managing department to whom delivery was made . Such receipt shall
be evidence that the documentation was received by the City. Failure to comply shall render the bid
non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the
contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to
false statements. Further, any such misrepresentation of facts ( other than a negligent misrepresentation)
and/or commission of fraud will result in the Contractor being determined to be irresponsible and
barred from participating in City work for a period of time of not less than three (3) years.
12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period .
b . Payment of the retainage will be included with the final payment after acceptance of the project as
being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been completed.
06/04/03
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 .
06/04/03
City of Fort Worth Minority/Women
Business Enterprise Policy
FORTW"ORTH "--, w ~ City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25 ,000 , the M/WBE goal is not appl icable . l
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is 15 % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department , within the following times allocated , in order
for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MWBE documentation
in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall
be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted.
1. Subcontractor Utilization Form , if goal is
met or exceeded :
2. Good Faith Effort and Subcontractor
Utilization Form, if participation is less than
stated goal :
3. Good Faith Effort and Subcontractor
Utilization Form , if no M/WBE participation :
4. Prime Contractor Waiver Form, if you will
perform all subcontracting/supplier work :
5. Joint Venture Form , if utilize a joint venture
to met or exceed oal.
received by 5:00 p.m., five (5) City business days after the bid
opening date , exclusive of the bid opening date .
received by 5:00 p.m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
received by 5:00 p.m ., five (5) City business days after the bid
opening date, exclusive of the bid opening date .
received by 5:00 p.m., five (5) City business days after the bid
opening date, exclusive of the bid opening date.
received by 5:00 p.m ., five (5) City business days after the bid
opening date , exclusive of the bid opening date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11/11/05
J
FORT WORTH
-~
PRIME COMPANY NAME:
Cn~,.-L.CC LJ
City of Fort Worth
Subcontractors/Suppliers Utilization Form
Page 1 of 4
Check applicable block to describe prime
M/W/DBE X NON-M/W/DBE
BID DATE
Sanitary Sewer Rehabilitation, Contract LVIII (58) -Part 3 OJ.f 08 dJ._
City's M/WBE Project Goal:
15%.
Prime's M/WBE Project Utilization :
%
PRO ECT NUMBER
P254-703170106088 DOE #6040
Identify~ subcontractors/suppliers you will use on this project
M/WBEs listed toward meeting the projict 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 , Ell is, Kaufman and Rockwall counties.
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
Rev . 5/30/03 -·-------------
'I
I
FORT WORTH
~
ATIACHMENT1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs .
Please list M/WBE firms first , use add itional sheets if necessary .
SUBCONTRACTO~SUPPLIER
Company Name
Address ·
Telephone/Fax
ROBERT GRANADOS TRUCKING
e M
r B
E
5412.Kingslink Circle V'
fo~t Worth, Texas 76H5 .. ,
(8 17) 237 -3520
COWTO:WN REDI-MIX
PO Box 162327
Fort Worth; Texas 76161
V (817)759-1919 f(817)759-1716
Roadrunner Traffic Suppl y, Inc .
3200 Marquita Drive .
·I vv
FortWorth,Texas76116 / v
V ,/
phone : 817 -244-0305 v
fax: 817-244-4819
MJ PIPELINE INSPECTION, INC. '
PO Box 85 1
Granbury, TX 76048-0851
Melanie Benewald (817)946-1126
SUN COAST RESOURCES INC.
Teri Bateman
PO Box 972321
Dallas, Texas 75397
V (800)677-3835 Xo55
HD SUPPL y WATERWORKS, Lt~.
PO Box 840700 ', ,
Dallas, Texas 75284
(8 17) 595-0580
I
I
/
V
V
V
..
.
Detail -
Subcontracting Work
'(V T nspGtlion
Of Lines
Detail
Supplies Purchased
e.o (1(,re-le ,
·Redi Mix
1 y--o. ff i c.
C.oY\fiV)
Sl...\pp1,£S
Dollar Amount
$ ~I' J.oo.co
Rev. 5/30/03
,...
r
i
fORTWORTH ----..,...--
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e ., Minori ty, Women and non-M/WBEs.
Please list M/WBE firms first , use additional sheets if necessary .
Certification N
(check one ) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail -
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
Aspha If $ ~,;i_co.oO
JLB Contracting, LLC
P O Box 241 3 1
Fort Worth, Texas 76 124
J
V
(8 17) 261 -2 99 1
V
;p;pe ,Pi~ ¢ 5, goo. oo
RINKER MATERIALS \I/ f; .,r,~s d-
P O Box 730197 I Dallas, T exas 75 373 -0 197 va tve-s
(8 17) 49 1-4 32 1
-
---
'·
Rev. 5/30/03
-·----·--------· -------·· ----~--
,·
J
/"'\I I /"'\VI IIV IL-1'41 Ir\
Page 4 of 4
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ IJ.. .3 '100, 00
,
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ I'/ 3, 55;.-00
,
TOT AL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ ~/.p0 05700
. ! By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upor( request,
complete and accurate information regarding actual work performed by all subcontractors, l 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 ~!low the
transmission of interviews with owners, principals , officers, employees and ~pplicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work . . . . ---. '
performe.9 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-d~barment
from City work for a period of not less than three (3) years and for initiating action under Federa l; State or
Local laws concerning false statements. Any failure to comply with this ordinance and create ~ material
breach of contract may result in a determination of an irresponsible Offeror and barred from partiqipating in
City work for a period of time not less than one (1) year. !
f
Printed Signature
+-
Title
~:\SQ< (1YJ~+rucl i Dvi \)( 1 LP
Company Name
f£oJ):)x \F5~i-t~ ·
Address
Eo{t \JJe2-lbh\~ l\t/19
City/State/Zip t '
'',
~ev. 5/30/03
, , , ,
,
~
1
1
1
1
1
FORT-WORTH -"'---•. ~
Pfi1ME COMPANY NAME:
lbr'O-\se Y
PROJECT NAME:
City of Fort Worth
Good Faith Effort Form
Sanita Sewer Rehabilitation , Contract LVII I (58) -Part 3
C ity's M/WBE Project Goal : PROJECT NUMBER
15% P254-703170106088 DOE #6040
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe -
BID DATEO
__ If the bidder's method of compliance with the M/WBE goal is based upon demonstration -of a
"good faith effort", the bidder wHI have the burden of correctly and accurately preparing and _
submitting the documentation req .uired by the City.· Compliance with each item, 1 thru 6 below,·
·• shall satisfy the 'Good _ Faith Effort requirement absent proof of . fraud, intentional and/or
knowing misrepresentation the facts or intentional discrimination by the bidder.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT UST NAMES
OF FIRMS) On Combined Projects; list each subcontracting and or supplier opportunity through the _
znd tier. . .
(Use additional sheets, if necessary)
List of Subcontracting Opportunities _ List of Supplier Opportunities
Rev. 05/30/03
~-------------------
1
11 I
l
. /.
_,
I
I
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
VVes
___ No
Date of Listing 03 I JS t_j_[)_
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
~Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
__ No
;
4 :) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened? · · -· I
I
_Lves (If yes, attach list to include name of M/WBE firm, person contacted , .phone number and date and time of contact.) . . . ·.. -.. -. . . ; ·. -. I __ No
i
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the lotation of rv:: and specifications in order to assist the M/WBEs? . l
__ No '
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be _ in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected ;and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and in:spection
of any relevant documentation by City personnel. ·
(Please use additional sheets, if necessarv, and attach.) !
Company Name Teleph9ne Contact Person ScDpe of Work Reason for Rejection
.. J' 0 0 r• • I Ji. od ~() J-h,-,,4 ! r 11 n r _ .., ! --!
j
:
'
, .
;
R~v. 05/30/03
~i
,,. , , , . .
I
,
~ . . .
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
T he bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company . that will substantiate the .actual work performed on this
contract, by an authorized officer .or employee of the City .
. · . .
Any . intentional .. arid/or·· knowing misrepresentation of facts . will be grounds for
terminating the contractor debarment from City work for a period of not less than three
.. (3)~ years and for initiatfr1g ·a:cfio~_under FederaJ,_ State or Locat laws concernJrig false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may . result .in a det_ermination of an irresponsible offeror and barred from
· participating in City work for a period of time not less than one {1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE{s) listed in
Attachment 1 C will be .contacted and the reasons for not using them will be verified by
the City's ~Offic
Printed Sig;ture .
?:nvY)Q J '
Title
(1ruts-e r{1Y1 ~111 ct~ iY1 \)(, LP
Company Name
Contact Name and Title (if different)
i1J-6:±f-{]q':). f:l]~:Jd-9fi5tp .
Phone Number F~x Number
-B o:1:u" . I 'c)lJL{ 8 . ' . .
~8f£)£@Cora±s.er. codL
ail Add ess
oW:loi/;to,o
Address \
fo4 \ 1Jo Jbn '-( 6 1 l, 11 q
City/State/Zip c Date I · ,
Rev . 05/30/03
----·-------
CONATSER CONSTRUCTION TX, LP
P;O. Box 15448
Fort Worth, Texas 76119
(817) 534-1743 fax (817) 534-4556
April 8, 2010
City of Fort Worth
Disadvantaged Business Enterprise
1000 Throckmorton Street
FortW01ih, Texas 76102
RE: Sanitary Sewer Rehabilitation -Contract LVIII (58), Part 3
Sewer Project No.: P254-70317010 6088
DOE No.: 6040
City Project No.: 01060
In the City of Fort Worth, Texas
Below is a list ofresponsible Subcontractor/Supplier quotes received on the referenced project.
These quotes reflect having a complete bid, insurance, and quoting on or before 5:00 p.m. at least
day prior to bid opening.
Pipe,-Fittings & Valves
1) HD SUPPLY WATERWORKS, Ltd: $131,557 .00 817-595-0580 _
No M/WBE bids received.
2) Rinker Materials
No M/WBE bids received. $5,800.00 817-491-4321
Asphalt
1) JLB Contracting $6,200.00 817-261-2991
No M/WBE bids received.
The above information is strictly confidential and must not be bound to the Contract Documents.
Respectfully Submitted,
CONATS R CONSTRUCTION TX, LP
~
------------·
April 8, 2010
City of Fort Worth
CONATSER CONSTRUCTION TX, LP
P.O. Box 15448
Fort Worth, Texas 76119
(817) 534-1743 fax (817) 534-4556
Disadvantaged Business Enterprise
1000 Throckmorton Street
Fort Worth, Texas 76102
RE: Sanitary Sewer Rehabilitation -Contract L VIII (58), Part 3
Sewer Project No.: P254-70317010 6088
DOE No.: 6040
City Project No.: 01060
In the City of Fort Worth, Texas
Below is a list ofresponsible Subcontractor/Supplier quotes received on the referenced project.
These quotes reflect having a complete bid, insurance, and quoting on or before 5 :00 p.m. at least
day prior to bid opening.
Pipe, Fittings & Valves
1) HD SUPPLY WATERWORKS , Ltd. $131 ,557.00 817-595-0580
No M/WBE bids received.
2) Rinker Materials
No M /WBE bids received. $5,800.00 817-491-4321
Asphalt
1) JLB Contracting $6 ,200.00 817-261-2991
No M/WBE bids received .
The abov e information is strictly confidential and must not be bound to the Contract Documents .
Respectfully Submitted,
CONATS R CONSTRUCTION TX, LP
----------·----------
March 22, 2010
Conatser Construction TX, LP
P. 0. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
FAX: (817) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00321201
We are soliciting bids from Certified and Approved M.B .E . and W.B.E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
SANITARY SEWER SYSTEM REHABILITATION -CONTRACT LVIII (58), PART 3
Sewer Project No: P254-703170106088
DOE#: 6040
Citv Project No. #01060
PROJECT BID DATE: April 8, 2010
WESTERN IDLLS LIFT STATION -REPLACEMENT PROJECT
Water Project No: 01316
DOE#: n/a
City Project No. n/a
PROJECT BID DATE: April 8, 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewe d at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas .
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278, as amended by City Ordinance No . 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids
will be considered non-responsive.
We appreciate your interest in this project and look forward to working with you in the future. If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556.
Bertha Gianulis
Controller
March 22 , 2010
Conatser Construction TX, LP
P. 0. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
FAX: (817) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00179102
We are soliciting bids from Certified and Approved M.B.E. and W .B.E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
SANITARY SEWER SYSTEM REHABILITATION -CONTRACT LVIII (58), PART 3
Sewer Project No: P254-703170106088
DOE#: 6040
Citv Project No. #01060
PROJECT BID DATE: April 8, 2010
WESTERN IDLLS LIFT STATION -REPLACEMENT PROJECT
Water Project No: 01316
DOE#: n/a
Citv Project No. n/a
PROJECT BID DATE: April 8, 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas.
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids
will be considered non-responsive. ·
We appreciate your interest in this project and look forward to working with you in the future. If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556.
Bertha Gianulis
Controller
March 22, 2010
Conatser Construction TX, LP
P. 0. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
FAX: (817) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00162306
We are soliciting bids from Certified and Approved M.B.E. and W.B.E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
SANITARY SEWER SYSTEM REHABILITATION -CONTRACT LVIII (58), PART 3
Sewer Project No: P254-703170106088
DOE#: 6040
City Project No. #0106 0
PROJECT BID DATE: April 8, 2010
WESTERN HILLS LIFT STATION -REPLACEMENT PROJECT
Water Project No : 01316
DOE#: n/a
City Project No. n/a
PROJECT BID DATE: April 8, 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P . 5327 Wichita Street, Fort Worth, Texas.
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids
will be considered non-responsive.
We appreciate your interest in this project and look forward to working with you in the future . If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556 .
Bertha Gianulis
Controller
DBE
DBE ID# FIRM ADDRESS CITY STATE ZIP PHONE FAX LETTER
March 23 , 2010
00162 306 AEI 1107 Arwine Court, Suit e# 100 Eu less TX 76040 (817) 268-138 1 (81 7) 268-192 1 y
00162306 820 Env ironmenta l, Inc. 3 l 03 Clear Lake Court Arlington TX 760 17 (8 17) 467-7006 (8 17) 465-6149 y
00162306 DFW Intrastrncture, In c. 4913 Briar Patch Lane Burleson TX 76028 18887399070 (8 17) 332-7244 y
00162306 Magnum Manho le & Underground Co. 3828 Caval ier Drive Ga rl and TX 75042 (2 14) 687-2293 (972) 276-53 18 y
00162306 NTP Plumbing & Utilities Contrac tor POBOX2 11 0 Fo rt Worth TX 76 104 (8 17) 483-6200 (817) 483-6203 y
00179102 Ram Tool & Supply Co mpany, In c. 14 32 Mac Arthur Dr. Carrollt on TX 75007 (8 17) 759-1993 (817) 759-2799 y
00321201 All-Tex Pipe & Supply, Inc . 5205 Elli ott Reeder Road Haltom City TX 761 17 (8 17) 831-3821 (817) 831-2173 y
00321201 Ceco Sales Co rpora tion 708 N . Main Street Fort Worth TX 76 154-0 (817) 429 -1 866 (817) 332-5 103 y ~,..,
00321201 LKT & Assoc iates PO BOX 668 Meli ssa TX 75454 (214) 544-0440 (214) 544-3684 y
00 321201 Romar Supply, In c. 2468 Fa bens Road Dallas TX 75229 (214) 357-2020 (2 14) 357-1398 y
00321201 Thomp son Bearings & Power Tran smi ss ion LLC P O BOX 222261 Dallas TX 75062 (972) 8 12-0878 (972) 8 12-0877 y
00321201 THT Electric Company, Inc . OBA THT 2999 N. Slemmons Fr wy Lew isv ill e TX 75077 (972) 979-3204 ( 469) 322-2668 y
00321201 Tower Well Resources, LLC PO BOX 164 1 Coll eyv ill e TX 76034 (817) 849-1577 (8 17) 485 -1 677 y
00321201 Winston Wa ter Cooler, LTD. 50 14 Mark N Parkway Fo 11 Worth TX 76 10 6 (817) 624-9090 (817) 624-1 74 7 y
23-Mar-10
Send Log
Status AtType PrioriName Date Pa ... CoSu ... Phone Number/C ...
o mp lete Fa x Send A E I Tu e 3/23/2010 4 :11 PM 2 8172681921
omplete Fax Send 820 Environmental , Inc. Tue 3/23/2010 4 :14 PM 2 8174656149
..9 mplete Fax Send Co natser Construction , Inc. te Tu e 3/23/20:10 4:1 7 PM 2 81 75344556
omplete Fax Send DFW lntrastructure , Inc. T ue 3/23/2010 4:19 PM 2 8173327244
omp lete Fax Send LKT & Associates Tue 3/23/2010 4 :20 PM 2 2145443684
Fa x Se nd Magn um Manhole & U ndergro u ... T ue 3/23/2010 4 :22 PM 2 9722765318
Fa x Send Ram T ool & Supply Company, Inc T ue 3/23/2010 4:24 PM 2 8177592799
Fax Send Romar Supply, Inc. T ue 3/23/20 10 4 :27 PM 2 2143571398
Fax Send Thompson Bearings & Power Tr ... Tue 3/23/2010 4 :28 PM 2 9728120877
Fax Send TH T El ectric Company, In c . D Tue 3/23/201 0 4:31 PM 2 4693222668
Fax Send Winston Water Cooler, LTD . Tue 3/23/2010 4 :34 PM 2 8176241747
Fa x Send Ceco Sa!es Corporation Tue 3/23/201 C 4:37 PM 2 8173325103
Fax Send NTP Plumbing & Uti lities Contr Tue 3/23/2010 4:39 PM 2 8174836203
Fax Send All-Tex P ipe & Su pply, In c . Tue 3/23/20 10 4 :43 PM 2 81783121 73
Fa iled Fa x Sen d T ower Well Reso urces , LLC T ue 3/23/20 10 4:45 PM 2 8174851677
°7€L~ V Fr+ ..,c.. ~ 14-~'-c::=' 6 I$ GD ..,_,-,<..1 i;; <!-7 ~~ ~ s -:i.s -/c::>
"
Pag e 1
Conatser Construction, TX., LP
Tel : 817-534-1743
Fax: 817-534-4556
To : Inc. te Conatser Con struction
Company:
Fax Number : 8175344556
!subject:
Pages includihg cover page : 2
MESSAGE
FAX COVER
-
From: Bertha Gianulis
Company : Conatser Construction
Fax Number: (817) 534-4556
Time : 4: 10 :!;>8 PM Date : 3/23/2010
We are soliciting bids from Certified and Approved MB E and WB E
enterprise companies for projects within the City of Fort Worth, Texas.
The following letter outlines the details.
Thank You for your interest.
WinFax PRO Cover Page
CONATSER CONSTRUCTION TX., L.P.
March 22, 2010
P. 0. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
(817) 534~4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
We are soliciting bids from Certified and Approved M.B,E. and W.B.E . Enterprise companies who wish to
quote lJS ·sub~prices on th~ following project[ s]: -. . ' ·. .
SANITARY SEWER SYSTEM REHABILITATION-: CONTRACT L VIll (58), P ART3
Sewer Project No: P254-703170106088 · · ·
DOE#: 6040 ..
City Project No. #01060 ·
. ' ~ .
PROJECT BID DATE:. April 8, 2010
WESTERN HILLS LIFT STATION -REPLACEMENT PROJECT
Water ProjectNo: 01316
DOE#: n/a
City Project No. n/a
PROJECT BID DATE: April 8, 2010
Specifications and Contract Documents for this project [ s J may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas
or can be viewed at Conatser Construction tx., L.P . 5327 Wichita Street, Fort Worth, Texas .
All Subcontractors must have a Certificate of Insurance on file 'l'iith us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond .
All Subcontractors will be required to comply with Provision 5159-Aof"Vemon's Annotated Civil
Statutes " of the State ofTexas with respect to the payment of prevailing wage rates and City Ordinance No .
7278 , as ainended by C1ty Ordinance No . 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29),
prohibiting discrimination in employment practices .
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 P.M.; otherwise bids
will be considered non-responsive.
We appreciate your interest in this project and look forward to working with you in the future , If you have
any questions or comments regarding the above, please call me at (817) 534-1743 . Our Fax Number is
(817) 534-4556 .
Bertha Gianulis
Controller
'.,.!::f._ ~ I.II 4
Part B -Proposal
04 /07 1 2010 10:58 972 4 372707 RJtsl GROUP INC P AGE -04704 'jJ o , (
PART B -PROPOSAL
(This proposal must not be removed from this book of Contract Documents.)
-
TO: Dale A. Fisseler, P.E. FROM : (Bidder's Name)
City Manager
Fort Wmth , Te xas
FOR: Sanjtary Sewer Rehabilit.ation
Contract L VllI (58) -Part-3
Project No. }?254-703170106088
DOE# 6040, File# X-20875, City Project# 01060
(Address)
Pursuant to the foregoing ''Notice to Bidders," the undersigned .Bidder, having thoroughly
examined the plans 1 specifications, and the site, understands the amount of work to be done and
hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to
fully complete the work as provided in the Plans and Specifications, and subject to the inspection
and approval. of the Director, Water Depart:mentof the City of Fort Worth. ·
Upon acceptance of this proposal~ the bidder is boun.d to execute a contract and furnish
Performance and Payment Bond_ approved by tl1e City of Fort Worth for performing and
completing the said work within the time stated and for the following sums t~-'Wit:
PAY BTD APPROX. DESCRIPTION OF lTEMS WITH BID UNIT AMOUNT
JTEM ITEM NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID
Furnish and Install complete in pl ace, including all appurtenant work , the following items:
1. BID 00268 3 ,650 LF *Pipe -Sewer -15 lnch -SDR35 (All Depths )-
Install , per linear foot
-'"' u--6 /Atr1Y £~1 1 Dollars t--Jtjg s.tS: ~1F-rr Cents $ J8 $
'
2. BID 00259 30 LF *'Pipe -Sewer-12 Inch-SDR35 (A ll Depths )-
Inst.ail , per linear foo t
7 £ f J,-1 1 F, J/.f 0 0 ., ..
Dollars ----
Cent s $ ..J .5 $ I oS-tJ
/f-'S--
Proposal B-lR AMcndufu #1
iii
1
l
1
1
J
1
-1.:.
h
1[
1;
__ _i ••
1.i
i
~IJ
~,1
~IL ..
~I
~j]
,,.~ ;
. . ,: --.
PAY BID
ITEM . ITEM NO.
APPROX.
QUANTITY
Sanitary Sewer Rehabilitation
Contract L VITI (58) -Part 3
P254-703170106088
DOE #6040, File # X-20875
DESCRIPTION OF ITEMS WITH BID
PRICES WRITTEN IN WORDS
. .. . . -~ -
Furnish _and Install comple~e in_place, including all appurtenant work, the following items :
3 . BID 00350 160 LF *Pipe -Sewer -8 Inch -SDR26 (All Depths) -
Install, per linear foot
rb;r bt, Dollars
Cents . I\/'()
4. BID 00350 1,750 LF *Pipe -Sewer -8 Inch-Slip Li.riin.g-Ex.12"-
18 " Sewer -Install, per linear foot
· £'_5]hty-5 ;x, -· Dollars ·
Cents . NO ·.'··
.. ..
5. BID 00354 3,000 LF Sewer Service Li.rie -4" PVC -InstaU'. per linear ·
foot
-·· -:Cf::cty Dollars
Cents No
6. BID 00355 75 EA Sewer Service -4" Service Tap -Install, per each
. . ..
· 1-bcfce. bi.i..tJ dred Dollars
AIO Cents .
7. BID 00356 75EA Sewer Service -4" PVC -2 -way Cleanout -
Install, per each
....
... One buCJdreJ .g. !t~ Do llars
NO Cents
8. BID 00207 7EA Manhole -Drop -Std 4' Diam. -(to 6' Depth) -
Install, per each
...
.. •. 'lwu, tv-ejbt .k.1rJre<holl ars
JVt) · Cents
Proposal B-2
·uNIT AMOUNT
PRICE BID
..
$ 30 .oo $ · 9 g{JO. OtJ
..
. ••
..
-· .,. flt .o o /C:.,() _c; 00. OD $. $
I
. . ...
• .. 'l
$ 30.D() $ 9D DtJ6 .00
I
-
$' 300.00 $ 2 7 .t:::. (J(J,()0
$ . /5(),00 $ IJ2sao() ,
$ J f/!)(J.00 $ /9 t!JfJ .o o ,
P AY BID
IT EM ITEM N O.
APPRO X.
QUANTITY
Sanitary Sewer Rehabilitation
Contract LVIII (58)-Part 3
P254-703170106088
DOE #6040, File # X-20875
DES CRIPTION OF ITEMS WITH BID
-PRICES WRITTEN IN W ORD S
Furnish and Install complete in place, including all appurtenant work, the following items:
9 . BID 00208 30 VF Manhole -Drop -Std 4' D iam. -Added D epth
(Over 6 ' D epth) -Install, per vertical foot
Yo /u&t1.dr e.. d Dollars
A/0 Cents
10 . BID 002 13 20EA Manhoie -Std 4 ' Diam. -(to 6' Depth) -Install,
per each
2f;)_e_11 t II ~ ifi r C.l bunJr~Jn ollars .· ·.
. r ,,vo Cents
11. B ID 00214 lO OVF Manhole -Std 4' D iam. -Added Depth (Over 6 '
Depth) -Install, per vertical foot
. -
-Ooe h uod«J t . -Pf'/ Dollars
NO Cents ··
12. BID 002 11 150VF Manhole -Paint & Coating -Interior Protective
Coating -· Install, per vertical foot
Ov1e h uflcfrtj 5; Ktf D ollars
·. Alo Cents
13. B ID 00205 6EA Manhole -Abandon, p er each
2-el!.f.ll hat1drd £;-Pt.Ii D ollars
A/n · 1 Cents
14 . BID 00206 2EA Manhole -Remove , p er each
-rbll'e hu.tJJreJ D ollars
,</(J Cents
Proposal B-3
UNIT AMOUNT
PRICE BID
$ :zoo.oo $ i /JIJ0.00
$ 2300.00 $ lf {; !JO() .60
$ lso.oo $ JS !JfJO .tM
$ . lio.oo $ 2~. 000 ,0~
$ 7.so. oo $ l/.t::;OO.OIJ
$ 300. do $ ttJtJ tJO
---------'-----
~j
Jf
J-.i
j: r
JI. I
i,
l
Jl
' I
'
-' I
I :!
I
-Ii
I:
I\
J
,i q
[; .
'1
-,:ii,. :
_ ·11
1l
i
PAY BID
ITEM ITEM N O.
APPROX.
QUANTITY
Sanitary Sewer Rehabilitation
Contract LVIII (58) -Part 3
P254-703170106088
DOE #6040, File# X-20875
DESCRIPTION OF ITEMS WITHBID
PRICES WRITTEN IN WORDS
Furnish and Install complete in place1 including all appurtenant work, the following items:
15. BID 00198 27EA Collar -Manhole -32 Inch -Frame & Cover -
Install, per each
7hr,e.. ~ <Llldr~J Dollars
A//) Cents
16. BID 00218 . 27EA Manhole -Watertight Insert -Install, per each
£:.Pty Dollars
Cents ;u o
17. BID 00202 8,650 LF Inspection -Pre Construction Cleaning & TV-
Study, per linear foot
-
----~o --Dollars
f,. et 'I-Cents
18 . BID 00201 5,550 LF Inspection -Post Construction Cleaning & TV -
Study, per linear foot
--;IA)o D ollars
/1/0 Cents
19. BID 002 17 27EA Manhole ·-Vacuum Test -Services, per each
A ·.Pt~; D ollars
-·-Air')
I Cents
20. BID 00901 5,200 LF Pipe -Abandon and Fill with Flowable Material,
p er linear foot
ft)_{,{{:_ Dollars
.NO Cents
-.
Proposal B-4
--------------------------
UNIT AMOUNT
PRICE BID -
$ 300.00 $ g / {)(), {)C)
$ .50.CJo $ I 3so. oo
-
. $ . 2 .So $ 2 I 0i :2.S !JO
$ .2 . ()O $ II //JfJ.(JD
$ StJ .00 $ 1._~SD.00 .
$ 'f. OIJ $ 20 8atJ. oo
1 ,
J
1:
~ Ji
rre11 . I
11
P AY BID APPROX.
ITEM ITEM N O. _QUANTITY
Sanitary Sew er Reh abilitation
Contract LVIII (58)-Part 3
P254-703170106088
DOE #6040 , File # X-20875 .
DES CRIPTION OF ITEMS WITH BID
PRICE S WRITTEN IN WORDS -
Furnish and Install complete in p lace , including all appurtenant work, the following items:
21. B ID 00372 3 ,800 LF Tr ench Safety System (5' D epth) -Install, per
linear foot
-Jw.o Dollars
/t)('J Cents
22 . BID 01174 300 LF Cement Stabilized Backfill -Install, per linear
foot
F> £ te. ea ... Dollars
. /1/ () Cents
23. BID 00423 1,000 LF Curb & Gutter -Install, per linear foot
-.. · fu.1eoty Dollars
Cents ·. . /1/0
24 . BID 00442 3,400 LF Pavement -2 Inch HMAC on 6 Inch Flex Base -
Temporary -Install, per linear foot
656-t ' D ollars
Cents A/0
25. BID 00443 1,700 SY Pavement -2 Inch Min HMAC on 2 /27 Concrete
B ase (STR-028) -Install, p er square yard
16icty-et'Jb± D ollars
Cents . AIIJ ..
26 . BID 00450 50 SY P avement -6 Inch Con crete -Install. per square
yard
£t?r: ty D ollars
Cents • II"\
'·
Proposal B-5
UNIT AMOUNT
PRICE BID
$ 2 .00 $ 7 faOO .{JO
$ 1s:oo $ . l/. 50 {). ()/)
•.
$ 20.Do $ 2-D Ooo. oo
$ 8 IJO $ 27 :200.00 ,
.$ 3fl. {JO $ t 'J fn O 0. O(J
$ lfo . oo $ 7 (JfJtJ .Oo
------·------------
__,
I
J
~
J
J
,
1
~ I
l
I
P AY BID
ITEM ITEM N O.
APPROX.
QUAN TITY
Sanitary Sew er Rehabili tation
Contract LVIII (58)-Part 3
P254-703170106088
DOE #6040 , File# X-20875
DE SCRIPTION OF ITEMS WITH BID
PRICE S WRITTEN IN WORDS
Furnish an d Inst all complet e in p lace, in cluding all a ppurten ant work, th e foll owin g it ems:
27. BID 0040 1 15 0 SY D riveway -Install, p er square yard
Eorty-f-,'ve, Dollars
Cents /1/o
28. I B ID 00064 20 CY Chann el -Trapezoidal -Install, per cubic yard
FQrt-v. D ollars
,,Jo Cents
29. B ID 00 135 500 SY Grass -Seeding -Install, per square yard
AIQ Dollars
£,~Uy Cents
--
30. BID 00099 1 L S St orm Water Pollution P revention Plan < 1 Ac
-Install, p er lump sum
r:-: Ile. b u.n dred Dollars
/1.) () Cents
3 1. BID 0 11 89 1 LS Signal -Traffic Control -D es ign & Provide -
Install, p er lu mp su m
~;25;. tbQU. Sa.BJ Dollars
/\/1') Cents
32 . BID 0054 1 4 EA D eho l e -5 t o 10 Ft D epth -Stu dy, per each
,CQf.t,[. hutJdceJ D ollars
A/r'J Cents
Proposal B-6
UNIT AM OUNT
PRIC E BID
$ 'ls.oo $ ~ 750.00
'
i
' ' '
$ l/ 0. Oo $ 8()0 .oo
l
i
~
t
!
1
$ .50 $ ;R S0.00
' ' !
1
'
l
! ;
~
i
i
l
$ 500.fJ{) $ S bo.oo
l
!
' !
i .. !
i
$ C:>, (Joo. ~o $ C,,,lo oo .o()
l
I
~
' ' i
~
j
$ ttoo. oo $ ~&0/J.tlO
i
i
11
iii\
l
i '.~ ., ,,:
I .J
'.]
,i.l .I
j
.. ,. ,,,
f}
PAY BID APPRO X.
.ITEM ITEM NO. QUAN TITY
Sanita ry Sewer Rehabilitation
Contract L VIII (58) -Part 3
P 2 54-703170106088
DOE #60 40, Fil e # X-2 08 75
DES CRIPTION OF ITEMS WITH BID
PRIC ES WRITTEN IN W ORD S
UNIT
PRICE
Furnish and Install complete in place, including all appurtenant work, the following items:
33. B ID 00431 1000 SY Pavement -Additional H MAC Pavement Repair
Beyond Trench Width -Install, per square yard
,t:; Ve,,. D ollars 5 .00 A/n . Cents $
..
Total A mount * $ 7l/7,l/50 .00
I
$
ieve-n bundr ,d{or ty --sev ~n
~I 110/0 0
'-f' I..L t, OLLA-Rs
(In Writing)
* T h is total to be read at B id Openajg.
Proposal B-7
AMOUNT
BID
5,()IJfJ.CJO
i
t
Ji:
;11:
f
,
i.
l ,~·. .
i
1-·
.
1
1
PART B -PROPOSAL (Continued)
Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver
an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance
of 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.
The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and
General Specifications for Water Department Projects dated January 1, 1978 , and that he has read and thoroughly
understands all the requirements and conditions of those General Documents and the Specific Contract Documents
and appurtenant plans.
The undersigned as sures that its employees and applicants for employment and those of any labor organization,
subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are
not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance
No. 7400 .
(Complete A or B below, as applicable :)
A. -The principal place of business of our company is in the State of ____ _
Nonresident bidders in the State of , our principal place of business , are required to be
____ percent lower than resident bidders by state law. A copy of the statue is attached.
Nonresident bidders in the State of _____ , our principal place of business, are not required to
underbid resident bidders.
® The principal place ofbusiness of our company or our parent company or majority owner is in the State of
Texas.
This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20 .04
(F) of the Jexas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or
incorporated into the project construction, are subject to State sales taxes under house Bill 11, enacted August 15,
1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges
contractor at the time of executing the contract.
The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete
construction within ~ calendar days after the beginning of construction as set forth in the written order to be
furnished by the Owner. This project is included in the Administrative Order issued by the U .S. Environmental
Protection Agency, and contract completion within the above stipulated contract time will be strictly enforced.
I (we) acknowledged receipt of the following addenda to the plans and specifications, all of the provisions and
requirements of which have been taken into consideration in preparation of the foregoing bid:
v;\ddendum No . 1 (Initials)~ Respectively sub itte<l; . TX.
Addendum No. 2 (Initials) Co11a:tse Ol'l5cl'v.d"Pri
Addendum No. 3 (Initials)
Addendum No. 4 (Initials)
.P.
..fec:cy Cena t~,c; kes,deat
Address: P.O. Box f5VYR
Fot"t !AJo,--t-~ T'( ')fol 17
(SEAL)
Date:O~ \ 0'61 -~o \0 Telephone: -~=!~7~--5~3~1./--/~Z~l/~3~-
Proposal B-8
--~----------------
,
1 ...... --
1
1
ti
~,:1
1\
... •.:;
Sanitary Sewer Rehabilitation
Contract LVIII (58) -Part 3
P254-703170106088
DOE #6040, File# X-20875
CITY APPROVED METHOD AND APPROVED PRODUCT FOR*,** AND***
_* CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED
StandazNo.:.
I E1-31
V
____ E1-25
____ E1-27
E1-28 ----
____ E100-2
Size
4" through 36"
4" through 15"
4" through ·15"
18" through 48 "
18" through 48"
Consult with "City of Fort Worth, Texas Standard Product List" to obtain the GenericfTrade Name and
the Manufacturer for the pipes listed above .
. ** C~ractor to indicate Pipe Enlargement Method being used:
/ PIM Method Name of Subcontractor: /lt1,I{ ~j /Jeifr &51 ---
___ T.R.S . System
___ McConnell Meth.od
Name of Subcontractor:· -~---------~
Name bf Subcontractor:------------
Note: Only tee service connections will be allowed.
*** CONTRACTOR TO INDICATE TRENCHLESS METHOD, IDENTIFY APPROVED LINER PROCESS, AND PROVIDE
NAME OF CONTRACTOR FOR INSTALLATION:
~ Cured-in-Place Pipe (CIPP)
(Approved GIPP Liners: lnsituform ;
National Liner; and lnliner) ··
___ · Fold and Form Pipe (FAFP)
(Approved FAFP Liner : U-Liner)
I /-it /l ~! }5..r;(lr fov.r1. ---------Approved GIPP Liner Name of Contractor for Installation
----=--=-=-----I __________ _
Approved FAFP Liner Name of Contractor for Installation
Failure to provide the information required above may result in rejection of bid as non-
responsive.
Only products listed above will be allowed for use in this project. Any substitutions shall ·
result in rejection of bid as non-responsive
I
:-;·'
' ,-,
~\ ,,
1 , , , ,
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements , supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors . to do so will automatically
disqualify that bidder. Resident bidders must check the bcix in Section B.
A. Nonresident vendors in . (give State), our principal place of .
.. business , are required to be . percent lower than resident bidders
by State law. A copy of the Statute is attached.
Nonresident vendors in . (give State), our principal
place of business, are not required to underbid resident bidders .
. B. Our principal place_ Qf business or corporate offices are in the State of Texas.~
BIDDER:
Address
ti){ t:. UJ '0~ :th =:TX J lD \ .\9
City/State/Zip ' ·
sy t 1£.y: < i, Cooo.-tse c
( lease print)
Title: ~Ce!c::,~ dQ () t
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
--·---------. -·---·
Part C -General Conditions
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl-1.4
Cl-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-J.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
OCTOBER 19, 2009
. TABLE OF CONTENTS
DEFINITIONS Cl-1 (1)
Definition of Terms Cl-1 (1)
Contract Documents Cl-1 (2)
Notice to Bidders Cl-1 (2)
Proposal Cl-1 (2)
Bidder Cl-1 (2)
General Conditions Cl-1 (2)
Special Conditions Cl-1 (2)
Specifications Cl-1 (2)
Bonds Cl-1 (2)
Contract Cl-1 (3)
Plans Cl-1 (3)
City Cl-1 (3)
City Council Cl-1 (3)
Mayor Cl-1 (3)
City Manager Cl-1 (3)
City Attorney Cl-1 (3)
Director of Public Works -Cl-1(3)
Director, City Water Department Cl-1 (3)
Engineer Cl-1 (3)
Contractor Cl-1 (3)
Sureties Cl-1 (4)
The Work or Project Cl-1 (4)
Working Day Cl-1 (4)
Calendar Days Cl-1 (4)
Legal Holidays Cl-1 (4)
Abbreviations Cl-1 (4)
Change Order Cl-1 (5)
Paved Streets and Alleys Cl-1 (5)
Unpaved Streets or Alleys Cl-1 (6)
City Street Cl-1 (6)
Roadway Cl-1 (6)
Gravel Street Cl-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.l
C2-2 .2
C2-2.3
C2-2.4
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
(1)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
C2-2.5 Rejection of Propos als C2-2 (3)
C2-2 .6 Bid Security C2-2 (3)
C2-2.7 Delivery of Proposal C2~2 (3)
C2-2.8 Withdrawing Propo sal s C2-2 (3)
C2-2.9 Telegraphic Modifications of Proposals C2-2 (3)
C2-2 .10 Public Opening of Proposal C2-2 (4)
C2-2 . l 1 Irregular Proposals C2-2 (4)
C2-2 .12 Disqualification of Bidders C2-2 (4)
C3-3 AW ARD AND EXECUTION OF DOCUMENTS :
C3-3.1 Consideration of Propos als C3-3 (1)
C3-3.2 Minority Business Enterprise/Women Business C3 -3 (1)
Enterprise Compliance
C3-3 .3 Equal Employment Provi sions C3-3 (1)
C3-3.4 Withdrawal of Proposals C3-3 (1)
C3-3.5 A ward of Contract · C3-3 (2)
C3-3.6 Return of Proposal Securities C3-3 (2)
C3-3.7 Bonds C3-3 (2)
C3-3 .8 Execution of Contract C3-3 (3)
C3-3.9 Failure to Execute Contract C3-3 (3)
C-3-3 .10 Beginning Work C3-3 (4)
C3-3.11 Insurance C3-3 (4)
C3-3.12 Contractor's Obligations C3-3 (6)
C3-3.13 Weekly Payrolls C3-3 (6)
C3-3.14 Contractor's Contract Administration C3-3 (6)
C3-3.15 Venue C3-3 (7)
C4-4 SCOPE OF WORK
C4-4.1 Intent of Contract Documents C4-4 (1)
C4-4.2 Special Provisions C4-4 (1)
C4-4.3 Increased or Decreased Quantities C4-4 (1)
C4-4.4 Alteration of Contract Documents C4-4 (2)
C4-4.5 Extra Work C4-4 (2)
C4-4.6 Construction Schedule C4-4 (3)
C4-4.7 Schedule Tiers Special Instructions C4-4 (6)
CS-5 CONTROL OF WORK AND MATERIALS
CS-5 .1 Authority of Engineer CS-5 (1)
CS-5 .2 Conformity with Plans CS-5 (1)
CS-5 .3 Coordination of Contract Documents CS-5 (1) -,
CS-5.4 Cooperation of Contractor CS-5 (2)
CS-5 .5 Emergency and/or Rectification Work CS-5 (2)
CS-5 .6 Field Office CS-5 (3 )
CS-5.7 Construction Stakes CS-5 (3)
(2)
C5-5.8 Authority and Duties of City Inspector
C5-5.9 Inspection
C5 -5 .10 Removal of Defective and Unauthorized Work
C5-5 .11 Substitute Materials or Equipment
C5-5.12 Samples and Tests of Materials
C5-5.13 Storage of Materials
C5 -5 .14 Existing Structures and Utilities
C5 -5 .15 Interruption of Service
C5-5.16 Mutual Responsibility of Contractors
C5 -5. l 7 Clean -Up
C5-5 .18 Final Inspection
C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6 .1 Laws to be Observed
C6-6.2 Permits and Licenses
C6-6.3 P atented Devices, Materials, and Processes
C 6-6.4 Sanitary Provisions
C 6-6.5 P ublic Safety and Convenience
C6-6 .6 Privileges f Contractor in Streets, Alleys,
and Right-of-Way
C6-6 .7 Railway Crossings
C6-6.8 Barricades, Warnings and Flagmen
C6-6 .9 Use of Explosives, Drop Weight, Etc.
C6-6.10 Work Within Easements
C6 .6 .11 Independent Contractor
C6-6.12 Contractor 's Responsibility for Damage Claims
C6-6 .13 Contractor's Claim for Damages
C6-6.14 Adj ustment or R elocation of Public Utilities, Etc.
C6-6.15 Temporary Sewer and Drain C onnections
C6-6 .16 Arrangement and Charges for Water Furnished by the City
C6-6.17 Use of a Section or Portion of the Work
C6-6.18 Contractor's Responsibility for the Work
C6-6.19 No Waiver of Legal Rights
C6-6.20 Personal Liability of Public Officials
C6-6 .21 State Sales Tax
C7-7 PROSECUTION AND PROGRESS
C7-7.1
C7-7.2
C7 -7.3
C7-7 .4
C7-7 .5
C7-7.6
C 7-7 .7
C7-7 .8
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
(3)
C5-5 (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)
C 7-7 (3)
C7-7 (3)
C7 -7 (3)
-'
C7-7.9 Delays C7-7 (4)
C7-7 .10 Time of Completion C7-7 (4)
C7-7. ll Suspension by Court Order C7-7(5)
C7-7.12 Temporary Suspension C7-7 (5)
C7-7.13 Termination of Contract due to National Emergency C7-7(6)
C7-7.14 Suspension or Abandonment of the Work C7-7 (6)
and Annulment of the Contract:
C7-7 .15 Fulfillment of Contract C7-7 (8)
C7-7.16 Termination for Convenience of the Owner C7-7 (8)
C7-7 .17 Safety Methods and Practices C7-7 (11)
C8-8 MEASUREMENT AND PAYMENT
C8-8. l Measurement Of Quantities C8-8 (1)
C8-8.2 Unit Prices C8-8 (1)
C8-8.3 Lump Sum C8-8 (1)
C8-8.4 Scope of Payment C8-8 (1)
C8-8.5 Partial Estimates and Retainage C8-8 (2)
C8-8.6 Withholding Payment C8-8 (3)
t
C8-8.7 Final Acceptance C8-8 (3)
C8-8.8 Final Payment C8-8 (3)
C8-8.9 Adequacy of Design C8-8 (4)
C8-8.10 General Guaranty C8-8 (4)
C8-8.11 Subsidiary Work C8-8 (4)
. C8-8.12 Miscellaneous Placement of Material C8-8 (4)
C8-8.13 Record Documents C8-8 (4)
(4) l
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A -NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
-(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
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 Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person, persons , firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a.
b.
C.
d.
C2-2.6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3 .7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents.
Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location, dimension and position of the
various elements of the project, including such profiles~ typical cross-sections , layout
diagrams, working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties .
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous.
C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas.
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern
of the City of Fort Worth , Texas.
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth , Texas, or his duly authorized representative.
Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
C 1-1 .17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
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
Cl-1 (3)
directly or through a duly authorized representative. A sub-contractor is a person, firm,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein .
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents , including but nqtJirnited 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
July4
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 arid 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.
Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defi ned as
a street or alley having one of the following types of wearing surfaces applied over the
natural u nimproved 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)
~ .
I
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 i~ 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,.: ..
Cl-1 (6)
f,
-
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 h@ · has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2 .2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2 (1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish . All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents.
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the.project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests,
explorations , and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required . All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any
alteration of words or figures, additions not called for, conditional or uncalled for
alternate bids , erasures , or irregularities of any kind, or contain unbalanced value of any
items. Proposal tendered or delivered after the official time de signated 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 awarde.9 J he 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 lowe st 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 canvas s of bids .
C2~2.7 DELIVERY OF PROPOSAL: No proposal will be considered unles s 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 tel egraphic
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 propo sal
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 pri~~.s quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating ' to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices . The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed forty-five (45) days after the
date of opening proposals , and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award.
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
have been determined for comparison of bids , the Owner may, at its di_s~retion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities; usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as ·
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
. or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
b. MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8 .10 .
c. PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in ·Article
C3-3 (2)
5160, Revised Civil Statutes of Texas, 1925 , as amended by House Bill
344, Acts 56th Legislature, Regular Session , 1959 , effective April 27,
1959 , and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under the se specifications. Payment Bond shall remain in force until all
payments as above stipulated are made.
d. OTHER BONDS: Such other bond s 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 execut~q by an approved
s_urety company doing bu siness in the City of Fort Worth, Texas, and which i s 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 s urety 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 ha s
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 ha s 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 bond s or to sign the required contract within ten (10 ) day s
after the contract is awarded shall be considered by the owner as an abandonment of hi s
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 Awardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a propo sal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3. l 1 INSURANCE: The Contractor shall not commence _ ~ork 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.
b.
C.
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.
COMPREHENSNE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500,000 covering each
occurrence on account _of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage .
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability (covers General Contractor's Liability for acts
of sub-contractors).
C3-3 (4)
2. Blasting, prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation tif
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 requirement s of
Contract).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
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 operation s.
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 Fort Worth. Tarrant County, Texas. Each such
agent shall be a duly qualified, one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth , or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth-
Dallas area . The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials, labor and services when due ..
C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the projecLat 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 proje1:t. 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 exc!~sively in Tarrant
County, Texas .
C3-3 (7)
, I
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 specifica_~l)_' 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 s.uch 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 _}?.egun 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, voucher s, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C) .
. Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work .
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i .e. file formats associated with the
scheduling software). The approved scheduling software systems for creating the
schedule files are:
Primavera (Version 6.1 or later or approved by OWNER)
Primavera Contractor (Version 6.1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules , as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration , resource allocation , and logic issues .
C4-4 (3)
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4 .6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work . The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any.
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines shall be adhered to in preparing tli.e baseline construction
schedule.
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements , and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline .
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity .
d . The critical path shall be clearly shown on the construction schedule.
e . Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration.
The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of
this contract document by reference for all purposes, the same as if copies verbatim
herein.
For each general activity, the construction schedule shall identify all trades or
subcontracts applicable to the project whose work is represented by activities that follow
the guidelines of this section .
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction, pre-acceptance activities, and
C4-4 (4)
events in their logical sequence for equipment and materials. Include applicable activities
and milestones such as:
1. Milestone for formal Notice to Proceed
2 . Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing ·
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall
prepare and submit monthly to the OWNER for approval the updated schedule in
accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document
inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and
record actual progress as described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a. The CONTRACTOR's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates , submitted in the time
and manner required by tbis specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
C4-4 (5)
C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion
of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR
shall take such action as necessary to improve his progress . In addition, the OWNER
may require the CONTRACTOR to submit a revised schedule demonstrating his program
and , proposed plan to make up lag in schedule progress and to ensure completion of the
Work within the allotted Contract time .
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature -and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the
contract documents. The requirements for each Tier are described below .
CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document
provided in the Contract Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the
scheduling software shall be cost-loaded .with the total contract dollars
associated with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2 . Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars . It is
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements, and additionally the following:
• Labor resources (Man-Hours) shall be loaded into the scheduling
software using the "LABOR" resource type with man-hours and
without cost.
C4-4 (6)
PART C -GENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5. 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.Jµlfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations, and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters;the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change Order.
C5-5 .3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications, special conditions shall govern over general conditions and standard
specification, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in the
C5-5 (1)
' .:
Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary · for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings, specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
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 necess<!ry 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 reque st the Contractor to take remedial action to correct the
condition. In the event the Contractor doe s not take positive steps to fulfill this written
reque st, or does not shoe just cau se for not taking the proper action, within 24 hours , the
City may take such remedial action with City force s or by contract. The City shall deduct
an amount equal to the entire c.osts 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 mean s 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, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not , however, be authorized to revoke, alter, enlarge , or release
any requirement of these Contract Documents , nor to approve or accept any portion or
section of th e work, nor to is sue any instruction s contrary tot he requirement s of the
C5 -5 (3 )
-
-
Contract Documents. The City In spector will in no case act as superintendent or foreman
or perform any other dutie s 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 direction s and
instruction s of the City In spector or Engineer when the s ame are con sistent with the
obligation s of the Contract Documents of the Contract Documents, provided , however ,
should the Contractor object to any orders or in struction s or the City In spector, the
Contractor may within six days make written appeal to the Engineer for hi s decision on
the matter in Contro versy.
C5-5.9 INSPECTION: The Contractor shall furni sh 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 EngineeI_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 material s used without suitable
supervision or in spection.
C5-5 . l O REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK: All work ,
materials , or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense . Work done beyond
the lines and grades given or as shown on the plans , except as herein specially provided,
or any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph , the Engineer will have the authority to cau se defective work to be
remedied or removed and replaced and unauthorized work to be removed , and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not con stitute
acceptance of such work.
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
propo sed sub stitute, 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 s uited to the same use and
C5-5 (4)
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense. Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the
Engineer, or as called for in the Contract Documents, tests of material_s _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
CS-5 (5)
-
-
all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works , provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in ~r~er to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight (48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
C5-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
l. Notify the Water Department's Distribution Division as to
location, time, and schedule of service interruption .
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
C5-5 (6)
b.
"NOTICE"
Due to Utility Improvement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ___ _
This inconvenience will be as short as possible.
Thank You ,
Contractor
Address Phone
Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate. ,
CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Cong-act.Qr 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 Contractor1 _ who shall indemnify and save
harmless the owner against any such claim.
CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedur:e, 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 which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project.
C5-5 (7 )
-
-
C5-5 .18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification . After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
C5-5 (8)
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers , agents , and employe~s 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 iri
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 drivew_~y 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 writiqg 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 contacttJ:ie 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 i;esponsibility 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 of any
C6-6(4)
activity which might damage or endanger their or hi s 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 explo sives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6 .10 WORK WITHIN EASEMENTS: Where the work passe s over, through , or into
private property, the Owner will provide such right-of-way or ea sement 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 provic;!efl by him at his
expense. Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property .
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress, shrubbery, plants , lawn s,
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 land s of interest in lands which might be affected by the work . Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation ,
company, individual, or other, either as owners or occupants , whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act , omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work , or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing , rebuilding , or otherwise
C6-6(5)
-
-
,._
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all _times to prevent
livestock from entering the construction area . The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore, no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nuisance or hazardous condition results,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6 .6 . 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 cau ~ed, 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 , li~~_nsees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as -evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made . At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may , if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage , make a written
statement to the Engineer, setting out in detail the nature of the alleged damage , and on or
before the 25 1h day of the month succeeding that in which ant such dam~ge is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and , upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages .
C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers . The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions .
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-l.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as ·
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work SQ put into use, due to defective
materials or workmanship , equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6. l 9 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents . Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents .
C6-6(9)
-
......
-
.....
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth ,
and organization which qualifies for exemption pursuant the provisions of Article 20 .04
(H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said
exemption certificate to comply with State Comptroller's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall. l:,e subject to and
shall comply with the provision ·Of State Comptroller's Ruling .011, and any other
applicable State Comptroller's rul ings 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 i s in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title , or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled , unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
-
The sequence requested of all construction operations shaU 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 operntions shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who, in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful, intemperate,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working day~ 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 S1t!urday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires.
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
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
tiJ?e because of inclement weather will not be considered . A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer .indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents ,
then the contract time mat be increased by Change Order.
C7-7. 9 DELAYS: The Contractor shall receive no compensatio_n 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 ref erred 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 entitlethe 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 AM OUNT 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 understan d 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 C ontract
Documents wo uld be incapable or very difficult t o calcu l ate due to lack of acc urate
information, and that the "Amount of Liquidated Damages Per D ay", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7 .11 SUS PENSIO N BY COURT ORD ER : The Contractor shall su spend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of s uch co urt order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to susp end
the work operation wholly or in part for suc h period or periods of time as he may deem
necessary due to uns uitable 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. D uring 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 THETlME OF COMPLETION, and shou ld 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 sha11 be a11owed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations .
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days , the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the ~ngineer 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)
I
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.
g.
h.
1.
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.
Failure of the Contractor promptly to make good any de_f~ct 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.
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.
A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the
· contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
C7-7(7)
......
-,
-
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools ,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials , tools, equipment, and all expenses incidental
thereto . The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to OQtilin 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)
claim, demand or suit shall be required of the Owner regarding such
discretionary action
B. CONTRACTOR ACTION : After receipt of a notice of termination,
and except as otherwise directed by the Engineer, the Contractor shall :
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times , and to the extent, if any, directed by the Engineer:
a. the fabricated or unfabricated parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
b. The completed, or partially completed plans,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5 . complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination , the Contractor may submit to the Engineer a list,
certified as to quantity and quality, of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
-
-
C.
which has been directed or authorized by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if . the items are stored, within 45 days from the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
TERMINATION CLAIM: Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims sl:!_~!l 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. FAILURE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7.16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine, on the basis of
information available to it, the amount, if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined. No amount shall be due for lost or anticipated profits.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
G.
H.
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for , or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold , pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
·ADJUSTMENT: If the tennination hereunder be partial, prior to the
settlement of the tenninated 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 tennina.!_~-~ by notice of
tennination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion-.
NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for tennination 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. l MEASUREMENT OF QUANTITIES: The detennination 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 , delay s,
profits, injuries , damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents , for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph CS-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights , or other legal reservations,
CS-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 con struction 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, QI .damage, and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE : Between the 1st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
irtn 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: Wh~never 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 12ayment 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 complie<!. y.,ith 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 'Of 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)
Part Cl -Supplementary Conditions To
Part C
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A . General
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.
B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
C.
D.
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively.-Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the net
voice value thereof The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate.
For contracts of less than $400,000 at the time of execution, retainage shall be ten per
cent (I 0%). For contracts of $400,000 or more at the time of execution, retainage shall be
five percent (5%). ·
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold
future payments from the Contractor until compliance with this paragraph is
accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done ; shall not release the Contractor of any of its responsibilities under the
Contract Documents .
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
Part C -General Conditions : Paragraph C3-3. l l of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
C3-3. l l INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1
·•., f 1
E.
F.
C6-6. l 2 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following :
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any
such iniury, damage or death is caused, in whole or in part, by the negligence or
alleged negligence of Owner, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the Owner from and against any
and all injuries to Owner's officers, servants and employees and any damage, loss or
destruction to property of the Owner arising from the performanceof any of the terms and
conditions of this Contract, whether or not any such iniury or damage is caused in
whole or in part by the negligence or alleged negligence of Owner, its officers, servants
or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any 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. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL
INSURANCE REQUIREMENTS"
a. The City, its officers , employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the
contracted project.
c. Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.-·-
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or coverage.
A ten days notice shall be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current
A.M. Best rating of A: VII or equivalent measure of financial strength and solvency.
f. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
Revised
10/24/02
Pg.3
l. Contractor's liability shall not b e 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( I) is
deleted in its entirety and replaced with the following:
The C ontractor 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 risk s of whatever description connected with the prosecution of the work, for all
expens es incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks , copyrights, or other legal reservations, and for completing the work
in an acceptable manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work ,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections , or damage shall have been discovered on or before the final inspection and
acceptance of the .work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
I. C8-8 .IO GENERAL GUARANTY: Delete C8-8.10 , General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the 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 expre ss warranties or responsibility for faulty materials or workmanship . The
Contractor shall remedy any defects or damages in the work and pay for any damage to other
work or property resulting therefrom which shall appear within a period of two (2) years from the
date of final acceptance of the work unless a longer period is specified and shall furriish a good
and sufficient maintenanc e bond in the amount of l 00 percent of the amount of the contract
Revised
10/24/02
Pg.4
.:U·
which shall assure the performance of the general guaranty as above outlined. The Owner will
give notice of observed defects with reasonable promptness.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent
that the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2.
J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the
following:
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered , accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
mu st have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the
Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort
Worth , Texas 76102 .
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing , addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened.
C2-2 .9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further , that the City
Manager is satisfied that a written and duly authenticated confirmation of such
telegraphic communication over the signature of the bidder was mailed prior to the
proposal opening time . If such confirmation is not received within forty-eight ( 48) hours
after the proposal opening time, no further consideration will be given to the proposal
K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C , General Conditions, dated
November 1, 1987; (City let projects) make the following revisions:
Revised
10/24/02
Pg.5
L.
I . Page C3-3(3); the paragraph a fter 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(5) Paragraph C3-3. l l INSURANCE delete subp aragraph "a .
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3. l l 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 , un61 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 fimd 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 faciliti e s , and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article. City shall give subcontractor reasonable advance
notice of intended audits.
( c) Contractor and subcontractor agree to photocopy such documents as may be requested
by the City. The City agrees to reimburse the Contractor for the cost of copies as follows:
Revised
10/24/02
Pg.6
I. 50 copies and under -IO 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(4), part C -General Condition s of the Wat er Departm ent
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe.
N. Reference Part C -General Conditions, Section C6-6 .8 BARRICADES, WARNINGS
AND WATCHMEN:
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen .
2 . In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
0 . MINORITY /WOMEN BUSINESS ENTERPRISE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
deleted in its entirety and replaced with the following:
Upon request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and /or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and /or examination of any books, records or files in its
possession that will substantiate the actual work performed by an MBE and /or WBE . The
misrepresentation of facts ( other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal , state or local laws or ordinances
relating to false statements; further, any such misrepresentation ( other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years .
Revised
10/24/02
Pg. 7
P. WAGE RA TES: Section C3-3.l 3 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
Part D -Special Conditions
Water Department
PART D -SPECIAL CONDITIONS
-GENERAL ..................................................................................................................... 3
COORDINATION MEETING ......................................................................................... 5
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................ 5
COORDINATION WITH FORT WORTH WATER DEPARTMENT ................................ 7
CROSSING OF EXISTING UTILITIES .......................................................................... 7
EXISTING UTILITIES AND IMPROVEMENTS .............................................................. 8 -CONSTRUCTION TRAFFIC OVER PIPELINES ........................................................... 8
TRAFFIC CONTROL ...................................................................................................... 9
DETOURS ................................................................................................................... 10 -EXAMINATION OF SITE ............................................................................................. 10
ZONING COMPLIANCE ............................................................................................... 10
WATER FOR CONSTRUCTION .................................................................................. 10 -WASTE MATERIAL .................................................. , ......... : ........................................ 10
PROJECT CLEANUP AND FINAL ACCEPTANCE ...................................................... 10
CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 11 -. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 11
BID QUANTITIES ................... , ..................................................................................... 11
CUTTING OF CONCRETE .......................................................................................... 12
PROJECT DESIGNATION SIGN .............................. , ... : .............................................. 12 -CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12
MISCELLANEOUS PLACEMENT OF MATERIAL ........................................................ 12
CRUSHED LIMESTONE BACKFILL ............................................................................ 13
2:27 CONCRETE ................................................... : .................... · ................................. 13
TRENCH EXCAVATION, BACKFILL, AND COMPACTION ......................................... 13
TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14
SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15
SANITARY SEWER MANHOLES ........................................................... , .................... 16
SANITARY SEWER SERVICES .................................................................................. 19
REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ................ 20
DETECTABLE WARNING TAPES ............................................................................... 23
PIPE CLEANING .......................................................................................................... 23
DISPOSAL OF SPOIL/FILL MATERIAL ....................................................................... 23
. MECHANICS AND MATERIALMEN'S LIEN ................................................................. 23
·SUBSTITUTIONS ........................................................................................................ 23
PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. ............ 24 -VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 27
BYPASS PUMPING ..................................................................................................... 28
POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... 28
SAMPLES AND QUALITY CONTROL TESTING ......................................................... 30
TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE} ................................................................ 31
INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................ 32
PROTECTION OF TREES, PLANTS AND SOIL ......................................................... 32
SITE RESTORATION .................................................................................................. 32 -CITY OF FORT WORTH STANDARD PRODUCT LIST .............................................. 33
TOPSOIL. SODDING, SEEDING & HYDROMULCHING ............................................. 33
CONFINED SPACE ENTRY PROGRAM ..................................................................... 38
SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 39
EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ...................... 39
CONCRETE ENCASEMENT OF SEWER PIPE ......................................................... .40
03/12109 SC-1
D-60
D-61
D-62
D-63
D-64
D-65
D-66
D-67
D-68
D-69
D-70
D-71
D-72
D-73
03112109
PART D -SPECIAL CONDITIONS
CLAY DAM ................................................................................................................... 40
EXPLORATORY EXCAVATION {D-HOLE) .................................................................. 40
INSTALLATION OF WATER FACILITIES .................................................................... 40
Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .40
Blocking ....................................................................................................................... 41
Type of Casing Pipe ...... · ..................................................................... : ......................... 41
Tie-lns .......................................................................................................................... 41
Connection of Existing Mains ....................................................................................... 41
Valve Cut-Ins ............................................................................................................... 42
Water Services ...................................... : ..................................................................... 42
2-lnch Temporary Service Line ................................................................................... .44
Purging and Sterilization of Water Lines ...................................................................... 45
Work Near Pressure Plane Boundaries ....................................................................... 45
Water Sample Station .................................................................................................. 46
Ductile Iron and Gray Iron Fittings .......................................... ~_._,,, ............................... .46
SPRINKLING FOR DUST CONTROL .......................................................................... 47
DEWATERING ............................................................................................................ 47
TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .47
TREE PRUNING ........................................................................................... , .............. 47
TREE REMOVAL ............................................. .-............................................. : ............. 48
TEST HOLES ............................................................................................................... 48
PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ........................................................................................................ 49
TRAFFIC BUTTONS ...................................................... : .................... : ................. , ...... 49
SANITARY SEWER SERVICE CLEANOUTS ...................... ·.: ...................................... 50
TEMPORARY PAVEMENT REPAIR ........................ , ............................................... , ... 50
CONSTRUCTION STAKES .................................................................................... , .... 50
EASEMENTS AND PERMITS ...................................................................................... 50
PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 51
WAGE RATES ............................................................................................................. 51
REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53
STORM WATER POLLUTION PREVENTION {FOR DISTURBED AREAS GREATER
THAN 1 ACRE) .......................................................... ;, ................................................ 53
COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ..................................................................................... 55
ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ........................... : ................ 56
EARLY WARNING SYSTEM FOR CONSTRUCTION ............................ ; .................... 56
AIR POLLUTION WATCH DAYS ................................................................................ 57
FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..................................... 57
SC-2
-
-
-
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 -
Supplementary Conditions to Part C of the Contract. _ Anything contained in this Part D that is
additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions
to Part C of the Contract are to be read together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR: SANITARY SEWER SYSTEM REHABILITATION
CONTRACT LVIII (58) -Part 2
FORT WORTH, TEXAS
CITY PROJECT NO. 01060, DOE NO . 6039 , FILE NO. X-20874
SEWER PROJECT NO. P254-703170106088
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,
follow the guidelines listed below:
1. Plans
2. Contract Documents
3. Special Conditions
· The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects ih this proje'ct 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 experise any part or all of this project
which becomes defective due to these causes . ·
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers
name, or identification include therein as specifying, referring or implying product control,
performance, quality, or other shall be binding upon the contra 'ctor. The specifications and
drawings shall be considered cooperative; therefore, work or · material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all. _ ·
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in · accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work .
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
03/12109 SC-3
PART D -SPECIAL CONDITIONS
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal 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 I~xas document. I
i
!
Bidders shall not separate, detach or remove any portion, segment or sheets froll) 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. r
f
INTERPRETATION AND PREPARATION OF PROPOSAL: !
' I A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is deliv'.ered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative ~t 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 facl 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 '4'orth
Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. l
!
!
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager c~nnot
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 f non-
consideration are opened and publicly read aloud , the proposals for which non-conside riation
requests have been properly filed may, at the option of the Owner, be returned unopened.I
I C. TELEGRAPHIC MODIFICATION O.F PROPOSALS: Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals, provided
such telegraph ic 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 w'ritten
and duly authenticated confirmation of such telegraphic communication over the signatJre of
the bidder was mailed prior to the proposal opening time . If such confirmation is not rec~ived
within forty-eight (48) hours after the proposal opening time, no further consideration will be
given to the proposal. 1
;
03/12109 SC-4
-
-
-
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes, weekly meetings at the job site may be required to maintain the project
on the desired schedule. The contractor shall be present at all meetings .
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Defin itions :
1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 ,
TWCC-82, TWCC-83, or TWCC-84 ), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project , for the
duration of the project. !
I 2. Duration of the project -includes the time from the beginning of the work on the pr;oject
until the contractor's/person's work on the project has been completed and accepted ~y the
governmental entity. I
. i
3. Persons providing services on the project ("subccmtractor;' in §406 .096)-includ ds all
persons or entities performing all or part of the services the contractor has undertakkn 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, wi ~hout
limitation, independent contractors, subcontractors, leasing companies, motor carriers,
I
owner operators, employees of any such entity, or employees of any entity which furn ishes
persons to provide services on the project. "Services" include, without limitation, prov jding,
hauling, or delivering equipment or materials , or .providing labor, transportation , or pther
services related to a project. "Services" does not include actiyities unrelated to the pr9ject,
such as food/beverage vendors , office supply deliveries , and delivery of portable toilet1'
B. The Contractor shall provide coverage, based on proper reporting of classification code ~ and
payroll amounts and filing of any coverage agreements, which meets . the statutory
requirements of Texas Labor Code, Section 401 .011(44) or all employees of the Contr~ctor
providing services on the project, for the duration of the project. !
t
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 certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file ~ new
certificate of coverage with the governmental entity showing that coverage has been exte ri ded .
I
!
E. The Contractor shall obtain from each person providing· services on a project, and provid ~ the
governmental entity: · · . · !
!
1. A certificate of coverage, prior to that person beginning work on the project, s6 the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
03/12109 SC-5
PART D -SPECIAL CONDITIONS
2. No later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Worker's Compensation Commission, informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
·Labor Code, Section 401.011(44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided . for all employees of the person
providing services on the project, for the duration of the project;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
4. Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
03112/09 SC-6
-
PART D -SPECIAL CONDITIONS
7. Contractually require each person with whom it contracts , to perform as required by
paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
8. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts , and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other
civil actions.
9. The contractor's failure to comply with any of these provisions is_a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J. The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage . This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules. This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type , and . shall be in both English and
Spanish and any other language common to the worker population. The text for the notices
shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling, or delivering equipment or . materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or tq report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to . deactivate, for a period of time,
existing lines. The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines . ·
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel , the sanitary sewer or sanitary sewer service line shall be made watertight or be
03112109 SC-7
PART D -SPECIAL CONDITIONS
constructed of ductile iron pipe. The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill,
fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work , the
cost of which shall be included in the price bid in the Proposal for each bid item.
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans,.or
to show them in their exact location. It is mutually agreed that such failure shall not be considered
sufficient basis for claims for additional compensation '.for extra work or for increasing the pay
quantities in any manner whatsoever. · ·
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines, or other property exposed by his construction operations. Contractor shall make all
necessary provisions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles, gas lines, telephone cables , utility
services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities
and structures both above and below ground during '-construction. It is understood that the
Contractor is not responsible for the permanent relocatiq_(1 _of_e~istir:ig 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
03112109 SC-8
liiil
-
-
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads. The Contractor shall not, at any
time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City.
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed . It still is, however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
construction operation.
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part pf the
"Street Use Permit" a traffic control plan is required. The Contractor shall be responsibie for
providing traffic control during the construction of this project consistent with the provisiorls set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Street$ and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article -6701d Vernon's Civil Statutes, pertinent sections being Section Nos.
I 27, 29, 30 and 31. . . . !
. -. . I
Unless otherwise included as part of the Construction documents, the Contractor shall sutimit a
traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P .:E.) in
the state of Texas), to the City Traffic Engineer . [Tel (817)392-8770] at or before the
preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic
reroute configurations posted as "Typicals" on the City's __ Buzzsaw website. Although work will not
begin until the traffic control plan has been reviewed and approved, the Contractor's time will ~egin
in accordance with the timeframe mutually established in the 'Notice to Proceed' issuep the
~~~~ i
I
The Contractor will not remove any regulatory sign , instructional sign, street name sign or !other
I 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 v?Jorks
Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In
the case of regulatory signs, the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign. If the temporary sign is not installed cor:rectly
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. i
I
I
I
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 ~f the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."!
!
The lump sum pay item for traffic control shall cover design and / or installation, and maintenance
of the traffic control plan. '
03112109 SC-9
PART D -SPECIAL CONDITIONS
0-9 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.
0-10 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.
0-11 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.
0-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
0-13 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.
0-14 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-
03/12109 SC-10
-
-
liiiif
-
PART D -SPECIAL CONDITIONS
of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance . The City of Fort Worth shall give final acceptance of the
completed project work.
D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK
Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule
outlining the anticipated time for each phase of construction with starting and completion dates ,
including sufficient time being allowed for cleanup . The Contractor shall not commence with water
and/or sanitary sewer installation until such time that the survey cut-sheets have been received
from the City inspector.
D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches , pa inted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes ,
derricks , power shovels, drilling rigs , pile drivers , hoisting equipment or similar apparatus.
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES."
2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm , except back hoes or dippers, and insulator links
on the lift hook connections. ·
3. When necessary to work within six feet of high voltage electric lines, notification shall be
. given the power company (ONCOR) who will erect temporary mechanical barriers, de-
energize the lines, or raise or lower the lines. The work done by the power company shall
not be at the expense of the City of Fort Worth. The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case .
4. The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D-17 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities . There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities .
03/12109 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 a~. t~ 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.
03112109 SC-12
PART D -SPECIAL CONDITIONS
0-22 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item
208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications, General Contract Documents.
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials, Construction Specifications, and General Contract Documents.
0-23 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out
includes the word "concrete", the consistent interpretation of the Transportation and Public Works
Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete.
0-24 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 l=xcavation and Backfill, if the
stated maximum trench · widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be
required to support the pipe with an improved trench bottom. The expense of such remedial
measures shall be entirely the Contractor's own. All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements, and .. any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
·backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth of
the various test holes . If excavated material is obviously granular in nature, containing little or no
plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D"
Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material
is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general,
all backfill material for trenches in existing paved streets shall be in accordance with Figure A.
Sand material specified in Figure A shall be obtained from an approved source and shall consist of
durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and
shall meet the following gradation:
03112109 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 shali be placed in lifts per E2-2 .9 Ba:Ckfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum ofl 90%
Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer. !
;
-f
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 p,eet
the standards will be at the expense of the Contractor and will be billed at the commercial rat~s as
determined by the City. These soil density tests shall be -·performed at two (2) foot vertical int~rvals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top c;>f the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested. No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City.
i
I
4. MEASUREMENT AND PAYMENT: All material , with the exception of Type "B" backfill ; and
labor costs of excavation and backfill will be included in the price bid per linear foot of wate r and
sewer pipe. Type "B " backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard .\
D-25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
l
!
i
The unit price bid under the appropriate bid item of the proposal shall cover all cost for pro ~iding
pavement repair equal to or superior in composition, th ickness , 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. I
The results of the street cores that were conducted on· the project streets, to determ ine HMAC
depths on existing streets , are provided in these specifications and contract documents .
03112/09 SC-14
PART D -SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface . This finished grade shall be
maintained in a serviceable condition until the paving has been replaced. All residential driveways
shall be accessible at night and over weekends .
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width.
Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line . · l
' !
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving. If paving conditions are not suitable for repaving , in the
opinion of the Owner, the repaving shall be done at the earliest possible date . l
; •
A permit must be obtained from the Construction Services Section by the Contract6 r in
conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction . This permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section. '
D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavc:ttions
exceeding depth of five (5) feet in order to protect worke.rs 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 ~ach
water and/or sanitary sewer line included in the project. f !
B. STANDARDS: The latest version of the U .S. Department of Labor, Occupational Safet~ and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are h~reby
made a part of this specification and shall be the minimum governing requirements for trench . l
safety. !
C. DEFINITIONS:
i
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 a;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 .
03112109 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 fr..orn the top of the existing
ground to the bottom of embedment or bottom of excavation. The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation .. for safety system design , labor, tools ,
materials , equipment and incidentals necessary for the installation and removal of trench
safety systems.
D-27 SANITARY SEWER MANHOLES
A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will
be required as shown 011 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
90 FW Sta ridan:(De~il '$Atf 009.
2~· P.E;L~f EQ
3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4. FINAL RIM ELEVATIONS: Manhole rims in parkways , lawns and other improved lands
shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the
surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing finish grade of the ground . The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole .
03112/09 SC-16
PART D -SPECIAL CONDITIONS
Manholes in open fields, unimproved land , or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade .
'5. MANHOLE COVERS: All lids shall have pick slots i11 lieu of pick holes. Manhole frames
arid covers shall be PAMREX, or approved equal, with 30-inch clear opening. · Covers shall
set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the
frame and cover. Bearing surfaces_ shall be machine finished . · Locking manhole lids and
frames will be restricted to locations within the 100-year floodplain and areas specifically
designated on the plans.
6. SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole
depth is four (4) feet or less. All shallow cone manholes shalLb.e built in accordance with
Figure 105 . All shallow cone manholes shall have a cast iron lid and frame with pick slots .
NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED :
7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole.
8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol," or equal to, a minimum or -14 mils dry film thickness .
9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal ,
Ram-Nek, E-Z Stick, or equal. The .joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on ox idation, evaporation, or
any other chemical action for either its adhesive properties or cohesive strength. The Joint
sealer shall remain totally flexible without shrinking, hardening , or oxidizing regardless of
the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years.
B. EXECUTION :
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials. All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand , mud, or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations. The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench . After removal of
the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over
03/12109 SC-17
PART D -SPECIAL CONDITIONS
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 maohole to a point 24 in'ches
below the frame. If the walls or cone section below this level are structurally unsound,
notify the Engineer prior to replacement of the grade rings and manhole frame . Existing
brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense.
'
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris.
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface . ;
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed.
Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint ma~erial
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 opp·osite
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 . .
I
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 . 1
4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling.
03/12109 SC-18
-
-
-
-
PART D -SPECIAL CONDITIONS
C. MEASUREMENT AND PAYMENT : The price bid for new manhole installations shall include all
labor, equipment, and materials necessary for construction of the manhole including, but not
limited to, joint sealing , lift hole sealing and exterior surface coating . Payment shall not include
pavement replacement , which if required , shall be paid separately.
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole , including , but not limited to , excavation,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating .
Payment shall not include pavement replacement, which if required , shall be paid separately.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole, including but not
limited to, joint sealing, lift hole sealing, and exterior surface coating.
Payment for concrete collars will be made per each. Payment for manhole inserts will be
made per each . i.
0-28 SANITARY SEWER SERVICES !
i
Any · reconnection, relocation, re-routes , replacement, or new sanitary sewer service sh J II be
required as shown on the plans, and/or as described in these Special Contact Documents in
' addition to those located in the field and identified by the Engineer as active sewer taps. ) The
. service connections shall be constructed by the Contractor utilizing standard factory manufaci ured
tees. City approved factory manufactured saddle taps may be used, but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by~case
basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required. Severed s~rvice
connections shall be maintained as specified in section C6-6.15. J
f
D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees. The tap shall be located so as to line. up with the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed beloyv for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four ( 4) feet of service line which is included in the price bid for Sanitary
Sewer Taps. Payment for work such as backfill, saddles, tees , fittings incidental four (4) feet
. of service line and all other associated appurtenances required shall be included in the ,price
bid for Sanitary Sewer Taps . '
I
E. SEWER SERVICE REPLACEMENT : All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Eng.ineer
as required for the connection of the sewer service line. If the sewer service line is in .such
condition or adjustment necessitates the replacement of the selJl(er 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
03112109 SC-19
PART D -SPECIAL CONDITIONS
approved by the Engineer. For situations involving sewer service re-routing , whether on public
or private property, the City shall provide line and grade for the sewer service lines as shown
on the project plans. Prior to installing the applicable sewer main or lateral and the necessary
service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations
(shown on the plans) at the building clean-out and compare the data with the elevation at the
proposed connection point on the sewer main , in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied . Elevations shall also
be verified at all bend locations on the service re-route . All applicable sewer mains , laterals
and affected service lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
.minimum slope is not satisfied . If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans, the Contractor. shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense , shall be required to uncover any
sewer service for which no grade verification has been submitted. All re-routes that are not
installed as designed or fail to meet the City code , shall be reinstalled at the Contractor's
expense . The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code . Connection to the existing sewer service line shall
be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling
A.S.T .M. C-425 with series 300 stainless steel compression straps. The Contractor shall
remove ·the existing clean-out and plug the abandoned sewer service line.
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property. Furthermore, the contractor shall utilize the service~ 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
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans, and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
03112109 SC-20
-
-
PART D -SPECIAL CONDITIONS
Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition.
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1 .5 Salvaging of Materials.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID : Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The
concrete vault shall be demolished in place to a point not less than .18 inches below final grade.
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible.with existing surrounding
surface and grade. ·
C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade . If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade .
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade.
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade .
G . ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall
be removed to the top of the full barrel diameter section, or to point not less than 18 inches
below final grade. The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean
03112109 SC-21
PART D -SPECIAL CONDITIONS
washed sand of clean, suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface. Payment for work involved in
backfilling, 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. CUTIING 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 ofthe 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 removar 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.
03112109 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 weight of 2~ pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows :
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer:.Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe . Payment for work such as backfill, bedding , blocking, detectable
tapes , and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-31 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall
be swept daily and kept clean during installation. A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage.
D-32 DISPOSAL OF SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No. 10056). · All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall
. be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated
with obtaining the fill permit, including any necessary Engineering studies, shall be at the
Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the disposal site, Contractor shall
remove the spoil/fill material at his expense and dispose of such materials in accordance with the
Ordinances of the City and this section.
D-33 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men 's liens upon
receipt of payment.
D-34 SUBSTITUTIONS
03/12109 SC-23
PART D -SPECIAL CONDITIONS
The specifications for materials set out the minimum standard of quality, which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material, which has
been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a
material , product, or piece of equipment bearing the name so used is furnished, it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute. Where
the term "or equal ", or "or approved equal " is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose . However, the Contractor shall have the full responsibility of proving that the proposed
substitution is , in fact, equal, and the Engineer, as the representative of the City, shall be the sole
judge of the acceptability of substitutions . The provisions of this sub-section as related to
"substitutions" shall be applicable to all sections of these specifications .
0-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
t
A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be
abandoned , removed (except where being replaced ir, the same location), or rehabilitated Kpipe
enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a
I television inspection performed to identify any active sewer service taps, other sewer la,erals
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 . . l
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewe r line
cleaning equipment shall be constructed for easy and safe operation. The equipmen tr 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 ~o be
cleaned. Equipment shall also include a high-velocity gun for washing and scquring
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, p~mps,
and hydraulically driven hose reel. I
!
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 cle~ning
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 pr~vent
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 ;tiigh-
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 equip_ment
shall be set up on the other manhole and cleaning again attempted . If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists, and the cleaning effort shall be abandoned.
03112/09 SC-24
PART D -SPECIAL CONDITIONS
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily. No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System, the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup, including the water usage bill . All
expenses shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease , and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned . Passing material from manhole section
to manhole section, which could cause line stoppages, accumulations of sand in wet wells ,
-or damage pumping equipment, shall not be permitted. ·
4. All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each wo~kday and disposed of at no additional cost
to the City.
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS, STORM DRAINS .
OR SANITARY SEWER MANHOLES. ~, . . .
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection. Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The
camera shall be operative in 100% humidity conditions .. The camera , television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspecti~n.
B. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps . In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the · camera view or interfere with proper
documentation shall be used to move the camera through the sewer line .
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.
03112/09
The importance of accurate distance measurements is emphasized. All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable, or the
like, which would requ ire interpolation for depth of manhole, will not be allowed. Accuracy
SC-25
r /
PART D -SPECIAL CONDITIONS
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other
suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera , under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection. In addition, other points of significance
such as locations of unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded , and a
copy of such records will be suppl ied 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
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
03112109 SC-26
PART D -SPECIAL CONDITIONS
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal , transportation and disposal of sand
and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections .
· The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during
inspection, shall be incidental to TV Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
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.
03112/09
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole. The plugs shall be installed in the lines beyond the
drop-connections, gas sealing connections, etc . The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read
after the required test time. The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93:
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (10"Hg -9"Hg) (SEC)
Depth of MH. 48-lnch Dia. 60-lnch Dia.
(FT.) Manhole Manhole
Oto 16 ' 40 sec. 52 sec.
18' 45 sec. 59 sec.
20' 50 sec. 65 sec.
SC-27
PART D -SPECIAL CONDITIONS
22' 55 sec. 72 sec.
24' 59 sec. 78 sec.
26' 64 sec. 85 sec.
28' 69 sec. 91 sec.
30' 74 sec. 98 sec.
For Each 5 sec. 6 sec.
Additional 2'
1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any man;hole,
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 marit,ole in order to locat~ the
leak and seal it with an epoxy sealant. The manhole shall be retested as described a:bove
until it has successfully passed the test. j
I
i
Following completion of a successful test, the manhole shall be restored to its nGrmal
condition, all temporary plugs shall be removed, all braces, equipment, and debris shbll be
removed and disposed of in a manner satisfactory to the Engineer. !
I
C. PAYMENT: Payment for vacuum testing of sanitary _sewer manholes shall be paid a:t the
contract price per each vacuum test. This price shall . include all material, labor, equiprhent,
and all incidentals, including all bypass pumping, required to complete the test as specified
!
herein. 1
i
' D-37 BYPASS PUMPING i I
The Contractor shall bypass the sewage around the section or sections of sewer t~ 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 line~ 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 crossi.ngs to permit safe vehicular travel wi~hout
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 teleyision
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 qf 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 cle1;ming
equipment. I
I
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
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
03/12109 SC-28
PART D -SPECIAL CONDITIONS
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
C. EXECUTION:
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line . No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall .be_ set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
!
i
The importance of accurate distance measurements is emphasized. All tele~ision
inspection video tapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device. Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed . Accµracy
of the distance meter shall be checked by use of a walking meter, roll -a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer. ,
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to ;be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection . · ·· 1
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 inspecl ed.
2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of'each
sewer service tap observed during inspection . All television logs shall be referenced to
stationing as shown on the plans. A copy of these television logs will be supplied to the
City.
3. PHOTOGRAPHS: Instant developing , 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations .
4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and
audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded . The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
03112109 SC-29
PART D -SPECIAL CONDITIONS
and may be retained a maximum of 30 calendar days. Equipment shall be provided to the
City by the Contractor for review of the tapes. Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections, the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made . Also, no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis . The quantity of TV inspection shall be
measured as the total length of new pipe installed. All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D-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)
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.
03112109 SC-30
-
PART D -SPECIAL CONDITIONS
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations. The temporary
measures shall include dikes , dams , berms, sedimen t basins, fiber mats , jute netting,
temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards,
dikes, slope drains and other devices. ·
B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible-earth material exposed by preparing right-
of-way, clearing and grubbing , the surface area of erodible-earth material exposed by
excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control
measures to prevent contamination of adjacent streams; other water courses, lakes, ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms, dikes, dams, sediment basins, slope drains and . u'se of temporary mulches, mats,
seeding, or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of , permanent pollution control
features , but are not associated with permanent control features 9_n the project. The Engineer
will limit the area of preparing right-of-way, clearing arid grubbing , excavation and borrow to be
proportional to the CONTRACTOR'S capability and progress in keeping the finish grading,
mulching, seeding, and other such permanent pollution-control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
Engineer.
2. Waste or disposal areas and construction mads ' shall be located and constructed in a
manner that will minimize the amount of sediment entering streams.
3. Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams .
4. When work areas or material sources are located in or adjacent to live streams , such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream . Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream.
5. All waterways shall be cleared as soon as practicable of false work, piling , debris or other
obstructions placed during construction operations that are not a part of the finished work.
03/12109 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 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.
03112109 SC-32
-
PART D -SPECIAL CONDITIONS
0-44 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 .
0-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil , Sodding and Seeding.
1. TOPSOIL
DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil , free from rock and foreign material, in all parkways and medians to the lines; and
grades as established by the Engineer. '
CONSTRUCTION METHODS : Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation . All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source. Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) i~ches
of compacted depth of topsoil parkways . '
2. -SODDING 1 ;
j
DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St.
Augustine grass in the areas between the curbs and walks, on terraces, in median 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 varieties
for sodding are Prairie and 609 . l
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 state of
these grasses shall be alive and acceptable. Bermuda and · Buffalo grass sod shall have a
healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy,
virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots. ·
The sod shall be free from obnoxious weeds or other grasses and shall riot contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted.
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn.
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling , and planting. Sod material shall be kept moist from the time it is dug
until planted. When so directed by the Engineer, the sod existing at the source shall be
03112109 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent required prior to excavating . Sod material shall be planted within three
days after it is excavated.
CONSTRUCTION METHODS: After the designated areas have been completed to the lines ,
grades, and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St.
Augustine grass .
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve ( 12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade. Holes of equivalent depth and spacing may be used instead of furrows .
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression. Hand tamping may be required on terraces.
b. Block Sodding .
At locations on the Drawings or where directed, sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered , and any voids left in the block sodding shall be filled with additional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil , shall, upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently
close to hold the block sod firmly in place .
When necessary, the sodded areas shall be smoothed after planting has been completed
and shaped to conform to . the cross-section previously provided and existing at the time
sodding operations were begun. Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance.
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3. SEEDING
DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications.
MATERIALS:
03/12109 SC-34
PART D -SPECIAL CONDITIONS
a. General. All seed used must carry a Texas Testing Seed label showing purity and
germination , name, type of seed, and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total: 100 Total: 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalog rass 40
Total: 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total: 100
CONSTRUCTION METHODS: After the designated areas have been completed to the lines ,
grades, and cross-sections shown on the Drawings and as provided for in other items of this
Contract; seeding of the type specified shall be performed in accordance with the requirements
hereinafter described.
a. Watering . Seeded areas shall be watered as d irected by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
03112109 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing. Where applicable, the shoulders, slopes , and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun.
BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed. If the sowing of seed is
by hand, rather than by mechanical methods , the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods , is not applicable since no seed bed preparation is required.
DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches 'and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be
finished to line and grade as specified under "Finishing" in S_ection D-45, Construction
Methods.
The seed , or seed mixture, specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type . All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth · of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45,
Construction Methods.
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened.
After the watering, when the ground has become sufficiently dry to be loose and pliable, the
seed, or seed mixture specified, shall then be planted at the rate . required and the application
shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained . After planting, the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface
without ruts or tracks . In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth.
The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings , or if Drawings are not included, then MS-2 shall be used. Applications of the
asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth .
03112109 SC-36
-
-
PART D -SPECIAL CONDITIONS
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration .
* Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cu!t packer wheel.
4. HYDROMULCH SEEDING:
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes .
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS: FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications.
MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis
represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted
or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected.
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred ( 400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site . Measurement will be made only on topsoils secured from borrow
sources.
Acceptable material for "Seeding" will be measured by the linear foot , complete in place.
03112109 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 J Qr at the contract unit lprice
per square yard, complete in place, as provided in the proposal and contract. The contra dt 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. . . !
i
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 an ~ for
performing all operations necessary to complete the work accepted as follows : i
!
Fertilizer material and application will not be measured or paid for directly, but is consi ~ered
subs idiary to Sodding and Seeding.
11 0-46 CONFINED SPACE ENTRY PROGRAM 1
I
It shall be the responsibility of the contractor to implement and maintain a variable "CONF !NED
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 submh an
acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and mainta'in an
active file for these manholes . The cost of complying with this program shall be subsidiary tp the
pay items involving work in confined spaces. 1
03112109 SC-38
-
-
PART D -SPECIAL CONDITIO,NS
D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project , the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete .
8 . The inspector along with appropriate City staff and the City's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected .
9 . The contractor shall take immediate steps to rect ify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected .
10. Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price. Contractor shall still be required to address all .other
I • deficiencies, which are discovered at the time of final inspection~--i
!
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 considered as
I
incidenta l work included in the Contract Unit Price bid for applicable pipe or structure
installation except for short tunneling/tree augering . l
f
' 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 fl 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 [limbs
pruned that might be damaged by equipment operations . The Engineer shall be notified at
least 24 hours prior to any tree trimming work. No trimming work will be permitted within
private property without written permission of the Owner.
4. Nothing shall be stored over the tree root system within the drip line area of any tree.
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet. ·
i
6. At designated locations shown on the drawings , the "short tunnel" method using Class 51
D.I. pipe shall be utilized . :
7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
. construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense. l
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.
03/12/09 SC-39
PART D -SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted.
0-49 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated. The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
0-50 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings
or as directed by the City. Clay dams shall be keyed into undisturbed-soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench. Construction material shall
consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing
and finishing shall be subsidiary to the price bid for pipe installation.
0-51 EXPLORATORY EXCAVATION (0-HOLE)
The Contractor shall be responsible for verifying the_locations of all existing utilities prior to
construction, in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility, the contractor shall contact the engineer immediately for appropriate design
modifications.
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole ).
Payment shall not be made for verification of existing utilities per item D-6. Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation, surface restoration, field surveys, and
all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun.
0-52 INSTALLATION OF WATER FACILITIES
03112/09
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
-
03112109
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 E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects. The --steel casing pipe shall be
supplied as follows:
For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up
after field welds shall provide coating equal to those specified above. C. Minimum
thickness for casing pipe used shall be 0.375 in .ch.
Stainless Steel Casing Spacers ( centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall. be as recommended by the
Manufacture.r. ·
2. SEWER:
Boring used on this project shall be in accordance with the material standard E1-15 and
Construction standard E2-15 as per Fig. 110 of the General Contract Documents.
3 . PAYMENT:
Payment for all materials, labor, equipment, excavation; concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
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
03112109
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. ·· · I
!
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 t,hose
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 (E1-17
& E1-18) contained in the General Contract Documents . ·
All water services to be replaced shall be installed at a minimum depth of 36 inches qelow
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 th f
Engineer. i
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section CS-5 .15 INTERRUPTION OF SERVICE.
SC-42
-
PART D -SPECIAL CONDITIONS
All water service meters shall be removed, tagged, and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction. The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings, and corporation stop.
Payment for all work and materials such as backfill, fittings, type K copper tubing, curh 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 locati.Qn shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter.\ Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation. '
Payment for all work and materials such as tap saddle (if required), corporation stops:, and
fittings shall be included in the price bid for Service Taps to Main. '
1. WATER SERVICE RECONNECTION: Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction. The contractor shall adjL!st the existing water service line as require,d 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. ;
' f
2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement
03112/09
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 wor~ and
materials . such as backfill, fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation . All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time. Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
SC-43
PART D -SPECIAL CONDITIONS
4. NEW SERVICE: When new services are required the contractor shall install tap saddle
(when required), corporation stop, type K copper service line, curb stop with lock wings,
and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
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 bi~ 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 .
03112109
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 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed, number of service taps and number of
feed points.
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location .
Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service
connections, removal of temporary services and all other associated appurtenants
required, shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction , the
Contractor will install a fire hydrant meter for all temporary service lines. Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible. At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used. The inspector will deliver the hydrant meters to the locations.
After installation, the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs. The issued meter is for this specific project and location only.
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
03112109
52.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein . The City will provide all water for INITIAL cleaning and
sterilization of water lines. All materials for construction of the project, including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary
sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The
line may not be placed in service until two successive sets of samples, taken 24 hours
apart, have met the established standards of purity.
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe.
52.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary. Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
SC-45
03112109
PART D -SPECIAL CONDITIONS
52.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops , and fittings shall be included in the . price bid for Service Taps to Main.
Payment for all work and materials necessary f~r 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 st~tion 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 Engineer.
Ground water shall not be discharged into sanitary sewers .
Dewatering shall be considered as incidental to a construction and __ all costs incurred will be
considered to be included in the project price.
D-55 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any waterflowing into open trench during construction. Contractor shall not
leave excavated trench open overnight. Contractor shall fill any trench the same day of
excavation . No extra payment shall be allowed for this special condition .
. D-56 TREE PRUNING
· A REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees".
B. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2. Vermeer V-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE .
D.
03112/09
3. Steel "T" = Bar stakes, 6 feet long.
4. Smooth Horse-Wire : 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red
color.
6. Combination Fence: Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings.
ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings .
8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone.
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 ope t ation
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 roo\ ball
removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing ut ilities
both overhead and buried. The Contractor shall immediately repair or replace any damage to
utilities and private property including, but not limited to, water and sewer services, pavement,
fences , walls, sprinkler system piping, etc., at no cost .to the Owner. All costs for tree renioval,
including temporary service costs, shall be considered subsidiary to the project contract price and
' no additional payment will be allowed . 1
D-58 TEST HOLES
i
!
I
The matter of subsurface exploration to ascertain the nature of the soils, including the amo ~nt of
rock, if any, through which this pipeline installation is to be made is the responsibility of any ar,d 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 encoun;tered
in excavations is the same, either in character, location, or elevation, as shown on the boring ilogs.
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 req·uired
excavation and of doing other work affected by the geology of the site.
!
i
The cost of all rock removal and other associated appurtenances , if required , shall be included in
the linear foot bid price of the pipe. '
03112109 SC-48
-
PART D -SPECIAL CONDITIONS
D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project, the contractor shall , on a block by block
basis , prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction . The notice shall be prepared as
follows :
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area. The flyer shall be prepared on the Contractor 's
letterhead and shall include the following information: Name of Project , City Project No (CPN).,
Scope of Project (i.e. type of construction activity), actual construction duration within the block,
the name of the contractor's foreman and his phone number, the name of the City's inspector and
his phone number and the City's after-hours phone number. A sample of the 'pre-construction
notification ' flyer is attached .
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition , a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed. The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block .
In the event it becomes necessary to temporarily shut down water service to residents or
, businesses during construction , the contractor shall prepare ,and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows :
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The
flyer shall be prepared on the contractor's letterhead and shall include the following information:
Name of the project, City Project Number, the date of the interruption of service, the period the
interruption will take place, the name of the contractor's foreman and his phone number and the
. name of the City's inspector and his phone number. A sample of the temporary water service
interruption notification is attached .
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed . The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses.
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector ..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made.
D-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.
03112/09 SC-49
PART D -SPECIAL CONDITIONS
D-61 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets , sidewalks, etc. whenever possible. When it is not
possible, the cleanout stack and cap shall be cast iron .
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D-62 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair . Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item.
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized. The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
D-63 CONSTRUCTION STAKES
The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other
customary method of markings as may be found consistent with professional practice, establishing
line and grades for roadway and utility construction, and centerlines and benchmarks for .
bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical.
One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and
one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It
shall be the sole responsibility of the Contractor to preserve, maintain, 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
03/12109 SC-50
-
liiiil
PART D -SPECIAL CONDITIONS
manholes. For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property. Contractor shall adhere to all requ irements 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 add itional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required. No additional payment will be allowed for this item.
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-o f -way. For
. railroad permits, any and all railroad insurance costs and any othe.r incidental costs necessary to
: meet the conditions associated with permit(s) compliance , including payment for flagmen, shall be
included in the lump sum pay bid item for "Associated Costs fo r 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.
03112109 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 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.
i
Arbitration Required if Violation Not Resolved. i
An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, includJng 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) jt 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 i 11th
day after the date that arbitration is required, a districtcourt shall appoint an arbitrator on the
1
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 compi9tent
jurisdiction . !
l
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 wprker
employed by the contractor in the construction of the wo·rk 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 f shall
pertain to this inspection. !
I
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 , T;exas
Government Code. ! ;
Posting of Wage Rates. _ ,
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the p~oject
at all times .
Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section.)
(Attached)
03112/09 SC-52
I
I ;
otherwise require all of its
PART D -SPECIAL CONDITIONS
D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulation or policy whose requirements are more stringent.
8. 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 regolated 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 c~n be
disposed as a conventional construction waste. The Environmental Protection Agency
(EPA) defines friable as material, when dry, which may be crumbled, pulverized or requced
to powder by hand pressures . · ·
G. The Gen'erator of the hazardous material is responsible fo'r the identification and p~oper
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
I or not. \
· D. · · It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable. The Excavator is
responsible to employ those means, methods, techniques and sequences to ensure this
result. '
E. Compliance with all aspects of worker safety and health regulations including bl!t not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs, which are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new. pipe
unless otherwise stated or indicated on the project plans or contract documents . i
D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER !
THAN 1 ACRE) [
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a ,:-exas
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
03112109 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 contro l 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 requireq $100
application fee .
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228 -.
P.O . Box 13087
Austin, TX 78711-3087
A copy of the NOi shall be sent to :
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site. Copies of the project SWPPP's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality.
03112109 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 scheduie 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 stabil ization 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 stabil ized .
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
· ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP, prepared as described above, shall be implemented at le,ast 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 nori~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 .
03112109 SC-55
PART D -SPECIAL CONDITIONS
D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City, in sole discretion may require,
including but not limited to manpower and equipment records, information about key personnel to
be assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame. Based upon the City 's
assessment of the submitted information, a recommendation regarding the award of a contract will
be made to the City Council . Failure to submit the additional information if requested may be
grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be
notified in writing of a recommendation to the City Council.
D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance __ and/or of failure to maintain the contract
schedule, the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example: 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken:
1. A letter will be mailed to the contractor by certified mail, return receipt requested
demanding that, within 10 days from the date that the letter is received, it provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time. In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2. The Project Manager and the Directors of Water Department, and Department of
Transportation and Public Works will be made aware of the situation. If necessary, the -
City Manager's Office and the appropriate city council members may also be informed.
3. Any notice that may, in the City's sole discretion, be required to be provided to
interested individuals will distributed by the Water Department's Public Information
Officer.
4. Upon receipt of the contractor's response , the appropriate City departments and
directors will be notified. The Water Department's Public Information Officer will, if
necessary, then forward updated notices to the interested individuals.
5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract , the bonding company will be
notified appropriately.
03112109 SC-56
PART D -SPECIAL CONDITIONS
D-72 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the
OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31, with 6:00
a.m. -10 :00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in coordination with the Na\ional
Weather Service, will issue the Air Pollution Wat.ch by 3:00 p.m. on the afternoon prior t9 the
WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such ;shall
not begin work until 10:00 a.m. whenever constructior;i phasing requires the use of motoj ized
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 b/EPA
as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG. r
If the Contractor is unable to perform continuous work fot a. period bf _at least seven hours be Jieen
the hours of 7:00 a.m. -6:00 p.m., on a designated Air 'Pollution Watch Day, that day wjll be
considered as a weather day and added onto the allowable· weather days of a given month . l
. f
. . ~--.· .. . .
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 par~way
construction, such as driveways, sidewalks, etc., will be required . The fees are as follows : i
1. The street permit fee is $50.00 per permit with payment due at the time of permit
application. ,
I
I
2. A re-inspection fee of $25.00 will be assessed when work for which an inspection
called for is incomplete. Payment is due prior to the City performing re-inspection .
Payment by the contractor for all street use permits . and re-inspections shall be considered
subsid iary to the contract cost and no additional compensat ion shall be niade .
END OF PART D -SPECIAL CONDITIONS
03112109 SC-57
PART D -SPECIAL CONDITIONS
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name :
Mapsco Location :
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
03112109 SC-58
~ .5.,·
-
-
03112/09
PART D -SPECIAL CONDITIONS
Date: ____ _
DOENO.llXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGIIBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON---------
BETWEEN THE HOURS OF _______ AND _____ ~
IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS SUPERINTENDEN1) (TELEPHONE NUMBER)
OR
MR. ___________ AT __________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
__________ __,CONTRACTOR
SC-59
PART D -SPECIAL CONDITIONS
F : TEXAS DEPARTMENT OF HEALTH ~ DEMOLITION/ RENOVATl:ON
o ~ NO·TIFICATION FORM
r NOTE: CIRCLE ITEMS THAT ARE AMEN.OED T D H
0 .NOTIFICATION#,-,---....,....,..----,------
ff 1) Aba !emem Conti.,;cto r. _________ -~~-------TDH License Number:, _____ _
i , Address: City: State: .Zip : ___ _
C Offic:G Phone Number: Job Site Pnone Number : .. .,__.___~-------' -~~~----------e: s-.te Supervisor: TOH licen.-se Number:--------~-----
U Site SupoMSOr: :roH liceru.e Number: __ -~~----------
s Trained Cm-Site NESHAP ln d ividU'al: Cer1if[(;clti on Date:. _______ _
e
n
l
'f.
' a
T
A
H
~
A -~
[J
N
Ei s·
H
A
.~
D
Li
ti
¥
e
s
Demolition Contrac::t.ar :._· -------------Olfice Phone Numb1'3r .... _..,,~-------:=-----
Add'ress; Cih•: Stale : ___ __,_Zip: ___ _
2) Projeci Consultant or Operator; ________________ TDH Uceniss Number:. _____ _
Mailin!J Add ress: ______________ --=--:-::----=.,..------:-:---,----..,.---------
Clty: Slate:.--:. ___ Zip:. ____ Ottice Phone Number: ... _ _,_ _____ _
3) FacllifyOwn er:,_ ______________________ ---------~
Altentiot'l: _______ '--------------------------------
M aaing Address:-. ...,. ______ ------=------=----=-:------:-:---:---:--::--------
Clty; · .. Slate : Zip~ Owner Phone Number{i.. .... )._ ___ _
·•Noto; Th0: inv oic;e for the notlficatlor:t fee wfll be s:ent to the owner of ,the !)ulldlng and tile bUllng l'ld¢ll'C$$ for the invoice wlll be
obtained fr Qm the lnforrn;iUOn thirt is provid'od In thit. section. ·
4) Description or Facility Name=·---------,-------------------=:c------
Physic:al Ad~res:s;, __ --,-.,...._-----~--Cou.nty: Ci !y:. ______ ..,. Zip:, ___ _
facllhy l'tlone Numben Faoility Contact Person:~-------------Oescrl p:ion ,of .AreaJRoom Numbeo.:. ___________________________ _
Pfior Use ;, ________ ~ ______ FufureUst!:. _______ ~~~-~------
Age oi 13td lding/facllfiy: SF.m : Number of Floors.:. _____ School fK r 12): D YES Q NO
6} iype ofWorlc CJ Demolition u Renovation (Ab;,tcmcnt) o An.n:ual Cons.olidated
Work. will be during: o D.ay o Evening o "!.i?ht .:; Phased Ptojeci '·
Descrlpllon ofworkscheduJe:.--'----'------'----------.....-----------
6) Is tills a Public Building? 0 Yl;S. 0 NO Federal Facility? 0 YES D NO En dustrial Site? D YES O NO
NESHAP-Only Facmty? D YES D NO Is BuildinglFacilityOccupied? ti 'YES CJ NO
7), Notification Type CHECK ONLY ONE
D Orig lna.1 (10 Worklns; Day&) ;J Cancellation D Amen.dmer1t D EmergcncyfOrdcred
tf lhis ls ~m amendmenf, which i!mentfment number is th is?_· _ (Enclose copy O·f orlglna l andJor last amendment)
If eri emergern;y, who did! ycru .talk.wlltl at lDH? EmergerlCYf': _____ _
· Date and Hou r of Emergency (HH/MMIDDIYY): .
DQScfiptiOll'I of' lhi:! sudden, unei<pected event a nd explanation o r hOII'/ fhc ev~nt ea.uset! u nsafe conditions Qr Would coose
equ ipment dama;se (compute:s •. machiliery. etc,·_-----------~------------
8) 08sct'ipl ion of procedures to be followen in the event that unexpected asbestos is found or pr,evwusly non -fii ab le
asbest0$ material becomes aumb18d. pulYerized. or reduoed to powd-er: ----------------
9) War, an Al!besi® 5\lrvey perfomied? !l YES o NO D.a:e: I TO H ln speclor L.ioense No :,_ ____ _
~ Analylical .Me1hod ; D PLM D TEM D Assumed TDH Laboratory license No :,-.,-----
.N (For T AHPA (pub lic bu ikling) projects: an assumption mus ! be made by a T.DH Licensed l nspecror)
,10) Description of planned <remol1tion or renovation work, type of material, and m ethod(s) to be used"-: -------
1 i) Desaipliori o f work pradices a nd engineering con.trots 10 be t1sed to prevent emiss ions of asbes1os at the
demolifio.....,.renova1ion :. ________ ~----------------------
03112/09 SC-60
PART D -SPECIAL CONDITIONS
12} ALL applicabro l!ems in lhtt follovaing table mus.t be completed: IF NO ASB ,ESTOS PRESENT ·CHECK HERE :
Approximate amount of Check ur,lt of meaS1Jrcmcn1
Asbestos-Containing Building Material Asbestos Type• 1------'-.;;;_,;;,..=.;.;..;;.. __ --1---.---.---.--....--.,....----l
RACM to be removed
RACM NOT removed
Interior Cateao I non-friab!e-removed
Extttriot Cate;:io I non-friab!'ll! removed
Catec.o f non,friable NOT removed
. lntert0 r Cat o · II tion-fitiable removed
Exterior Cateooi:v II non-fri?ble removed
Cate II non.frla!>le NOT removed
RACM Off-Facility Component
Pipes Surface Are~ : ln Ln SQ SQ
Ft M Ft M
13) Waste Transporter Name: ________________ TDH Lroense Number.------
Addrcss : ___________ Cit)': _________ stale: _Zip: ___ _
-Contact Person: Phooe N'umbar: ·~~--------
14) Waste Disposal Site Name:·-----------------------------A.ddress· . Clty: _________ S[ate: ___ Zip: ___ -
Telephone: .____,_~ _____ TNRCC Per mit N1.11nber. --------
15) For structurally unsound facllllles, attach a ~opy of derno[ifion order ano identify Govemmenital OfficiaJ below.
Nam&: · · Registration No:--------------
Tille:---=--..,...,.,..,.,,="="",..,,...,....-.,-------
Dale of order (MMIDD/YY} l J Date order tr;> begi n, (MM/00/YY) ---'---=--
16) Scltedt ded Dates of Asbest0$ Abateme:nl (MM.IDDlYY) Stc1rt --"""'''-----''--Ccmpjete: --'---'--
17j Schedu led Dates Demoli1i on1Reno\'ation (MM/00/YY} Siert: l . . I . Complete:._~/~. -~l ___ _
""·N.ote: ff ihe start date on 1h15 noliflcatlon (;l!ln not bo mot. ttio TOH Reg ional or Local Program office Must b&contsctsd by
phomt prior to thtt slart data. .FaJlure to c:lo so rs a v totatlon In ;i,ccord:an® to T AHPA. SOct1on 295.61.
· I hereb)' oer1ify ttiat all illformation 1 have provided Is ,correct. complete. and 1rue to fue best of my knowledge, I acknC)'n'ledge
that I am responsil>le f'or all aspects of' the notificalion form, incl ll,l d.i ng, but Ml limiti~. content and sUbrrilss lon dates .·• The
mc1ximurn penalty i~ $1 Q,000 pe v day per vw latloo .
03112109
{Sign1;1ture of :B1,1i1din9 Ov,mer/ Operator
~ Delegated Consu!tanit/Contractor)
MAIL TO:
{!=>rinted Name) (Date}
ASBESTOS NOrlFICATLON SECTJON
TOXLC SUBSTANCES CONTROL DIVIS ION
TEXAS OEPAA'TMENT OF HEALTH
PO BOX 1.:3538
AUSTIN , TX 187'14-3538,
Pli:. 512-834--6600, 1-800-5,72-5548
(Telepnone)
{Fax Number}
~Faxes arc not :rcecptcd"
Form APB#f.i, d(3/~rJ 07129/02. Replaces TDH form datoo 07113KJ1. For assistance in cample!ing farm, r;a/1 1-BD0-572-5548
,.,.,.,....._.-,-_ .... .'· ·, .. -..--,._,..,.,,,..........-_,.,.....,....., . ....,._-.-, .. -----.•-..-a·-, ' '
SC-61
PART D -SPECIAL CONDITIONS
03112/09 SC-62
PART D -SPECIAL CONDITIONS r .. ,---,, .. , "?:~~·~ p-i ~ r -~ -" --~~; ~ • City of Fort Worth ~ .... ,.-.··r"'.",.°"'•·-~· •• f;,; +. ",!. r:.~ ' Highway (Heavy) Co11struction -·~'· ·:, •. ,'IJ ~ !,', .• :".'J ~~-~ 'L , -.Prevailing' Wage Rates-For 2008 . l_._:_ ~~-''[~~"·, Classifications Aic Tool Operator Asphall Raker Asphati Shoveler Asphaf. Distrib-uior ODeratcr Asphali Pavini;:i Ma.ohi:ne O:oe-.rator Batching-Plant ViJ'e-ighe-T Broom o: S.'11.·eeoer Operator Bulldozer Opera.tor Carpenter tR:ouah) Concrete .-misher-Paving Coocre,te ,-,ni:s'.ner -Structures Concrete Pavina Curbin:a Mach. Oper. Concrete Pavina Finislilirni Mach. 0Der. Concreie Paving Joint Sealer Oper. Concrete Pa-ilina Sa'N Oi:-er. Concrete Paving Spre.a::ler Opa. Concrete Rubber Crane, Olamsnell, Backhoe, Demcl:., Ora{l!iM. Shoi.-el Electrician Aagg:er Fonm Builder-S:!ructures Form Setter~ Paving & C-urbs Foundanoo Drill Ooera!or, Crawler Mounted roundation Drill Operafoi. Trucl! Mounted Fro:ni End loader Laborer-Common L-abore.r-Utilii)• Mectianic Milling Machine Opera-tot", Fine G.rade Mixer Oceratm· Motor Grader Operafor (Fine G.ra::le) Mcior Gra::ler Operator. Rouah Oiier Painier. Structures Pavement Ma.rkina Machine Ope-.r. Pipe.Laver Roller. Sie.el Wheel Pian!-Mix f''a'Veme.nis Roller, Steel Wheel Ottier Fla~I a«-Tam.oinci Roller, Pr.eurna!ic, Seli-Pr,cpelled Scraoer Reinfo:rcin.i Steel Sew (Paving} Reinfo:rcin::i Steel Setter (Structure} Sourt:>:: is AGC of T ecas (H'il.-y, Hvy, Utili:ties tndusuial Branch) WW"#i,•.access..gpogoYJdavisba.conf 03112109 ,1, __ , .. ;'.. • . ---'~-Hour1v Rates Classifications $11l.Ofi Scraper Operator $13_g,;i SeNic:Eor SB.813 Slip Form Machine Oceratci.r $f3_g-g Spreader Box O:>erator $12.78 Tractor cpe-rak>r. Cra•,t;er Tvoe $'1'4..15 Tractm ope-rator, PneumatJc Stl'.8.8 Tra,..e,lina Mixer Ocerator $'13.22 Truck Dri11e-1-Sin.gte Axle-(Light) $12.80 Truck DriYer-Sin.1:ile Axle (Heavv) $'t2.8:5 Truck DriYe-.r~ Tand;,m Axle Semi-Trailer $1:3.27 Truck DriYer-lo'ilo'boyfFloat $12.00 Truck Dr,i,•a-Transit Mix Wag;oo Drill. Boring Machine. Post Ho.le-$13.63 Driller $12.50 Welde.r --.-.--$13.56 Work Zor.e 8a.mcade Se.rYioer $14..50 $10.{U $14.112 $18."12 SB.43 $111.63 $111.83 $13.67 $16.30 $12.62 S9:1B $10.65 $16Jl7 $11.83 $1!1.58 $15..20 $14..50 $13~ 17 $10.04 $11.04 $1128 $10.92 $11.07 $14.Bfl $1'621 SC-63 • -:;,r--M • r.-; ·a ~ .~·· Hrly Rts S11.42 $12..32 $1~ 32, $10.92 $12.60 S12.91 St2J)3 sm.9i S11.47 $11.75 St4.93 S12.CitS :s,14.oo $13..57 $10.09
Part DA -Additional Special Conditions
DA-1
DA-2
DA-3
DA-4
DA-5
DA-6
DA-7
DA-8
DA-9
DA-10
DA-11
DA-12
DA-13_
DA-14
DA-15
DA-16
DA-17
DA-18
DA-19
DA-20
DA-21
DA-22
DA-23
DA-24
DA-25
DA-26
DA-27
DA-28
DA-29
DA-30
DA-31
DA-32
DA-33
DA-34
DA-35
DA-36
DA-37
DA-38
PART DA -ADDITIONAL SPECIAL CONDITIONS
AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ............ OMITTED
PIPELINE REHABILITATION CURED-IN-PLACE PIPE .................................. OMITTED
PIPE ENLARGEMENT SYSTEM ................................................................................... 4
FOLD AND FORM PlPE .................................................................................. OMITTED
SLIPLINING _ ....................... _ .......................................................................................... 12
PIPE INSTALLED BY OTHER THAN OPEN CUT ....................................................... 19
TYPE OF CASING PIPE .............................................................................................. 22
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. ............................................. 23
PROTECTIVE MANHOLE COATrNG FOR CORROSION PROTECTION ................... 25
MANHOLE REHABILITATION ........................................................................ OMITTED
SURFACE PREPARATION FOR MANHOLE REHABILITATION .................... OMITTED
INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ..... OMITTED
INTERIOR MANHOLE COATING -QUADEX SYSTEM ................................... OMITTED
INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ...................................... 28
INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ... -:::.·.~ .......................... :31
INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER. ....... .
...................................................................................... '. .................................. OMITTED
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ............ : .............. OMITTED
RIGID FIBERGLASS MANHOLE LINERS ....................................................... OMITTED
PVC LINED CONCRETE WALL RECONSTRUCTION .................................... OMITTED
PRESSURE G.ROUTING .................................................................. : .............. OMITTED
VACUUM TESTING OF REHABILITATED MANHOLES ............................ : .... OMITTED
Fl,BERGLASS MANHOLES ............................................................................. OMITTED
LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... OMITTED
REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................ 34
REPLACEMENT OF 6" CONCRETE DRIVEWAYS ......................... ; .......................... 34
REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .............................................. 35
GRADED CRUSHED STONES ................................. _ .................................................... 35
WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ............................................... OMITTED
BUTT JOINTS-MILLED ............................................................................................. 35
2" H.M.A.C. SURFACE COURSE (TYPE "D'' MIX) ..................................................... 36
REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................. OMITTED
NEW 7" CONCRETE VALLEY GUTTER ......................................................... OMITTED
NEW 4" STANDARD WHEELCHAIR RAMP ................................................... OMITTED
8" PAVEMENT PULVERIZATION ................................................................... OMITTED
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .......................... 37
RAISED PAVEMENT MARKERS .................................................................... OMITTED
POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..... OMITTED
LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ........... ..
............................. _ ............................................................................................. OMITTED-
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC .................................................. OMITTED
D·A-40 C-ONCRETE RIP RAP ................................................... .-................................... OMITTED
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS ............................................... OMITTED
~-2 6a~O.NCRETE PIPE FITTINGS AND -SPECIALS ................................................ OMITTED
DA-43 UNCLASSIFIED STREET EXCAVATION ........................................................ OMITTED
DA-44 6" PERFORATED PIPE SUBDRAIN ............................................................... OMITTED
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS ..................................... , ............... 38
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION .................................... OMITTED
10/23108 ASC-1
DA-47
DA-48
DA-49
DA-50
· DA-51
DA-52
DA-53
DA-54
DA-55
DA..:S6
DA-57
DA-58
DA-59
DA-60
DA-61
DA-62
DA-63
DA-64
DA-65
DA-66
DA-67
DA-68
DA-69
DA-70
DA-71
DA-72
DA-73
DA-74
DA-75
DA-76
DA-77
DA-78
DA-79
DA-80
DA-81
DA-82
DA-83
DA-84
DA-85
DA-86
DA-87
DA-88
DA-89
DA-90
DA-91
DA-9,2
DA-93
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
PAVEMENT REPAIR IN PARKING AREA ................................................................... 39
EASEMENTS AND PERMITS ...................................................................................... 39
HIGHWAY REQUIREMENTS ...................................................................................... 39
CONCRETE ENCASEMENT ....................................................................................... 39
CONNECTION -TO EXISTING STRUCTURES .................. -........................................ .40
TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... OMITTED
OPEN FIRE LINE INSTALLATIONS ................................................................ OMITTED
WATER SAMPLE STATION ............................................................................ OMITTED
CURB ON CONCRETE PAVEMENT ............................................................... OMITTED
. SHOP DRAWINGS .......................................................................................... OMITTED
COST BREAKDO-WN ..................................................................... ; ................ OMITTED
STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ....................... OMITTED
H.M.A.C. MORE THAN 9 INCHES DEEP ........................................................ OMITTED
ASPHALT DRIVEWAY REPAIR ................................................................................. .40
TOP SOIL .................................................................................... -::::~: ........................... 40
WATER METER AND METER BOX RELOCATION-AND ADJUSTMENT ....... OMITTED
BID QUANTITIES ............................................................................................. OMITTED
WORK IN HIGHWAY RIGHT OF WAY ....................................................................... .41
CRUSHED LIMESTONE (FLEX-BASE) ................ , ......................................... OMITTED
OPTION TO RENEW ....................................................................................... OMITTED
NON-EXCLUSIVE CONTRACT ........ .; .................................................... , ........ OMITTED
CONCRETE VALLEY GUTTER ....................................................................... OMITTED
TRAFFIC BUTTONS ........................................................................................ OMITTED
PAVEMENT STRIPING .................................................................................... OMITTED
H.M.A.C. TESTING PROCEDURES .......................... ; ..................................... OMITTED
SPECIFICATION REFERENCES ........................................ , ............ , .... , ...................... 41
RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX ............................................................................................ OMITTED
RESILIENT-SEATED GATE VALVES ............................................................. OMITTED
EMERGENCY SITUATION, JOB MOVE-IN ..................................................... OMITTED
1 Yz'' & 2" COPPER SERVICES ...................................................................... OMITTED
SCOPE OF WORK (UTIL. CUT) ...................................................................... OMITTED
CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) .. : ........................................ OMITTED
CONTRACT TIME (UTIL. CUT) ....................................................................... OMITTED
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ..................... OMITTED
TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ........................................ OMITTED
LIQUIDATED DAMAGES {UTIL. CUT) ............................................................ OMITTED
PAVING REPAIR EDGES (UTIL. CUT) ........................................................... OMITTED
TRENCH BACKFILL (UTIL. CUT) ................................................................... OMITTED
CLEAN-UP (UTIL. CUT) ........................................... ~ ...................................... OMITTED
PROPERTY ACCESS (UTIL. CUT) ................. : ................... _ ............................ OMITTED
SUBMISSION OF BIDS (UTIL. CUT) ............................................................... OMITTED
STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) .................................... OMITTED
CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) .................. OMITTED
2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) .................................................. OMITTED
ADJUST WATER VALVE B01cES, MANHOLES, AND VAULTS (UTIL. CUT) OMITTED
MAINTENANCE BOND (UTIL. CUT) . .-. .-~ .......................................................... OMITTED
BRICK PAVEMENT (UTIL. CUT) ..................................................................... OMITTED
ASC-2
DA-94
DA-95
DA-96
DA-97
DA-98
DA-99
DA-100
DA-101
DA-1·02
DA-103
DA-104
DA-105
DA-106
DA-107
DA-108
DA-109
DA-110
DA-11.1
DA-112
DA-113
. DA-114
DA-115
DA-116
DA-117
DA-118
DA-119
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
LIME STABILIZED SUBGRADE (UTIL. CUT) ................................................. OMITIED
CEMENT STABILIZED SUBGRADE (UTIL. CUT) ........................................... OMITIED
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............................. OMITIED
"QUICK-SET° CONCRETE (UTIL. CUT) ......................................................... OMITIED
UTILITY ADJUSTMENT (UTIL. CUT) .............................................................. OMITIED
STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) ......... .
......................................................................................................................... OMITIED
LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ........................ OMITIED
CONCRETE CURB AND GUTTER (UTIL. CUT) .......................................... OMITIED
PAY.MENT {UTIL. CUT) ............................................................................... OMITIED
DEHOLES (MISC. EXT.) .............................................................................. OMITIED
CONSTRUCTION LIMITATIONS (MISC. EXT.) ....... : .. :············· ................... OMITIED
PRESSURE CLEANING AND TESTING (MISC. EXT.) ............................... OMITIED
BID QUANTITIES (MISC. EXT.) ...... , .. ; ........................................... ; ............. OMITIED
LIFE OF CONTRACT (MISC. EXT.). ....................................... :::.~~:.-................ OMITIED
FLOWABLE Fill (MISC. EXT . .) .................................................................. OMITIED
_BRICK PAVEMENT REPAIR (MISC. REPL.) .............. ; ................. ~ ............. OMITIED
DETERMINATION AND INITIATION OF WORK (MISC. REPL.L ....... : ........ OMITIED
WORK ORDER COMPLETION TIME {MISC. REPL.) ................................. OMITIED
MOVE IN CHARGES (MISC. REPL.L ............................ : ............................ OMITIED
PROJECT SIGNS (MISC. REPL.} ....................... , ......... : ........ ; ..................... OMITIED
LIQUIDATED DAMAGES (MISC. REPL.) .................. : ... , .. , .......... : ................. OMITIED
TRENCH SAFETY SYSTEM DESIGN(MISC. REPL.L. .. :···············: ............ OMITIED
FIELD OFFICE ......................................................... ; ............... · ......... , ............ OMITIED
TRAFFIC CONTROL PLAN .................................. .-... ~ ...................... : ........................ 43
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .. OMITIED
CATHODIC PROTECTION SYSTEM ....................................................................... 43
ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS -OMITTED
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMITTED
DA-3 PIPE ENLARGEMENT SYSTEM
A. GENERAL:
1.
2.
3.
4.
10123108
Description: This specification includes requirements to rehabilitate existing
sanitary sewers by the pipe enlargement system, . herein called Pipe Bursting or
Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting
the existing pipe to install a new polyethylene pipe and reconnect existing sewer
service connections. J
i
Methods : This section specifies the approved system ...method or process t~
include all labor, materials, tools, equipment~nd incidentals necessary to provid~
far the complete rehabilitation of deteriorated · gravity sewer lines by the Pip~
Bursting/Crushing systems. Approved methods include: the PIM Corporation
(PIM System), Piscata Way, New Jersey; McLat Construction (McConnell Systenj
for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TR~
System), Calgary, Canada. Refer to ParLD -SPECIAL CONDlTIONS D-34
SIBSTITUTIONS for information regarding p~e-approval procedures for altemativ~
processes. .. ' . ~
Definition: The Pipe Bursting/Crushing syst~m is defined as the reconstruction at
gravity sewer pipe by installing an approved pipe material, by means of one of the
pre-approved methods set forth in Section A.2 of this specification. The procesJ
involves th~ use of a static, hydraulic or pneumatic hammer "moling" device\
suitably sized to break out the old pipe or using modified boring "knife" with ~
flared plug that implodes and crushes. the existing sewer pipe. . Forward progress
of the "mole" or the "knife" may be aided by the use of hydraulic equipment or
other apparatus, as specified in the approved methods.. The replacement pipe i~
either pulled or pushed into the bore . The method allows for replacement of pipe
sizes from 8" through 21" and/or upsizing in varying increments up to 21". Thi4
specification is based on the precedent that the Pipe Bursting/Crushing system
used has been pre-approved by the Fort Worth Water Department. I
Quality Assurance: I
The Contractor shall be certified by the particular Pipe Bursting/Crushing system
manufacturer that such firm is a licensed installer of their system. No other Pip~
Bursting/Crushing system other than those listed in Section A.2. of these
specifications is acceptable. · · !
l
a. Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fusing, handling, and installing the
polyethylene · pipe. Training shall be performed by a qualified
representative as determined by the pipe manufacturer. 1
ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fusing, handling, and installing the
polyethylene pipe. Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
5. Submittals: Submit for review and acceptance, the following Contractor's Work
Plan and Drawings to the City:
6.
a. Shop drawings, catalog data, and manufacturer's technical data showing
complete information on material composition, physical properties, and
dimensions of new pipe and fittings. Include manufacturer's
recommendation for handling, storage, and repair of pipe and fittings if
damaged. · /
i
b. Location and number of insertion or access pits__shall be planned by
Contractor and submitted in writing prior to excavation for approval by th~
a~ I
!
i
c. Method of construction and restoration of existing sewer servic~
connections. This shall include: I
1)
2)
3)
4)
i
Detail drawings and written description of the entire construction
procedure to install pipe, bypass ·Sewage flow and reconnection Of
. t· I sewer service connec ions. · 1
I
i
Working drawings for information only showing sewage flow
bypass, and maintenance of traffic. · Contractor shall provide fgr
continuous sewerage flow. Dewatering shall be the Contractor'~
responsibility. i
!
Certification of workmen training for installing pipe.
Television inspection reports and video tapes made after new pip~
installation. I
! Delivery, Storage, and Handling:
i
a .
b.
C.
i
Transport, handle, and store pipe and fittings as recommended by
manufacturer. I
!
If new pipe and fittings become damaged before or during installation, 1t
shall be repaired as recommended by the manufacturer or replaced ab
required by the Project Manager at the Contractor's expense, be.fore
I proceeding further. !
Deliver, store and handle other materials as required to prevent damage.
B. MATERIALS:
10123108 ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Polyethylene Piping Material: The pipe and fitting material shall be high density,
extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM
01248, Type Ill, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe
Institute) recommended designation of PE3408 and cell classification 345434C per
ASTM 03350. The molecular weight category shall be extra high (250,000 to
1,500,000) as per the Gel Permeation Chromatography determination procedure ·
with a typical value of 330,000.
a. The interior of the pipe shall be a light reflective color to facilitate closed
c.ircuit television inspection.
b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI
TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi
at 73 F and 800 ps.i at 140 F.
c. The manufacturer's certification shall state that the pipe was manufactured
from one specific resin and shall st!3te the resin used and its source. All
pipe shall be made of virgin material .. No rework, except that obtained from
the manufacturer's own production of the same formulation, shall be used.
d. Pipe supplied under this specification shall have a nominal Ductile Iron
· · Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and
minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a
lower SOR ratio and higher pressure rating may be used in lieu of the
minimum specified.
2. Tests: The Contractor shall be required ta se,nd submittals to the City of Fort
Worth on the production material.
a. The pipe manufacturer shall provide certification that samples of the
production product meets these specifications. The certification will state
that production product has been tested in accordance with ASTM D2.837,
and validated in accordance with the latest revision of PPI TR-3.
b. The pipe manufacturer shall provide certification that stress regression
testing has been performed on the specific product. Certification shall
include a stress life curve per ASTM D2837 and testing shall have been
performed in accordance with ASTM 02837.
c. Rejection: Polyethylene plastic pipe and fittings may be rejected far failure
to meet any of the requirements of this specification.
C. SEWER SERVICE CONNECTIONS :
1.
2.
10123108
Sewer Service Connections: Sewer service connections shall be connected to the
new pipe by mechanical or fusion methods. Once the saddle is secured, a hole
shall be . drilled in the pipe the full inside diameter of saddle outlet.
Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound
that meets the requirements of ASTM 01248, Class C, have stainless steel straps
ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
and fasteners, neoprene gasket and backup plate. Mechanical saddles shall be
Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle
manufactured by DuPont, or approved equal. Fusion saddles shall be
electrofusian branch saddles as manufactured by Central Plastics Company, or
approved equal.
3. Connection to Existing Service: Connections to the existing sewer service
connections pipe shall be made using flexible couplings. All flexible couplings
shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer
Co., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be
cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the
service 1.ateral ta trench intersection and shall be in accordance with these
specifications.
The Contractor shall, upon request, permit the Engineer to.take elevations on both
the existing and new portions of the service connection pole to determine final
grade and invert elevations. Elevation changes greater than 0.10 feet from the
house lateral piping and shall be. re.connected as directed by the Engineer.
4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours.
D. PREPARATION:
10123/08
1. Bypassing Sewage:
2.
3.
a. The Contractor shall bypass the s.ewage around the section or sections of
sewer to be rehabilitated. The bypass shall be made by plugging existing
upstream manhole and pumping the sewage. into a downstream manhole.
or adjacent system or other method as may be approved by the Engineer.
The pump and bypass lines shall be of adequate capacity and size ta
handle the flow without sewage backup occurring ta facilities connected ta
the sewer.
b. The Contractor shall be responsible for continuity of sanitary sewer service
ta each facility connected to the section of sewer during the execution of
the work.
If sewage backup occurs and enters buildings, the Contractor shall be
responsibl.e for clean-up, repair, property damage casts and claims.
Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the
existing sewer (heavy solids, dropped joints, protruding service taps or collapsed
pipe) which will prevent completion of the pipe bursting/crushing process, and
cannot be removed by conventional sewer cleaning equipment, then an
obstruction removal shall be made by the Contractor, with the approval of the
Engineer.
Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER
LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre-
construction television inspection reveals a sag in the sewer line, the Contractor
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
shall be responsible for bringing the proposed sewer pipe to an acceptable grade
without a sag . A sag is defined as any sewer line segment more than 3 feet in
length which ponds water in the absence of sewage flow. The contractor shall
take the necessary measures to eliminate the sag by the method of: pipe
replacement, digging a sag elimination pit and bringing the bottom of the pipe
trench to a uniform grade in line with the existing pipe invert or by other measures
that shall be acceptable to the Engineer and the City.
a. Identification of Sags: Sags shall be identified by television inspection in
the absence of sewage flow. If available, the Contractor shall be furnished
television tapes from the City identifying the sag location. Flow shall be
blocked at an upstream manhole and diverted to another sewer line or
downstream manhole below the segment of pipe to be inspected. TV
inspection shall be performed in accordance with television inspection of
sanitary sewer lines. Video tapes shall be submitted_to the City for review.
b. Correction of Sags: Sags. shall be corrected by open cut and by adding
additional bedding material to bring the sag back to grade where access is
available. For pipe enlargement methods, all sags identified on the pre-
construction video tapes shall be corrected prior to commencing with pipe
enlargement.
In instances where sags are located under existing structures, the existing
sewer line may be relocated using open cut or boring methods. The City
shall specifically review potential relocation 's and evaluate the
constructability, economics and engineering feasibility prior to construction
work.
c. Measurement and Payment: Measurement and payment to correct sags
shall be per linear foot of pipe construction to correct the sag . For pipe
bursting methods, open-cut or bore construction, the applicable bid prices
in the proposal section shall apply.
4. Television Inspection: Inspection of the pipelines shall be performed by
experienced personnel trained in locating breaks, obstacles and service
connections by closed circuit color television. Television inspection shall be in
accordance with the specifications contained herewith for "Pre-and Post-
Construction Te.levision Inspection of Sanitary Sewer Lines", Part D -Special
Conditions D-35 and D-38, respectively.
E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION:
10/23108
1. Site Organization:
a.
b.
Insertion or access pits shall be located such that their total number shall
be minimized and the length of replacement pipe installed in a single pull
shall be maximized.
Existing manholes shall be utilized wherever practical. Manhole inverts and
bottoms may be removed to permit access for installation equipment.
ASC-8
-
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. Equipment used to perform the work shall be located away from buildings
so as not to create a noise impact. Provide silencers or other devises to
reduce machine noise as needed to meet requirements.
d. The actual pipe enlargement procedure shall commence prior to 11 :00 AM
in order to afford the contractor ample time to complete all related work
within the allotted workday, which is defined as the hours between 7:00 AM
and 6:00 PM, so as not to impose on the peace and comfort of persons in
the immediate vicinity. No actual pipebursting work shall be started after
11 :00 AM; all actual pipebursting activity shall cease at 6:00 PM . Other
activities other than the actual pipebursting may continue after 6:00 PM.
2. Finished Pipe.: The installed replacement pipe shall be continuous over the entire
length of each pipe segment from manhole to manhole _Qn.d shall be free fro~
visual defects such as foreign inclusions, concentrated ridges, discolorationi
pitting, varying wall thickness, pipe separation, other deformities. Replacement
pipe with gashes, nicks, abrasions, or any such physical damage which may have
occurred during storage and/or handling, which are larger/deeper than 1.0% of th~
wall thickness shall not be used and shall be removed from the construction sitel
The replacement pipe passing through or terminating in a manhole shall bJ
care.fully cut out in a shape and manner approved by the Engineer. The invert an~
benches shall be streamlined and improved Jar smooth flow. The installed pipe
shall meet the leakage requirements of the pressure test specified later. l
3. Pipe Jointing:
a.
b.
C.
;
Sections of polyethylene replacement pipe shall be assembled and joined
on the job site above the ground. Jointing shall be accomplished by th$
heating and butt-fusion system in strict conformance with the
manufacturer's printed instructions. · i
The butt-fusion system for pipe jointing shall be. carried out in the field bi
operators with prior experience in fusing polyethylene pipe with simila [
equipment using proper jigs and tools per standard procedures outlined by
the pipe manufacturer. These joints shall have a smooth, uniform, double
rolled back bead made while applying the proper melt, pressure, and
alignment. It shall be the sole responsibility of the Contractor to provide an
acceptable butt-fusion joint. All joints shall be made available far
inspection by the Engineer before insertion. The replacement pipe shall be
joined on the site in appropriate working lengths near the insertion pit. Th~
maximum length of continuous replacement pipe which shall be assembled
above ground and pulled on the job site at any one time shall be 600 linear
f~ I
!
For situations where the replacement . pipe is not pulled all the way to thJ
manhole or if it is impossible to pull the missle all the way through, the
following shall apply: At the direction of the Engineer, a 12"-18" full circle
steel clamp shall be utilized to connect segments of the HDPE pipe. ·
ASC-9
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. New Pipe Installation :
a. Thread winch cable or chain and associated lines through sewer section to
be rehabilitated. Keep lines away from pedestrian and vehicular traffic .
b. Existing manholes may be used for launch and receiving access. Remove
manhole invert and bottom as required. Pull winch chain through sewer
section and attach to cutter and machine head. Lower into launching
manhole, apply winch tension pulling the cutter and head into the sewer
until the rear of the machine is flush with the manhole wall . Attach steel
starter pipe and advance assembly until the rear of the steel starter pipe is
flush with the manhole wall. Lower hydraulic jack into the manhole and
align . Insert new pipe by simultaneous operation of the jack and winching
the cutter and head forward .
5. Anchoring New Pipe and Sealing Manholes:
a. After the new pipe has been installed in the entire length of the sewer
section , anchor the pipe at manho les . The new pipe shall protrude in the
manholes for enough distance to allow sealing and trimming .
b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10)
hours. after installation. Provide a flexible gasket connector in the manhole
wall at the end of the new pipe, centered in the existing manhole wall .
Grout flexible connector in the manhole, filling all voids the full thickness of
the manhole wall . ·
c. Restore manhol.e bottom and invert.
6. Field Testing :
a. Low Pressure Air Test of Replacement Pipe : After a manhole-to-manhole
section of sanitary sewer main has been pipe burst/crushed and prior to
any service lines being connected to the replacement pipe, the pipe shall
be plugged at each manhole with pneumatic plugs. The design of the
plugs shall be such that they will hold against the test pressure without
requiring external blocking or bracing . One of the plugs shall have three air
hose connections ; one for the inflation of the plug, one for reading the air
pressure in the sealed line, and one for introducing air into the sealed line .
Low pressure air shall then be introduced into the sealed line until the
internal air pressure reaches 4.0 psig greater than the average back
pressure resulting from any ground water that may be over the pipe. At
least two minutes shall elapse to allow the pressure to stabilize. The time
required for the internal pressure to de.crease from 3.5 to 2.5 psig greater
than the average back pressure resulting from any ground water that may
be over the pipe, shall not be less than the time shown for a given pipe
diameter in the following table:
ASC-10
PART DA -ADDITIONAL SPECIAL CONDITIONS
Carrier Pipe Minimum Elapsed
Diameter (inches) Time (minutes)
8 4
10 5
12 6
15 7
b. Post-Construction Television Inspection of New Pipe: Refer to Special
Condition far Post-Construction Television Inspection of Sanitary Sewer.
F. MEASUREMENT AND PAYMENT:
1. Pipe Installation: Pipe installation will be measured far payment by the linear foot
of pipe actually installed in the various diameters of sewers-measured along the
centerline of the sewer from centerline to centerline of manholes. Payment will be
made far the quantities measured at the unit price per linear foot far the various
sewer diameters listed.
2. Service Reconnectians: · Installation of sewer service connections will be
measured far payment by each actually reconnected to the installed pipe.
Payment will be made for the quantities measured at the unit price per each listed.
Payment shall include required excavation and · backfill, saddles, flexible
connections, and all other · incidentals necessary to successfully reconnect sewer
service lines to the rehabilitated sewer. Payment shall not include pavement
replacement, which if required, shall be paid separately.
3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic
Jet cleaning shall be performed by bucket machines. The payment for such
cleaning shall be included in the bid item far Pre-Construction Television
Inspection of Sanitary Sewer Lines.
4. By-pass Pumping: The Contractor shall provide diversion far the flow of sewage
around the section or sections of pipe designated for rehabilitation. The pumps
and by-pass lines shall be of adequate capacity and size to handle all flows. All
costs far by-pass pumping required during installation of the pipe shall be
subsidiary to pipe enlargement
5. Subsidiary Work: Any damage to utilities and property, resulting repairs,
temporary service costs, etc . shall be borne by Contractor. Repair and/or
replacement of fences, sprinkler system piping and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no additional payment will be allowed.
6. Testing : All cost far testing the replacement pipe by a pressure method will be
incidental to pipe installation.
DA-4 FOLD AND FORM PIPE -OMITTED
10/23108 ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-5 SLIPLINING
A. GENERAL: This section includes requirements to rehabilitate existing sanitary sewers by
sliplining with polyethylene pipe.
B. MATERIALS
10123108
1.. Polyethylene Slipline Pipe:
a. The properties of the material shall be determined in accordance with
ASTM D638. ASTM D638 shall be used to determine that the thermal butt-
fusion joints are stronger than the materials joined.
b. The malt index of the polyethylene resin shall be determined in accordance
with ASTM D1238, Condition E, and shall be equal _ to, or between 0.05
g/1 o min. and 1.00 g/1 o min .
c. The density of the bas.e polyethylene resin shall be determined in
accordance with ASTM D1505 and be equal to, or between, 0.941 glee and
0.955 glee.
d. · The material shall be tested in accordance with ASTM D1693, Condition C.
'
e. Polyethylene pipe and fittings may be rejected for failure to meet any of the
requirements of this specification.
f. The sewer liner pipe and fittings shall be made of a polyethylene pipe
compound that meets the requirements for Type Ill, Class C, Grade P-34,
Category 5, polyethylene. material as defined in ASTM D1248 or ASTM
D3350, and having a PPI rating of PE3408, and cell classification 345434D
or E per ASTM D3350. A higher numbered cell classification limit which
gives a desirable higher primary property, per ASTM 3350 , may also be
accepted by the Engineer at no additional cost to the City. The molecular
weight category shall be extra high (250 ,000 to 1,500,000) as per the Gel
Permeation Chromatography determination procedure with a typical value
of 330 ,000 .
g . Before beginning work, the Contractor shall submit for approval, the
vendor's spe.cific technical data with the complete information on resin,
physical properties of pipe and pipe dimensions pertinent to this job. A
certificate of "Compliance With Specification" shall be furnished for all
materials to be supplied. The manufacturer's. certificate shall state the pipe
was manufactured from one specific resin and shall state the resins used
and its source. All pipe shall be made of virgin material. No rework except
that obtained from the manufacturer's own production of the same
formulation shall be used .
The City will run tests on field samples per applicable ASTM specifications
at an independent laboratory for verification of the required physical
properties and characteristics. The number of samples taken shall be at
ASC-12
PART DA -ADDITIONAL SPECIAL CONDITIONS
the City's discretion. All samples sha ll be provided by the Contractor at no
charge to the City. The City shall pay all charges for all testing of the liner
material if they are found to meet specification. All retesting of materials
not initially meeting these specifications shall be at the Contractor's
expense.
h. All polyethylene sliplining pipe shall conform to the sizes and Standard
Dimension Ratio (SOR) requirements shown on the drawings .
i. Lengths: Standard lengths shall be used whenever possible , (40 foot
sections). Where construction difficulties prevent the use of standard pipe
sizes , other pipe s.izes may be specified .
j . Pipe.s shall be joined to one another and to polyethylene fittings by thermal
butt-fusion in accordance with ASTM D2657 and ASIM 03350 . Butt-fusion
joining and site location, joining shall be performed within or outside the
excavation. Joints between pipe sections shall be smooth on the inside
and internal projection beads shall not be greater than 3/16 inch .
k. The tensile strength at yield of the butt-fusion joints shall not be less that of
the pipe.
2. Sewer Service Connections: Mechanical and fusion-bonded saddles shall be
made of polyethylene pipe compound that meets . the requirements of ASTM 0-
2448, Type IV, Class C. Mechanical saddles shall have stainless steel straps and
fasteners and neoprene gaskets. Mechanical saddles shall be Strap-on-Saddle
Type as manufactured by Orisco Pipe or Tapping Saddle as manufactured by
DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles
as manufactured by Central Plastics Company, or approved equal.
Saddles for use on PVC pipe shall be molded fittings as recommended by the PVC
pipe manufacturer, and shall conform to the requirements of ASTM 03034, SOR
35.
C. EXECUTION
1.
2.
10/23108
Cleaning and Television Inspection of Sanitary Sewers.: Cleaning and television
inspection of sanitary sewers to be sliplined shall be completed per the
requirements of Special Condition for pre-construction television inspection . All
material encountered in the existing sewers shall be removed and disposed of by
the Contractor. All video tapes s.hall be delive red to the City's representatives for
evaluation prior to any sliplining operations.
Obstruction Removal: The Engine.er shall determine where obstruction removal
(due to dropped joints, collapsed pipe, roots , rocks , obstructions in the pipe which
cannot be removed by the cleaning equipment or other reasons) will be required.
The Contractor shall locate the insertion pits at these obstruction locations
whenever possible , and no additional payment will be authorized to the Contractor.
When obstruction removal is required at locations other than insertion pits,
ASC-13
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
payment for the obstruction excavation at the appropriate Contract unit price will
be authorized.
3. Sewer Cleaning by Bucket Machine and Root Cutting: Heavy cleaning requiring
more than hydraulic jet cleaning shall be performed by bucket machines or root
cutting, as required. No additional payment for such cleaning and/or root cutting
shall be made .
4. Insertion or Access Pits: The location and number of insertion or access pits shall
be planned by the Contractor and submitted in writing for approval by the Engineer
prior to excavation . The pits shall be located such that their total number shall be
minimized, and the footage of liner pipe installed in a single pull shall be
maximized . ·
5 .
Before excavation is begun, it will be the. responsibility of the . Contractor to check
with the various utility companies and determine the location of the. utilities in the
vicinity of the work area. i
I
!
Damage done to utilities and the resulting repair, temporary service cost, etc i,
shall be borne by the Contractor. !
i
AH excavations shall be properly sheeted/shored in accordance with OSHA
specifications for trench safety systems . Any damage resulting from improperly
shored excavations shall be corrected to the . satisfaction of the Engineer with .n?
· compensation to the Contractor. f
1
All open excavations shall be kept secure at all-times. by the use of barricades witn
appropriate lights and signs , construction tape, covering with steel plates, etc., o,r
as directed by the Engineer. !
f
The cost for bypass pumping if required around an insertion pit, from a manhole
upstream to a manhole downstream, shall be included in the Unit Price Bid fqr
sliplining. \
I
Excavation for insertion pits shall not be paid far separately, but shall be included
in the Unit Price Bid for sliplining.
Insertion of Polyethylene Liner Pipe into Carrier Pipe: The existing sewer wi )I
remain in operation during the sliplining process whenever possible . Obstructions
such as roots, large joint offsets, rocks or other debris, etc., that would preverit
passage or damage to the other pipe sections must be removed or re.paired prior
to installing the new pipe. After completing the insertion pit excavation, the top tjf
the existing sanitary sewer line shall be removed, where required, down to the
spring line. A power winch cable shall then be connected to the end of the liner by
use of a suitable pulling head, equal to the outside diameter of the l.iner. The
pulling head shall be adequately secured to the liner and then attached to th~
power winch cable so that the liner can be satisfactorily fed and pulled through the
sanitary sewer main. Proper bumpers shall be provided in the insertion pit in order
to prevent the ragged edges of the existing pipe from scarring the outside of the
liner as it is pulled into the existing sewer.
ASC-14
10123108
PART DA -ADDITIONAL SPECIAL CONDITIONS
Precautions shall be taken not to damage the liner or break or separate any of the
butt-fused joints. Sufficient time (a minimum of 24 hours) shall be allowed for the
liner to return to its normal length assuming the over-elongation is due to a higher
temperature at the time of installation) based upon the average temperature in the
sewer. The length of the liner pulled in any one segment shall be limited to
prevent any backup of service lines which may result due to restricted flow through
the annular space .
Maximum Allowable Pulling Force . In order to ensure the integrity of the
polyethylene liner, the pulling force exerted on the liner shall be limited to that
indicated on the following table for the appropriate outside diameter of the
polyethylene liner:
POLYETHYLENE LINE OUTSIDE
DIAMETER (INCHES)
5.375
7.125
8.625
10.750
14.000
18 .000
21.000
24.000 ·
MAXIMUM PULLING
FORCE (TONS)
3 .5
4 .0
7.5
10.5
12.0
21.5
35.0
52.0
' The Contractor shall use a suitable pulling head so that the pulling head and liner
will separate from each other when the pulling force exerted on the liner reaches
the amount indicated above. The pulling head design (including calculations) shall
be approved by the Engineer prior to its use. ·
As an alternative, the Contractor may be permitted to us.e a measuring device
(spring, gauge, etc.) connected to the pulling cable which shall register the pulling
force being exerted on the liner. The pulling force shall not exceed those values
indicated above for the applicable outs.ide diameter of the polyethylene liner. The
measuring device shall be approved by the Engineer prior to its use .
The Contractor may be allowe.d to push the liner subject to the Engineer's
approval. Care shall be taken to avoid any buckling of the liner by limiting the
stroke of the backhoe. Any portion of the liner damaged during this insertion
process shall be cut out and the liner rejected. In certain cases, the Contractor
may be permitted to use a combination of pulling and pushing to enhance the
insertion of the liner. A liner that is permitted to be pushed shall not have an open
end which can allow sand or other debris to be pushed into the liner.
A pipe manufacturer's representative shall be onsite to · assist the Contractor for
the first full day of slipline pipe installation.
ASC-15
10123108
PART DA -ADDITIONAL SPECIAL CONDITIONS
6. Use of Clamps and Encasement for Polyethylene Pipe: Where excavations for the
insertion of the liner are made between two manholes, the ends of the liner will be
cut smooth, square to the axis of the liner, so that it can be joined in a workman-
like manner. The liner shall be joined with a JCM Industries Type 108 or equal, all
stainless steel (including bolts and lugs), full circle, Universal Clamp Coupling with
a 1/4-inch minimum thickness grid type gasket. Clamps shall be selected to fit the
outside diameter of the liner pipe. Minimum clamp widths shall be selected from
the following table :
OUTSIDE. DIAMETER
OF LINER PIPE
(Inches)
5.375
7.125
8.625
10. 750 or Greater
MINIMUM
WIDTH OF CLAMP
(Inches)
12
15
18
30
In all excavations where the liner is not within the existing sanitary sewer line
(carrier pipe) cement stabilized sand bedding ·shall be installed. Visual inspection ·
is required for approval of bedding before backfill is completed.
7. Testing of the Liner: Testing will be required -after the liner has been installed in
the existing sanitary sewer main. The first is a low pressure air test of the liner
before it has been sealed in place at the manholes and before any service
reconnections have been made to the liner. The purpose of this test is to check
the integrity of the joints that have been made and to verify that the liner has not
been damaged by inserting it into the sanitary sewer.
a. Low Pressure Air Test Procedure: After a manhole-to-manhole section of
sanitary sewer main has been sliplined and prior to any s.ervice lines being
connected to the new liner, the liner shall be plugged at each manhole with
pneumatic plugs. The design of the plugs shall be such that they wi.11 hold
against the test pressure. without requiring external blocking or bracing.
One of the plugs shall have three (3) air hose connections; one for the
inflation of the plug, one for reading the air-pressure in the sealed line, and
one for introducing air into the sealed line.
Low pressure. air shall then be introduced into the sealed line until the
internal air pressure reaches 4.0 psig greater than the average back
pressure resulting from any groundwater that may be over the pipe . At
least two (2) minutes shall elapse to allow the pressure to stabilize.
The time required for the internal pressure to decrease from 3.5 to 2.5 psig
greater than the average back pressure resulting from any ground water
that may be over the pipe , shall not be less than the time shown for a given
pipe diameter in the following table :
CARRIER PIPE MINIMUM
ASC-16
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
OUTSIDE DIAMETER ELAPSED TIME
(Inches) (Minutes)
5.375 3
7.125 4
8..625 5
10.750 6
14.000 7
18..000 8.
Lines over 18. inches shall be approved far payment by Visual and T. V..
Inspection in accordance with Special Condition D-38..
8.. Sealing Liner in Manholes: After the pipe has reached. equilibrium the annular
space between the liner and the existing sanitary sewer rrraln must be sealed at
each manhole with a chemical seal and nonshrink grout. Oakum soaked in
Scotchseal 5600 or equal shall be placed in a band to form an effective water-tight
gasket in the annular space between the liner and the existing pipes in the
manholes. The width of the band shall be a minimum of 12" or one-half the
diameter of the pipe, whichever is greater. It shall be finished off with a non-shrink
grout placed around the annular space from inside the manhole and shall not be
less than 6" wide. The chosen method, including chemicals and materials, must
be approved by the Engineer . The Contractor s_hall cut the liner so that it extends
4" into the manhole. The Contractor shall make a smooth, vertical cut and slope
the area over the top of the exposed liner us.ing non-shrink grout. The Contractor
shall also use cementitious grout to form a smooth transition with a reshaped
invert and a raised manhole bench such that neither the shape edges of the liner
pipe, nor the concrete bench, nor the channeled invert shall exist to catch debris
and create a stoppage. The invert of the ·. manhole shall also be reworked
( smoothed and built-up) to match the flow line of the new liner.
The liner pipe shall be allowed to normalize to ambient temperatures, as well as
recover from any imposed stretch, a minimum of 24 hours in the case of
polyethylene, before being cut to fit between manholes and proceeding with
reshaping and/or smoothing the manhole invert.
9. Sewer Service Connections:
a.
b.
Sewer service connections shall be connected to the new pipe by
mechanical or fusion methods. Once the saddle is secured, a hole shall be
drilled in the pipe, the full inside diameter of the saddle outlet.
Connections to the existing sewer service connection pipe shall be made
using flexible Fernco sewer connectors, or approved equal. Backfill at
service connections shall be cement stabilized sand (2 sacks per cubic
yard) to a point 12 inches above the service lateral to trench intersection
and s.hall be in accordance with these Specifications.
ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. The Contractor shall upon request, permit the Engineer to take elevations
on both the existing and new portions of the service connections pipe to
determine final grade and invert elevations. Elevation changes greater
than 0.10 feet from the house lateral piping shall be reconnected as
directed by the . Engineer.
d. Service interruptions to homes shall not exceed 18 hours.
D. MEASUREMENT AND PAYMENT
10/23108
1. Pipe Installation: Pipe installation will be measured for payment by the linear foot
of pipe actually installed in the various diameters of sewers measured along the
centerline of the sewer from centerline of manholes . Payment will be made for the
quantities measured at the unit price per linear foot for the various sewer
diameters listed .
2. Service Reconnections :
3 .
4 .
!
a. Installation of sewer service connections will be measured for payment by
each actually reconnected to the installed pipe. Payment will be made for
the quantities measured at the unit price per each listed . '
(
b. Payment includes all required excavation and backfill, surface restoration ,
saddle.s, flexible couplers , up to 5' of service line , and all appurtenant work.
c. Payment for additional service line (over 5' at each service reconnectio11)
will be paid for at the appropriate Contract Unit Price . Payment includes all
required additional excavation, backfill, surface restoration, and all
appurtenant work.
Television Inspection and Cleaning: 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 pipe actually cleaned and televised. This contract requires the Contractor to TV
inspect the sewer lines twice, once before and once after construction. Pre-
Cleaning and Television Inspection shall be paid at the Contract Unit Price for all
pipe successfully cleaned and television inspected. The amount paid to the
Contractor for Post Construction Television Inspection shall be the Unit cost times
the length of pipe lined.
Obstructions: Obstructions such as roots , large offset joints , rocks, or other
debris , that would prevent passage or cause damage to pipe and must be
removed or repaired before installing the pipe will be paid for at the Contract Unit
Price per obstruction removal. Payment shall include all excavation and backfill
costs, pipe replacement, surface restoration and appurtenant work required to
complete each obstruction removal. Obstruction located within ten feet of each
other shall be included in only one obstruction removal. Trench Safety System, if
ASC-18
PART DA -ADDITIONAL SPECIAL CONDITIONS
required, shall be pa id for at the Contract Unit Price. Contractor will not be paid for
obstruction removal located at insertion pits .
5. Subsidiary Work: Any damage resulting to utilities and property, resulting repairs,
temporary service costs, etc. shall be borne by Contractor. Repair and/or
replacement fences., sprinkler system piping , and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no add itional payment will be allowed .
6 . Testing : All cost for testing the replacement pipe by a pressure method will be
incidental to the installation.
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT
A
;
GENERAL: i I
' i
1.. Furnish materials and necessary accessories, with strengths , thickness, coating s',
· and fittings ind icated, specified and/or necessary to complete the work. !
2 All excavation shall provide an open area conforming to the outside diameter of
the casing and/or carrier conduit. The excavation shall be to an alignment and
grade which will allow the carrier conduit to be installed to proper line and grade as.
shown an the Plans and as established in the Specifications .
3. Work shall be performed in accordance with the requirements of the City of For;t
Worth Water Department, the Texas Department of Transportation, or railroad
company, as applicable.
B. MATERIALS:
10123108
1. Casing Pipe : Casing pipe shall be steel conforming to ANSI B36.10 and the
fallowing :
2 .
3.
4.
a. . Field Strength : 35,000 psi minimum.
b. Wall thickness: 0 .312 in. minimum (0 .5 far railroad crossings).
c . Diameter: As shown on the drawings (minimum size requirements).
d. Joints: Continuous circumferential weld in accordance with AWS 01 .1 .
Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents.
Sewer Pipe without Casing Pipe : Shall be minimum Class 51 ductile iron pipe , or
as designated on the plans.
Grout: Grout shall be Portland Cement grout of min . 2000 psi compressive
strength at 28 days. Proportioned not less than 1 cu . ft . of cement to 3 cu. ft. of
fine sand with sufficient water added to provide a free flowing thick slurry.
ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
10123108
1. Where sewer pipe is required to be installed under railroad embankments or under
highways, streets or other facilities in other than open cut, construction shall be
performed in such a manner so as to not interfere with the operation of the
railroad, street, highway, or other facility, and so as not to weaken or damage any
embankment or structure. During construction operations., barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained, until such
time as the backfill has been completed and then shall be removed from the site.
2. Pits and Trenches:
a. If the grade of the pipe at the end is below the ground surface, suitable pits
or trenches shall be excavated for the purpose of conducting the jacking or
tunneling operations and for placing end joints of the pipe.. Wherever end
trenches are cut in the sides of the embankment or beyond it, such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in.
b. The location of the pit st,all meet the approval of the Engineer.
c. The. pits of trenches excavated to facilitate , these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed.
3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place.
a.
b.
The boring shall proceed from a pit provided for the boring equipment and
workmen. The holes are to be bored mechanically. The boring shall be
done us.ing a pilot hole. B.y 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 cuttings and
installation of the pipe immediately thereafter.
ASC-20
' ,·•
10123108
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. Allowable variation from the line and grade shall be as specified under
paragraph A.2. All voids between bore and outside of casing shall be
pressure grouted.
4. Installation of Carrier Pipe in Casing :
a. Sanitary sewer pipe located within the encasement pipe shall be supported
by "skids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing, and to keep the installed line from resting on the bells .
b. All skids shall be treated with a wood preservative. Skids should extend for
the full length of the pipe with the exception of the bell area and spigot area
necessary for assembly unless otherwise specified.
c. The Contractor shall prevent over-belling the pipe while installing it through
the casing. A method of restricting the movement between the ass.embled
bell and spigot where applicable shall be provided .
d. At all bored , jacked, or tunneled installations, the annular space between
the carrier pipe and casing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe .
The backfill material will not be required unless specified on the plans and
specified by the Engine.er.
e. Closure of the casing after the p ipe has been installed shall be plugged at
the ends of the casing as shown on the drawings or as required by the
Engineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe:
6.
a. As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe.
b. When a casing pipe is not designated on the drawings, the contractor shall
provide a casing pipe if necessary to achieve line and grade. Casing pipe
shall be provided at no additional cost and shall be subsidiary to the cost
bid for installation By Other than Open Cut.
c. Bore and jack in accordance with paragraph C.3. above .
d. Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in s.oft soil
layer. All voids outside of installed pipe shall be pressure grouted .
Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring, or when shown on the plans, a tunneling method may be
used, with the approval of the Engineer or railroad/highway officials.
ASC-21
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden. The Contractor shall submit the
proposed liner method to the Engineer for approval . The tunnel liner
design shall bear the seal of a licensed professional engineer in the State
of Texas. Approval by the Engineer shall not relieve the Contractor of the
responsibility for the adequacy of the liner method.
b. The space between the tunnel liner and the limits of excavation shall be
pressure grouted or mud-jacked .
c. Access holes for plac ing concrete shall be space at maximum intervals of
1 Q feet.
D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be
measured by the linear foot of pipe , complete in place. Such measurement will be made
between the ends of the pipe along the central axis as installed. The work performed and
materials furnished as prescribed ·by this item will be paid for at the Contract Unit Price bid
per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of
pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials
required for installation, for all preparation, hauling and installing of same, and for all
labor, tools, equipment and incidentals necessary to complete the work, including
excavation, backfilling and disposal of surplus material shall be included in the Contract
Unit Price as shown in the Bid Proposal. Payment shall not include pavement
replacement, which if required , shall be paid separately.
DA-7 TYPE OF CASING PIPE
1. WATER:
The. casing pipe fo.r open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of
E1-15, E1-5 and E1 -9 in Material'Specifications of General Contract Documents and
Specifications for Water Department Projects. The steel casing pipe shall be supplied as
follows:
A. For the inside and outside of casing pipe., coal-tar protective coating in acco.rdance with
the requirements of Sec. 2.2 and related sections in AWWA C-203 .
8. Touch-up after field welds shall provide coating equal to those specified above.
C. Minimum thickness for casing pipe used shall be 0.375 inch.
Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing
Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
manufacturer.
2. SEWER:
10/23108 ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig. 110 of the General Contract Documents ..
3. PAYMENT:
Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR
A. GENERAL: The work covered by this item c.onsists of furnishing all labor, material,
equipment, supervision, etc. necessary to construct a point repair on the. portion of a
service line located within a utility easement, street right-of-way or on private property.
Point repairs on private property shall only be addressed after the Contractor has received
written permission from the property owner to do the work. ...A blank Right-of-Entry
Agreement form to be completed by the Contractor and the individual property owners is
included at the end of this section. The Contractor shall keep a record copy of all Right-
of-Entry forms obtained and have it on hand at all times during cons.truction.
The · street addresses and approximate location of service line repairs are shown in
Table _ and the Field Survey Forms in Attachment _. It shall be the Contractors
responsibility to accurately field locate the exact point of repair.
B. MATERIALS:
The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D-
3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in
ASTM D-1784 . Installation shall be in strict compliance with the manufacturer,
recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the
ends of the replaced pipe. with the existing pipe shall be water tight.
C. EXECUTION:
1.
2.
3.
After the location of the point repair is determined , the Contractor shall excavate ·
and remove the damaged pipe and replace with new pipe.. The minimum length of
pipe replaced shall be three (3) feet. All work shall be performed by a licensed
plumber. Determine whether additional lengths of line beyond "minimum length''
criteria need replacement. Report need for additional replacement to City and
obtain approval before proceeding.
The Contractor shall excavate, shape the bottom of the trench and place the
required pipe bedding so that the grade of the replaced pipe matches the existing
servi.ce line grade.
Numerous service line point repairs along with lateral line point repairs and
obstruction removals are located in areas which in many instances will re.quire the
removal of existing landscaping, structures, sidewalks, driveways, etc. Items
removed or disturbed shall replaced or restored to original conditions or better.
ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
4 . Removal of Debris: Excess excavated material and debris are to be removed from
the work site daily. Cost of hauling excess excavation and debris is to be include.d
in the price bid for "Service Line Point Repair".
5. Roof and Yard Drains: At the locations indicated in Table of the Attachments.
The Contractor shall disconnect roof and yard drains from the sanitary sewer
service line . For yard drains, the Contractor shall excavate and remove the drain
from the yard and plug the line at the property line. For roof drains, the Contractor
shall remove the downspout from the drain line and plug the line to prevent inflow.
In addition, the Contractor shall install an elbow fitting at the bottom of the
downspout to direct runoff, away from the building , and a concrete splash pad to
prevent erosion .
6. Disconnected Service Lines: At the locations indicated in Table_ of
Attachments __ to the Special Contract Documents, the Co.ntractor shall remove
the service line no longer in use by excavating at the property line and plugging
the service line. 1 !
i
!
7. Abandonment of Point Repair: If a pipe is exposed and found in good condition,
not requiring a point repair, notify City Engineer who will record abandonment qf
point repair. !
I
• -I
• .. I Backfill the excavation, replace pavement or ·s1dewalk ·and repair and seed or sod
unpaved areas. :
!
8. Cleanout Repair: The Contractor shall make appropriate repairs to c.leanouts as
indicated in Table and as shown on the PLANS . All cleanout repair work shaJI
be performed by a licensed plumber. 1
a.
b .
General I
I
!
This special condition describes the repair of sanitary sewer cleanout~
located on private property as designated on the 1/1 Elimination Repair
plans. Repair of the .cleanouts shall consist of replacing defective cleanout
caps or installing new caps where none exist, such that inflow is eliminated.
There will be no repairs made to the existing cleanouts that require
excavation , other than what is required to expose the top of the cleanout s9
that the new caps can be installed . :
Materials
!
Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas
Specialty & Mfg . Company, or equal.. The rubber caps are held down by
stainless steel clamps . ;
c. Excavation
1) The Contractor shall submit shop drawings on all materials and
equipment to be installed.
1012310a ASC-24
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
2) The Contractor is responsible for obtaining right of entry f rom the
property owners prior to performing any work. Property owners
should be notified 48 hours in advance of any work on their property .
3) The Contractor shall restore any disturbed surface to its original or
better condition at no separate pay.
D. MEASUREMENT AND PAYMENT :
1. Payment for service line point repair shall be on a unit price basis for each repair
performed on all sizes of service lines for the respective depths. The minimum
length of service line point repair shall be three (3) feet. No separate pay if the
work is done within the limits of a service line reconnect as defined in Special
Condition, D-28, "Sanitary Sewer Services ". ·""~
2. Measurements for extra length repair is on a linear foot basis far repairs in excess
of the minimum 3 foot replacement length .
3. All pipe fittings , adapters., concrete collars, bedd ing , and removal and
replacements of grass sodding required shall be considered inciden tal to service
line paint repair.
3 . If no pay item is included for any work required to properly complete a service line
point repair as specified , the cost to perform said work, including any required
removal and replacement of materials, shall be considered incidental to the service
line point repair.
5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the
Sanitary Sewer Service Line at the Point of Replacement. The minimum trench
width shall be 3'-0 ".
6. All excavation, backfill, removal and replacement of grass sodding and
landscaping, plugs, fittings , and splash pads shall be considered incidental to
removal of yard drains , disconnecting roof drains and plugg ing disconnected
service lines ..
7. No separate payment will be made for the Contractor to obtain written permission
to enter private. property.
8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price
for Excavation and Backfill Abandoned Point Repairs .
9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout
successfully repaired. Payment shall be full compensation for all materials,
equipment, and labor required to perform the work.
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1012310s ASC-25
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Scope: This section governs all work, materials and testing required for the
application of interior protective coating. Structures designated to received interior
coating are listed on the construction drawings. The structures are to be coated,
including interior wall, top and bench surfaces. Protective coating for corrosion
protection shall meet the requirements of this Specification (and items DA-14 and
DA-15) and the Manufacturers recommendations and specifications.
2. Description: The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
protective. coating of structures in accordance with manufacturer's
recommendations.
3. Manufacturer's Recommendations: Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations.
4. Corrosion Protection: Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected.
B. MATERIALS:
1.
2.
3 .
4.
5.
10/23108
Scope : This section governs the materials required for completion of protective
coating of designated structures.
Protective Coating: The protective coating shall be a proprietary two component,
100 percent solids, rigid polyurethane system designated as Spray Wall as
manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining
systems and designated as Raven 405 .
Specialty Cement (If required for leveling or filling): The specialty cement-based
coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc . or
Reliner MSP as manufactured by Standard Cement Materials.
Material Identification: The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows:
Property Standard Long Term Value
Tensile Strength ASTM D-638 5,000 psi
Flexural Stress ASTM D-790 10,000 psi
Flexural Modulus ASTM D-790 550,000 psi
Mixing and Handling: Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals. All
ASC-26
PART DA -ADDITIONAL SPECIAL CONDITIONS
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C. EXECUTION:
10/23108
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, dawn to the tap of the trough. The tap 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)
4)
5)
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.
Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0.125
inche.s). Thickness to be verifiable through the use of methods
acceptable to the Engineer. After the walls are coated, the wooden
bench covers shall be removed.
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.
ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur inside the structure within 24 hours after
application.
4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for
watertightness · shall be performed by the Contractor after operations are
complete in accordance with the Section D-36 -VACUUM TESTING OF
SANITARY SEWER MANHOLES.
D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials, equipment and material testing re.quired to complete the
work. Pressure grouting, if necessary to stop active infiltration prior to application of th~
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 req01red by the Enginee~
shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATIONl
DA-10 MANHOLE REHABILITATION -OMITIED
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMITIED
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -OMITIED
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTE~ -OMITIED
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM
A. GENERAL
10123/08
1. Scope
2.
3 .
4.
This section governs all work, materials and testing required for the application of
. .
interior manhole ??a~ing. Manholes design~ted for interior co~ting are listed on th1
Manhole Rehab1htation Schedule. lntenor manhole coating shall meet the
requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. ·
Description i !
The Contractor shall be responsible for the furnishing of all labor, supervision~
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents. !
I Manufacturer's Recommendations i
i
Materials, mixture ratios, and procedures utilized for the coating process shall be i*
accordance with manufacturer's recommendations. i
Manholes
ASC-28
PART DA -ADDITIONAL SPECIAL CONDITIONS
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) inch specialty cement-based coating material
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
1. Scope
This section governs the materials required for completion of interior coating of
manholes.
2. Interior Coating
The interior coating shall be a proprietary two component, 1.Q9 percent solids, rigid
polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. ·
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1 s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials.
4. Material Identification
The interior manhole coating material sprayed onto the surface of the manhole shall
be a urethane resin system formulated for the application to a sanitary sewer
environment. The spray system shall exhibit the physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
5. Mixing and Handling
Standard
ASTM D-638.
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10,000 psi
550,000 psi
Mixing and handling of specialty cement material and interior coating material, which
may be toxic under certain conditions shall be in accordance with the
recommendatioris of the manufacturer and in such a manner as to minimize hazard
to personnel. It is the responsibility of the Contractor to provide appropriate
prote.ctive 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
1012310s ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. General
Manhole coating shall not be installed until sealing of manhole frame and grade
adjustments, or partial manhole replacement when required for the manhole per the
Manhole Rehabilitation Schedule , is complete.
2. Temperature
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
a. The interior coating shall be applied to · the manhole from the bottom of the
frame to the bench , down to the top of the trough .
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure .
1} The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pressure water
spray (minimum 3500 psi at spray tip), cleaning with muriatic acid ,
degreaser, or other solvents as needed in order to remove. any film or
residue on the surface .
2) Place covers over the invert to prevent extraneous material from
entering the sewers.
3) Apply a minimum of one-half (1/2) inch specialty cement product
(Quadex QM-1s or Reliner MSP) smooth surface for the urethane
coating material.
4) Spray the urethane onto the manhole wall and bench/trough with a
min imum thickness of 125 mils (0.125 inches). Thickness to be
verifiable through the use of methods acceptable to the Engineer.
5) Coat trough area with specialty cement product (Quadex QM-1s or
Reliner MSP).
1. Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 .
D. MEASUREMENT AND PAYMENT
10/23108
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
ASC-30
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
and material testing required to complete the work. Grouting, if necessary, shall be
included in the above unit price. Grouting of the pipe seals, bench and trough, and lower
portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or
required to be done by the Engineer, shall be paid for separately at the Contract Unit Price.
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM
A. GENERAL
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall
meet the requirements of this Section, or of Section DA-12, DA:-13, DA-14, DA-16 or
DA-17.
2. Description
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations ..
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
10/23108
1. Scope.
This section governs the materials required for completion of interior coating of manholes.
2. Interior Coating
3.
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.
Specialty Cement
ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
The specialty cement-based coating material shall be either Quadex QM-1 s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials.
4. Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting materials based on chemical and physical properties, ease of
application, and expected performance. These grouting materials shall be
compatible with Raven 405 interior coating. The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials. ·
5. Mixing and Handling
Mixing and handling of inte.rior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate. protective measures · to ensure that materials are under
control at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval .of-the Engineer. Coating shall be
performed only by certified applicators approved _by the manufacturers.
C. EXECUTION
10123108
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments, partial manhole replacement, manhole grouting or sewer
replacement/repairs are complete ..
2. . Temperatures
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
a. Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule. The interior coating shall be applied to the manhole
from the bottom of the manhole frame to the bench/trough, including the
bench/trough.
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR · MANHOLE
RESTORATION.
ASC-32
PART DA -ADDITIONAL SPECIAL CONDITIONS
2)
3)
4)
5)
6)
Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1s or Reliner MSP) smooth surface for the
urethane coating materiaL
The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0.125 inch).
After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls.
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
~~ !
i
1
No applications s.hall be · made to frozen surfaces or if freezing is
expected to occur in side the .manhole within 24 hours afte'.r
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
~~ .
b. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 -VACUUM TESTING OF REHABILITATED MANHOLES. ;
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for pe.rforming 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
10123108 ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMITTED
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -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 -OMITTED
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing---curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No.
104 "Removing Old Concrete", Item No. 502 "Concrete Curb arid Gutter", and Drawing Nos. S-S2
through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the
Standard Specifications. Contractor s.hall saw cut the curb and gutter and pavement prior to
removal. Included, and figured subsidiary ta this unit price, will be the required sawcut excavation,
as per specification Item No. 106 «unclas.sified Street Excavation", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day
haul-off of the removed material to a suitable dump site. The street void shall be filled with
H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304
"Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City
densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and
leveled to grade behind the curb. Existing improvements within the parkway such as water
meters, sprinkler system, etc. damaged during construction shall be replaced with same or better
at no cost to the City.
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion. If the contractor fails to complete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day.
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site. For
specifications governing this item see Item No. 104 "Removing Old Concrete", Item No . 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No.
S-S5 of the Standard Specifications.
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the work. ·
10123108 ASC-34
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 c.ontractor 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 wh ich 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 alw.cays 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 liqu id asphalt tack coat shall be applied to all exposed surfaces. Placement of the
surface mix lifts shall not exceed 3 inches with vibrator campactions 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 appl icable provisions of Standard Specification Item Nos. 300 "Asphalts , Oils, and Emulsions",
304 "Prime Coat", and 312 "Hat-Mix Asphaltic Concrete" shall govern work.
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-27 GRADED CRUSHED STONES
This item s.hall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer. The material shall be graded crushed stones .
For specifications governing this item see Item Na. 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE -OMITTED
DA-29 BUTT JOINTS -MILLED
A. Description :
10/23108
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
ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 th is specification book. The
joints are also required on both sides of all railroad tracks and CQncrete valley gutters,
bridge decks and culverts and all other items which transverse the street and end the
continuity of the asphalt surface. Each butt. 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 se.ction 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
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.
Each butt joint-milled, measured as above , complete-in place-in accordance with these
specifications, will be paid for at the un it 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.
DA-3~ 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 EmulsionsD, 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt
Concrete" shall apply to the construction methods for this portion of the project.
Standard Specification 312 .5 (1) shall be revised as follows : The prime coat, tack coat, or the
asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit
and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic
material shall also not be placed when the wind conditions are unsuitable in the opinion of the
Engineer.
10/23108 ASC-36
PART DA -ADDITIONAL SPECIAL CONDITIONS
The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as
necessary.
The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation
for all labor, materials, equipment, tools, and incidentals necessary to complete the work.
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER -OMITTED
DA-32 NEW 7" CONCRETE VALLEY GUTTER-OMITTED
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP -OMITTED
DA-34 8" PAVEMENT PULVERIZATION -OMITTED
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)
The following specifications are for the furnishing and placing of reinforced concrete pavement or
base as shown an detail and as directed by the Engineer.
A GENERAL:
Reinforced concrete pavement or base shall conform to Specification Item No . 314 herein except
for finishing and curing.
B. FINISHING:
The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The
surface shall be flush with the adjacent pavement and shall have a finish similar to the
surrounding pavement. The surface shall be even and shall provide a smooth ride.
C. CURING:
The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing
compound conforming to the requirements of ASTM C-309 , Type 2, white-pigmented
compound, which shall not produce permanent discoloration of the concrete. Concrete shall be
allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades.
D. EXECUTION:
Included in this item will be the removal of the existing reinforced concrete pavement. The
existing pavement shall be sawed so as to maintain an even, straight pavement cut. The
existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the
new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before
lapping.
The following work method will be performed on each utility cut:
1. Place safety signs, barricades arid/or other warning devices where necessary and as
required.
10/23108 ASC-37
PART DA -ADDITIONAL SPECIAL CONDITIONS
2.. Replace pavement to nearest joint.
3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas
requiring repair.
4. Saw cut along marked lines a minimum of two (2) inches deep.
5. Remove existing concrete .
6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard
specifications.
7. Place and finish concrete.
i 8. Clean up job site, removing an debris. ,
i.
!
' 9. Maintain traffic control devices to protect the area until the concrete has cured seven days o'r
concrete reaches 3000 psi compressive strength. : ... -·
E. PAYMENT:
Payment shall be made at the unit price per linear foot as shown on the proposal and shall be
full compensation for furnishing all labor, materials, equipment tools and incidentals necessary
to complete the work. i
DA-36 RAISED PAVEMENT MARKERS -OMITTED
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING -OMITTED
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
-OMITTED
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC -OMITTED
DA-40 CONCRETE RIPRAP -OMITTED
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -OMITTED
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -OMITTED
DA-43 UNCLASSIFIED STREET EXCAVATION -OMITTED
DA-44 6" PERFORATED PIPE SUBDRAIN -OMITTED
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS
This item shall include the removal and replacement of existing concrete sidewalk due to failure
or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with
10/23108 ASC-38
liiiiil
PART DA -ADDITIONAL SPECIAL CONDITIONS
same day haul-off of the removed material to a suitable dumpsite . For specifications governing
this item see Item No . 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and
Driveways".
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the removal and replacement work.
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMITTED
DA-47 PAVEMENT REPAIR IN PARKING AREA
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. Ail
required paving cuts shall be made with a concrete saw in a true and straight line on both sides of
the trench, a minimum of twelve (12) inches outside the trench walls •.. The trench shall be
backfilled and the top nine (9) inches shall be filled with 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 . i
DA-48 EASEMENTS AND PERMITS
Easements and permits, both temporary and permanent, have been secured for this project at
this time. and made a part thereto. . Any easements and/or permits, both temporary and
permanent, that have not been obtained by the time of publication shall be secured before
construction starts. No work is to be done in areas requiring easements and/or permits until th~
necessary easements are obtained. The Contractor's attention is directed to the easement
description and permit requirements , as contained herein, along with any special conditions that
may have been imposed on these easements and permits. j
i
I
Where the pipeline crosses privately owned property, the easements and construction areas ar~
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 th~
Contractor, it shall be the Contractor's responsibility to obtain written permission from th~
property owners involved for the use of additional property required. No additional payment
will be allowed for this item. 1
DA-49 HIGHWAY REQUIREMENTS
I
The Texas Department of Transportation requirements pertaining to the construction of this
project are enclosed herein and made part of these specifications.
DA~OCONCRETEENCASEMENT
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.
10123/08 ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a
gasket, RAM-Nek or approved equal shall be installed around penetrating pipe.
Payment for such work as connecting to existing facilities including all labor, tools, equipment,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM.
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMITTED
DA-53 OPEN FIRE LINE INSTALLATIONS -OMITTED
DA-54 WATER SAMPLE STATION -OMITTED
DA-55 CURB ON CONCRETE PAVEMENT-OMITTED
DA-56 SHOP DRAWINGS -OMITTED
DA-57 COST BREAKDOWN -OMITTED
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY -OMITTED
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMITTED
DA-60 ASPHALT DRIVEWAY REPAIR
At locations where H.M.A.C. driveways are encountered, such driveways shall be completely
replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway.
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort
Worth Transportation and Public Works Department's Standard Specifications for Street and
Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals
shall be included in the square yard bid price for the top soil.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT -OMITTED
DA-63 BID QUANTITIES -OMITTED
10/23108 ASC-40
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
jurisd iction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain
approval from the Texas Department of Transportation prior to commencing any work therein. All
work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to
approval from the Texas Department of Transportation and -Item E2-29.1 "Construction Within
Highway Right-of-Way" of the General Contract Documents and Specifications , effective July 1,
1978, as amended.
DA-65 CRUSHED LIMESTONE (FLEX-BASE) -OMITTED
DA-66 OPTION TO RENEW -OMITTED
DA-67 NON-EXCLUSIVE CONTRACT -OMITIED
DA-68 CONCRETE VALLEY GUTIER -OMITIED
DA-69 TRAFFIC BUTIONS -OMITTED
DA-70 PAVEMENT STRIPING -OMITTED
DA-71 H.M.A.C. TESTING PROCEDURES -OMITIED
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 there.of, shall apply.
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX-OMITIED
DA-74 RESILIENT-SEATED GATE VALVES -OMITIED
DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMITIED
DA-76 1 %" & 2" COPPER SERVICES -OMITTED
DA-77 SCOPE OF WORK (UTIL. CUT) -OMITIED
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMITTED
DA-79 CONTRACT TIME (UTIL. CUT) -OMITIED
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMITIED
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMITIED
10123/08 ASC-41
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED
DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMITTED
DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED
DA-85 CLEAN-UP (UTIL. CUT) -OMITTED
DA-86 PROPERTY ACCESS (UTIL. CUT) -OMITTED
DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMITTED
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) -OMITTED
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) -OMITTED
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMITTED
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -OMITTED
DA-92 MAINTENANCE BOND (UTIL. CUT) -OMITTED
DA-93 BRICK PAVEMENT (UTIL. CUT) -OMITTED
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMITTED
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)-OMITTED
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMITTED
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMITTED
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
-OMITTED
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMITTED
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED
DA-102 PAYMENT (UTIL. CUT) -OMITTED
DA-103 DEHOLES (MISC. EXT.) -OMITTED
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) -OMITTED
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED
1012310a ASC-42
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-106 BID QUANTITIES (MISC. EXT.) -OMITTED
DA-107 LIFE OF CONTRACT (MISC. EXT.)-OMITTED
DA-108 FLOWABLE FILL (MISC. EXT.) -OMITTED
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 -OMITTED
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans. All other requirements of D-8 ·shall apply.
DA-118
DA-119
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
-OMITTED
CATHODIC PROTECTION SYSTEM
Within a week of commencing the installation of the Cathodic protection system, the contractor
shall furnish a letter from the Corrosion Protection System Manufacturer certifying, that the
Contractor's superintendent on the project has physically demonstrated the understanding to the
field installation procedure of the system and that the initial installation has been verifed and
found to meet the manufacturer's specifications.
Before the Final inspection of the project, the contractor shall have a NACE (National Association
of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning
Survey'. Based on this survey, a certification from the Manufacturer shall be furnished by the
Contractor to the City certifying that the system was found to be installed correctly and operating
effectively as per the intent of the specifications.
10/'23108 ASC-43
Water Department Standard Details
FORT WORTH
~
SANITARY SEWER DETAILS
FIGURE TITLE
SAN-001 I Standard Type "A" Access Manhole -Plan View
SAN-002 Standard Type "A" Access Manhole
SAN-003 Standard 4 ' Diameter Manhole
SAN-004 I Shallow Manhole
SAN-005 Standard 4 ' Diameter Drop Access Manhole
SAN-006 I Junction Manhole Bottom
SAN-007 I Offset Manhole to Sewer Main Larqer Than 24" -OMITIED
SAN-008 I Bored Crossinq Detail
SAN :.009 Manhole Frame, Cover, Grade Rings and Concrete Collar
SAN-010 I Hydraulic Slide
SAN -011 I Two Way Service Cleanout
SAN-012 Chimney Service
SAN-013 Typical Anchor Block for Elevated Crossinq -OMITIED
SAN-014 Concrete Cradle
SAN-015 Drilled Pier -OMITIED
SAN-016 Pier Head Detail for Pipe up to 18" Diameter -OMITIED
SAN-017 Pier Head Detail for Pipe over 18" Diameter -OMITIED
SAN-018 Typical Tunnel Section
SAN-019 Clay Dam
SAN-020 Concrete Encasement
SAN-021 Wastewater Access Device
SAN-022 Sanitary Sewer Marker Pole
STR-028 Permanent Asphalt Pavement Trench Repair
STR-029 Permanent Asphalt Pavement Trench Repair With Existinq Concrete Base
STR-030 Temporary Asphalt Pavement Trench Repair
STR-031 Reinforced Concrete Pavement Trench Reoa ir
WTR-029 Water and Sanitary Sewer Embedment And Backfill Detai ls
~~---+-1------------r a.: >-I-
Cl.. f")
0
I I-
t:: z
3: -
Cl:'.
(!)
z w z u
::i w
0 Cl..
w 0
Cl:'. w
Cl:'. _J
oO I .z
I-<(
~~
<i ·o z I-I (/) . ~ n
co X O> N
I I I r--0 r0 n
I
N
NOTES :
1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE
SIZE IS 39" OR LARGER .
2 . 2'x3' OPENING IN THE PIPE TO BE FABRICATED
AT PIPE PLANT AND NOT IN THE FIELD. EXCEPT
WHEN CONSTRUCTION IS ON EXISTING SYSTEM.
E1-14 MATERIAL
E2-14 CONSTRUCTION
CITY OF FORT WORTH , TEXAS
STANDARD TYPE "A" ACCESS MANHOLE
PLAN VIEW
8-#4 BARS (fYP.)
2" TYP .
4000 PSI
CONCRETE
ENCASEMENT
DAT E: FEB . 2009
SAN-001
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID.
CONCRETE -SEE --------
STANDARD 4 ' DIA .
M.H. DETAIL
SAN-003
APPLY 2 COATS---~,
OF BITUMASTIC
COATING
~3g~E1l~~R---j
>---APPLY I TERIOR
CORROS ON
PROTEqlON AS
REQUIRED .
5'-0" DI . (MIN .)
2'-0"
(2 'x3' PENING)
4.:...#4 BARS --------...-.....-.-"""!"'11"-'!.ioiii ... ----j,....---~,.-.~~.,..:
SEE DETAIL SAN-001 FOR
THE INSTALLATION OF STEEL
BARS AND ADDITIONAL
INFORMATION .
8" MIN .
POUR AGAINST
WOODEN FORMS
4000 PSI CONCRETE ----i
ENCASEMENT
CX)
NOTE :
4-#4 BARS
8" MIN.
E1-14 MATERIAL
E2-14 CONSTRUCTION
1. THIS STRUCTURE TO BE USED ONLY WHERE PIPE
SIZE IS 39" OR LARGER .
CITY OF FORT WORTH , T EXAS
STANDARD TYPE "A" ACCESS MANHOLE
DAT E : F E B. 2009
SAN-002
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID.
2 COATS OF
BITUMASTIC
COATING
JOIN TS RECOA TED
AFTER SECTIONS
PUT TOGETHER
APPLY INTERIOR
CORRO ION
PROTE TION AS
REQUIR D.
ASTM C-76, CLASS Ill
RCP PRECAST MANHOLE
SECTIONS OR EQUAL.
(REF. E2-14)
REFER TO
SAN-009
•; ..
):-:
TRENCH WIDTH
CONC. CRADLE
TO EXTEND TO
PIPE BELL
0-RING GASKETS
@ JOINTS .(TYP .)
*
* VARIES WITH
PIPE DIA . + ~.;·.: r l SEC TI ON A-A
A ... ··-------i
,,.
·-··
. :·,
f------i ... _:· ...
··.: .. ~·
A
: z
OCJ -~
USE 4000 PSI CONCRETE t
E1-14 MATERIAL
E2-14 CONSTRUC~ON
G) 4' DIA . FOR SEWER PIPE
UP TO 21" DIA .
5' DIA. FOR SEWER PIPE
24" TO 36" DIA .
CI TY OF FORT WORTH, TEXAS
STANDARD 4' DIAMETER MANHOLE
·:=:; ..... : ) .. ,,. · .. · .... .•. : ' ... · .. :
SECTION 8-8
DATE: F EB . 2009
SAN-003
FINISH GRADE
15" BELOW FINISH RIM
ELEVATION FOR STREET
RECONSTRUCTION
$.48"
APPLY 2 COATS ------
OF BITUMASTIC
COATING .
E1-12 MATERIAL
E2-12 CONSTRUCTION
MANHOLE FRAME, COVER ,
GRAD E RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID .
/
t---FLAT SLAB TOP MIN . 6"
THICK, DESIGNED TO MEET
OR EXCEED H-20 LOAQJNG
,._.. __ MONOLITHIC CONCRETE )
(4,000 PSI) OR ASTM l
C478 PRECAST MANHOLE
SECTIONS. '
-------4'-Q,"-"-----t-i
SECTION A-A
PLAN
CITY OF FORT WORT H, TEXAS
SHALLOW MANHOLE
i
I 0 -RING GASK ET -k-:--,..-
@ JO INT (TYP .)
I
!
I
' I
PRECAST i
JOINT DETAl,L
48" R.G .,
I
l
' '
DATE: FEB. 2009
SAN-004
USE SDR-26 PIPE
TO FIRST JOINT
BEHIND LIMIT OF
EXCAVATION
CONCRETE
COLLAR
E1-14 MATERIAL
E2-14 CONSTRUCTION
APPLY INTERIOR
CORROSION
PROTECTION AS
MANHOLE FRAME, COVER,
GRADE RINGS AND CONCRETE
COLLAR PER SAN-009 WITH
"SEWER" CAST IN LID.
/
L__ REQUIRED .
r--3"
INSTALL NUTS AWAY
FROM M.H. WALL ON
M.J. FITTING
COR-TEN ~OL TS
4·-0" CD
IF REQUIRED, PROVIDE
STUB EXTENSION AT END
OF P.E. IN M.H. WALL
SLOPE 1 "/1' TYP .
,._ __ APPLY 2 COATS
OF BITUMASTIC
COATING
CONCRETE -SEE
ST AND ARD 4' DIA .
M.H. DETAIL
SAN-003
:>.."\J------1,L.,LA--VERTICAL TO
~ POINT OF PIPE
T
GROUTED INVERT USE 4000 PSI
CONCRETE
CITY OF FORT WORTH, TEXAS
STANDARD 4' DIAMETER
DROP ACCESS MANHOLE
CD 4' DIA. FOR SEWER PIPE
UP TO 21'' DIA .
5' DIA. FOR SEWER PIPE
24" TO 36" DIA.
DATE: FEB. 2009
SAN-005
NOTES: A . STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN
POSSIBLE, WITH INSTALLATION AS FOLLOWS:
1. PIPE FITTING .
2 . POUR MANHOLE FLOOR TO SPRING LINE OF FITTING .
3. BREAK OUT TOP OF FITTING TO SPRING LINE .
4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VERTICAL INVERT WALL
UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED , AS DETAILED .
5 . STEEL TROWEL FINISH INVERT OF MANHOLE .
B. WHEN SPECIAL SITUA TIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED , THE
INVERT SHALL BE FORMED OF CONCRETE AND STEEL TROWEL FINISHED TO PROVIDE SIMILAR
FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION . INVERTS THUS
FORMED SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION .
CONCRETE SLAB
E1 -14 MATER I A L
E2-14 CONSTRUCTION
......._ __
PLAN VIEW
SECTION A-A 11\ WHEN PIPE SIZES DIFFER ,
\V MATCH THE PIP E CROWNS.
CITY OF FORT WORTH, T EXAS
JUNCTION MANHOLE BOTIOM
DATE: F E B. 2009
SAN-006
w
0:::
0 0::: mw
w f-
_J w
m::::;;
<t: ~ a:: 0
<t: >
VARIABLE DIAMETER BORE TO BE LARGE ENOUGH
TO PERMIT DESIGN TYPE PIPE TO BE PULLED OR
JACKED THROUGH .
lll~lll~lll~lll~lll~lll~lll~IIIW~W~WIIIWIIIWIIIW~WIIIWIIIWIIII I
TYPICAL BORED SECTION
LONGITUDINAL VI EW
IYFICAL BORE WITH PIPE INSTALLED
LONG ITU DINAL VIEW
TYPICAL END VIEW
NOTE :
1. COMPRESSION TYPE JOINTS TO BE USED IF POSSIBLE.
2 . IF COMPRESSION TYP E JOINT IS NOT AVAILABLE, M.J. TYPE SHALL
BE USED AND JOINTS BOLTED BEFORE PULLING PIPE INTO PLACE .
E1-15 MATERIAL
E2-15 CONSTRUCTION
PRESSUR~GROUT AROUND CA~NG
AND CARRIER PIPE . GROUT SHALL
BE PROPORTIONED AS 1 CU . FT.
OF CEMENT, 3 .5 CU . FT. OF CLf:AN
FINE SAND WITH SUFFICIENT WATER
ADDED TO PROVIDE A FREE i
FLOWING THICK SLURRY. :
I
f
SEWER LINES SHALL BE SECURED
BY CASING SPACERS AS i
MANUFACTURED BY CASCADE ,
WATERWORKS MANUFACTURING CO .,
ADVANCE PRODUCTS & SYSTE'.MS,
OR APPROVED EQUAL.
C ITY OF FORT WORTH , T EXAS
BORED CROSSING DETAIL
DAT E : FEB. 2009
SAN-008
CO L LAR CON FIG URAT ION
FOR PAVED AREA ...
I
... COLLAR CONFIGURATION
FOR UNPAVED AREA
4'-8"
MANHOLE FRAME AND -..,._.,...,.,.,..._....,.....,..,_,_...,.......,,,,....,....,,,.._..,...,..~_.,.._,.....,..... ...... ------~
32" DIA . COVER EQUAL
TO McKINLEY IRON
WORKS No . A32M w/
PICK BARS . (REFER TO
STD . PRODUCT LIST)
A
L
4000 PSI --~
CONCRETE
8-#4 REBARS TYP .
2" x 8" x 30" I.D .
CONCRETE PRECAST
GRADE RINGS PER
ASTM C478.
E1-14, E1-20, E1-21 MATERIAL
E2-14, E2-20, E2-21 CONSTRUCTION
1 32''1MIN .I
SECTION A-A
CD REBAR SHALL BE
PLACED 3" MIN . FROM
TOP AND BOTTOM OF
CONCRETE COLLAR .
WHERE MANHOLES ARE
IN THE STREET, INSTA LL
2 MORE GRADE RINGS
BETWEEN CASTING AND
TOP OF PAVEMENT.
CITY OF FORT WORTH , TEXAS
MANHOLEFRAME,COVER,GRADE
RINGS AND CONCRETE COLLAR
3" TYP .
A
J co
I
:.i-
. *" CHAMFER (TYP.)
G)
@
GROUND
CONCRETE COLLAR
HEIGHT VARIES
32" HINGED LIDS ARE
REQ UI RED FOR SEW ER
PIPES 24" OR LARGER
AND RAISED MANHOLE
STRUCTURES . (REFER TO
STD . PRODUCTS LIST).
HINGED LIDS INSTALLED IN
S TREETS SHALL OP EN
AGAINST THE FLOW OF
TRAFFIC .
DATE: FEB. 2009
SAN-009
B
l
PLAN VIEW
x
<{
:::e 12" MIN .
N
#3 DOWEL
4-#3 DOWELS SPACED EVENLY
B
J
SECTION A-A
CITY OF FORT WORTH, TEXAS
HYDRAULIC SLIDE
SECTION 8-B
NOTE :
DROP~ TROUGH WILL BE
POURED MONOLITHICALLY
WITH CAST IN PLACE BENCH,
OR DOWELED AND GROUTED
TO PRECAST BENCH.
DATE: FEB. 2009
SAN-010
**CITY OF FORT WORTH
STANDARD CLEANOUT w/
CAST IRON CAP
#3 BARS
FOR NEW
DEVELOPMENT
CAP RISER 2' ....L.......:=:..i.11.....ua..::.;;;"'-"~
DOUBLE BAND STAINLESS
STEEL COUPLING
BELOW GRADE.
CONCRETE COLLAR (CAST IRON)
..-.-1---BACKFILL CLEANOUT STACK WITH
(PLAN VIEW)
FERNCO FLEXIBLE
COUPLING REQUIRED
IF EXISTING SERVICE
IS PRESENT,
OTHERWISE PLUG . bJ ::(:::;\)(>{\:·'.
•... 'f' .. ~ • .,. ... , ........ ,,._ ......... ..
6"
MIN .
PAID FOR AS CLEANOUT
PRODUCT INFORMATION
** From Stanley Roberts & Assoc., Information Subject To Change .
DESCRIPTION WEIGHT PART NO.
Cost Iron Lateral Cleonout 18 lbs ATL-424
W/ SS Bolts and Coupling
NATIVE TOPSOIL COMPACTED TO
95% STANDARD PROCTOR DENSIT Y
4" STACK (IRON OR PVC)
TWO WAY
CLEANOUT TEE
CAST IRON
CLEANOUT
SDR-35 OR SDR-26 SERVICE
SLOPE-VARIES 2,:; MIN. '
PROPERTY LINE
SIDEWALK
(CURB
j
STREET
-· -··-cLEANOUl NOlE'.s ·
CURB
1. THE SWEEP TEE AND PIPE FITTINGS
INSTALLED SHALL BE SDR-35 OR
SDR-26 PVC MATERIAL .
2. CONNECTIONS TO THE EXISTING SER VICE
SHALL BE MADE USING RUBBER SLEE VE
COUPLINGS WITH STAINLESS STEEL
DOUBLE BAND REPAIR SLEEVES. THE
SLEEVES SHALL BE TIGHTENED TO THE
TORQUE RECOMMENDED BY THE
MANUFACTURER .
3 . SLOPE OF THE SANITARY SEWER SERVICE
SHALL BE A MINIMUM OF 2 PERCENT.
4. PIPE AND FITTINGS SHALL BE SDR-35
OR SDR-26 PVC WHEN NOT IN HI GH
TRAFFIC AREAS .
5. CONCRETE USED AROUND CLEANOUT
ASSEMBLY SHALL BE 5 SACK, 3,000 PSI
MIX.
DRIVEWAY
DRIVEWAY APPROACH
STREET
PROPER TY LINE
\
\
\
'~
CAST IRON CLEANOUT BOOT
T
L CITY OF FORT WORTH, TEXAS
TWO WAY SERVICE CLEANOUT
DATE: FEB. 2009
SAN-011
FINISH GRADE
SEWER PIPE PLUG
15' MIN . STACK
A
L
CLEANOUT PER
DET AIL SAN-01 1
1~
0::: ::J 011-· z 3:: w ·1~ ~w
0::: (/J
<(
w
-~~:IST. SERVIC E LI NE
6" MI N. AT BOTTOM ONL Y
TY P E "c" OR "B" BACKFILL
NOTE :.
TEE AND STACK TO BE COM P AT IBLE TO M AI N
LIN E MATERI A L OR AS DIRECTED BY ENG INEER .
SECTION A-A
PLAN
CITY OF FORT WORTH , TEXAS
CHIMNEY SERVICE
DATE: FEB. 2009
SAN-012
EXISTING SURFACE BACKFILL AS APPROPRIATE
E1-20 MATERIAL
E2-20 CONSTRUCTION
CD
CD 6" MIN. DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6"
WHEN BID PER CUBIC YARD.
0
@
6" MIN. DIMENSION. MAXIMUM FOR PAY PURPOSES SHALL BE 6"
ON MAINS 24" AND SMALLER, 9" ON MAINS 30" AND LARGER,
WHEN BID PER CUBIC YARD.
CLASS 'E' (1500 PSI) CONCRETE
CITY OF FORT WORTH, TEXAS
CONCRETE CRADLE
DATE: FEB . 2009
SAN-014
(/) w
I-
<l'.
0 _J
0..
w IY
_J w co z
<l'. :J
CY _J <l'. w > z z
::J
I-
TUNNEL LINER (AS INDICATED IN
SPECIAL PLANS & DOCUMENTS)
ci w
0..
w a::
_J co IY
<l'. w
CY 3: w ~ (/)
ANNULAR
SPACE
GROUTED
CUT AWAY LONGITUDINAL SECTION
NOTE:
FURNISH & INSTALL GROUT IN RA TIO
OF 1 CUBIC FOOT OF CEMENT AND 3 .5
CUBIC FEET OF CLEAN FINE SAND WITH
SUFFICIENT WATER ADDED TO PROVIDE
A FREE FLOWING THICK SLURRY.
E1-15 MATERIAL
E2-15 CONSTRUCTION
END YIEW
TUNNEL LINER
FILL BETWEEN LINER AND
SEWER PIPE WITH GROUT
SEWER PIPE
FURNISH & INSTALL SKIDS AS
NECESSARY. SKIDS SHALL
MEET THE APPROVAL OF THE
ENGINEER.
CI T Y OF FORT WORTH , TEXAS
TYPICAL TUNNEL SECTION
DATE: FEB. 2009
SAN -018
COMPACTED BENTONITE
CLAY OR 2:27 CONCRETE
I· 2· -1
EXISTING GROUND
4' OR TO BOTIOM OF
PAVEMENT BASE OR
TOP SOIL
MINIMUM TRENCH WIDTH -.-JL/N
= PIPE DIA. + 1'
I _!RENCH .. I
WIDTH
TYPICAL SECTION
C ITY OF FORT WORTH , TEXAS
CLAY DAM
200' MIN . SPACING PER
CITY OF FORT WORTH
TREE ORDINANCE.
DAT E : F EB. 2009
SAN-019
EXISTING SURFACE
E1-7 MATERIAL
E2-7 CONSTRUCTION
G)
@
BACKFILL AS APPROPRIATE
6" MIN . DIMENSION. 6" MAX . FOR PAY PURPOSES
WHEN BID PER CUBIC YARD .
G)
6" MIN . DIMENSION . MAX. FOR PAY PURPOSES SHALL
BE 6" ON MAINS 24" AND SMALLER , 9" ON MAINS 30"
AND LARGER WHEN BID PER CUBIC YARD.
4" MIN . DIMENSION . 4" MAX . FOR PAY PURPOSES
WHEN BID PER CUBIC YARD .
CLASS 'E' (1500 PSI) CONCRETE .
CITY OF FORT WORTH, TEXAS
CONCRETE ENCASEMENT
DATE: FEB. 2009
SAN-020
DETAIL 'A'
N.T.S.
PAVEMENT
en w a:
<l'. >
lO
N
CAST IRON M.H . FRAME
AND COVER
DETAIL 'B'
~PLUG
RISER PIPE---'6
CROSS LINK HIGH
DENSITY POL YTHELENE
ACCESS FITTING
DETAIL 'B'
N.T.S .
WATER TIGHT PLUG EXISTING GROUND
A
TWO CONCRETE GRADE
RINGS (MINIMUM) AND
NON-SHRINK GROUT
' ~~::.l-l-4='--SAND AND STABILIZED SOIL
COMPACTED TO 95% STD :
PROCTOR DENSITY AND PLACED
IN 6-INCH LIFTS BEGINNING AT
THE WASTEWATER ACCESS
DEVICE WORKING OUTWARD TO
THE EXCAVATION WALLS i
f::>J?,!'.)~~':1;~~~~ COMPACTED-CRUSHED STONE,
FINE GRADATION '
CITY OF FORT WORTH, TEXAS
WASTEWATER ACCESS DEVICE
DATE: FEB. 2009
SAN-021
21" GREEN POS
CAP w/WARNING
LABEL
1" WI DE GRE EN
REFL ECTIVE TAP E
1" AP A RT STARTING
6" B ELOW CAP .
4"¢ PVC (WHITE)
~
4' MIN .
r--p -p
,,.
C C
A S I A S I
u Ep u p
EE 'T wE T WL
I EL I E I
R~ 0 0 RN
N E N E -......__
FoRT Wo RrH FoRT WoRTH ~~
IN CASE
Of' EIIUQENCY
p~~ ..
(817)•392-4477
FOR LINE LOCATION
PLEASE CALL
(817)-392·8296
ct11·1.ca --... I ,,r I
NOTES :
IN CASE
OFU.ROENCY
.PL.£UECALL
(817)-,392-4477
FOR UNE LOCATION
PUAS8 CAU.
(817)-392-8296
Clffllll'N _,
I I
1 . MARKERS SHALL NOT BE USED FOR
12" AND SMALLER DIAMETER SEWER
LINES .
2 . PLACEMENT SHALL BE AT EACH
RIGHT ..:.oF -WAY CROSSINGS AND
MAJOR UTILITY CROSSINGS AS
DIRECTED BY THE ENGINEER.
""" ~.,.,ac. • .,., ....
ICl<Af -........ ,.,~·
'""''a-.l'Z.'l-.:11' .,_,..
uadlr!r,11) .._ ......
$: US" J.::..,.m-...,-._,..., -t'll ,O.W
S;,1..S'
"-'t:ar...1t1r.n
kc1CIO t-t,_..~.,'
"'"" W.AZT ....... -~ 1-t:IW'"
fott: ... 1a:11h.aT
_,.
..,..,,,
~·t CIO
117..-1
lt.e'
Je:,t;~9f
~!o
""""°",00
l*EI.OOIQlON ...... ,_.,.if'tHllkr ...... -< l~-
HT..;nz ......
'-t~lftk.1' ...,., -· ._....,.
corr
.. tt
htil!ain:,11atn.ar _,. -· ~,ao
CITY OF FORT WORT H, T EXAS
SANITARY SEWER MARKER POLE
DAT E : FEB. 2009
SAN-022
EXISTING
SUBGRADE
(IF ANY)
EXISTING
CURB &
GUTTER
TRENCH REPAIR LIMITS
PRIME COAT
NOTES:
1. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL
DEPTH. PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D"
MIX) TO MATCH EXISTING GRADE AS SHOWN .
2 . PLACE A MIN. OF 8" 2 : 27 CONCRETE AS SHOWN .
3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN
DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE
FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH .
4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT
WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION .
/
CITY OF FORT WORTH , TEXAS
PERMANENT ASPHALT PAVEMENT
TRENCH REPAIR
DATE: JULY 2009
STR-028
EXISTING
CURB &
GUTTER
TRENCH REPAIR LIMITS
NEW HMAC
(SEE NOTE 4)
DITCH WALL
NOTES:
1. CONCRETE BASE SHALL BE REPLACED TO ORIGINAL THICKNESS OR TO
A MINIMUM THICKNESS OF 5", WHICHEVER IS GREATER .
2 . IF STEEL EXISTS IN CONCRETE BASE TO BE CUT, THE STEEL SHALL BE
CUT AND SALVAGE AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF
12" SHALL BE PROVIDED .
.3 . REINFORCED CONCRETE BASE WILL BE REPLACED OVER TRENCH, AS
SHOWN, IN THE EVENT NON-REINFORCED CONCRETE BASE IS REMOVED .
4 . ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL
DEPTH. PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D"
MIX) TO MATCH EX ISTING GRADE AS SHOWN .
---BACKFILL MATERIAL
PER DETAIL WTR-029
(SEE NOTE 6)
5 . 2: 27 CONCRETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF
2: 27 IS ADDED TO THE CLASS "A" CONCRETE.
6. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TREN CHES IN
DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE
FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH .
7. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT
WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION .
CITY OF FORT WORTH, TEXAS
'PERMANENT.ASPHALT PAVEMENT TRENCH
REPAIR WITH EXISTING CONCRETE BASE
DATE: JULY 2009
STR-029
EXISTING
CURB &
GUTTER
TRENCH REPAIR LIMITS
NOTES:
1. PLACE A MINIMUM OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO
MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN.
2. PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN.
3. FLOWABLE Fi l l MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN
DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE
FILL IS REQUIRED, A SEPARATE PAY ITEM , WILL 8~ PROVIDED FOR SUCH.
4. ALL CONSTRUCTION MUST BE 'IN ACCORDANCE WITH THE CITY 'OF FORT
WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION .
CITY OF FORT WORTH, TEXAS
TEMPORARY ASPHALT PAVEMENT
TRENCH REPAIR
DATE: JULY 2009
STR-030
5' MIN .
DITCH WALL
NOTES:
CLASS 'A' REINFORCED
CONCRETE PAVEMENT
REPLACEMENT TO THE
NEAREST JOINT OR CURB.
1. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN
DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE
FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH.
2. REINFORCED CONCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL
DEPTH, OR TO A MINIMUM OF 6", WHICHEVER IS GREATER .
3. PLACE 6" OF 2: 27 CONCRETE AS SHOWN .'' 1"' OF REINFORCED
CONCRETE MAY BE SUBSTITUTED FOR EVERY 2" OF 2: 27 CONCRETE.
4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH ..
EXISTING, WHICHEVER IS GREATER.
5. ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT
WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION.
CITY OF FORT WORTH, TEXAS
REINFORCED CONCRETE PAVEMENT
TRENCH REPAIR
EXISTING
CURB &
GUTTER
DATE : JULY 2009
STR-031
(/1 w er
___ .,..,..__ TYPE "C" BACKFILL
MINIMUM 6" INITIAL----,--~--~·
SEE SPEC . E1 -2.4
G.C .D.
BACKFILL COVER --.......,,_-SAND MATERIAL EMBEDMENT
& INITIAL BACKF ILL
SEE SPEC . E1 -2.3 G.C .D.
MINIMUM 6" --+--HI~~~.
EMBEDMENT
WATER:
TYPE "C BACKFILL
SEE SPEC . E1 -2.4
G.C .D.
FILTER FABRIC-
. SUPAC-HEAVY GRADE BNP
', (UV) OR APPROVED EQUAL.
MINIMUM 6 " --!=::::µ,f#~~~y'~Y1
CRUSHED STONE
SEE SPEC . E1-2.3
. G.C.D. EMBEDMENT
SAND GRADATION
• LESS THAN 10% PASSING
#200 SIEVE
• P.I. = 10 OR LESS
CRUSHED STON E GRADATION
SIEVE SIZE RETAINED
1" 0-10
~.. 40-75
%" 55-90
#4 90 -100
#8 95-100
WATER: SIZES 16" AND LARGER
SANITARY SEWER: ALL SIZES
MA TER I AL SPECIFICATIONS
NOTE : SPECIFICATION
REFERENCES ARE FOR
WATER AND SANITARY
SEWER ONLY . !
THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS '
SHEET SHALL REPLACE APPROPRIA TE PROVIS IONS OF E1-2.4(b)
AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND ,
SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G .C.D .) !
ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPL Y. \
'
CITY OF FORT WORTH , TEXAS DATE: JUNE 2009
WATER AND SANITARY SEWER
EMBEDMENT AND BACKFILL DETAILS WTR-029
Contractor's Compliance with Workers
Compensation Laws
CONTRACTORS 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 it's employees employed on City
of Fort Worth Project Number P254-703170106088
STATE OF TEXAS §
COUNTY OF TARRANT §
Con u+"KN (! on )irt{J'-1-to~ , tX, LP
c ~-
Ay -----~
Title
Jerry Conats er, Pres ident of
Conatse r Management Group, In c, G.P.
BEFORE ME, the undersigned authority, on this day personally appeared ,Ju ;1t ('. o tllhi:., £u--·Ll .. lt:. , :£: , known to me to be the person whose name is subscribed
to th~ regoing instrument, and ac~owledged to me that he/she executed the same as the act and
deed of (on f;L.t<t..!-, Lc.,u.._i+ruc±tf>\.. TI lf for the purposes and consideration therein expressed
;
and in the capacity therein stated.
GIVEN . UliPfiR MY HAND AND SEAL OF OFFICE this
L ~t ,20 JQ.
: ·····;~;·;;;~··. JAMIE L BROWN : [5~:£/~\ NOTARY PUBLIC
' :._ \~/., / State of Texas
•.">, ••••• ;.>'.• 2 ··.~.~2~t:-·· Comm. Exp . 06-27-201 ublic in and for the State of Texas
CERTIFICATE OF INSURANCE
NOTICE
The blank spaces in the Certificate of Insurance;
Performance, Payment, and Maintenance Bonds; and
Contract are not to be filled on by the Bidder at the time of
submitting his proposal.
These forms are included herein to familiarize the Bidder
with such forms which the successful Bidder will be
required to execute.
CERTIFICAIB OF INSURANCE
TO: CITY OF FORT WOR1H Date~
NAME OF PROJECT: Sanitary Sewer System Rehabilitation Contract L VIII (58) Part ~ -~ ,
PROJECT NUMBER: Sanitary Sewer P254-703170106088
IS TO CERTIFY 1HAT: Conatser Construction TX. LP
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies u sed by this Company, and further hereinafter
described. Exceptions to standard policy n oted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective ! Expires Limits of Liability
Worker's Compensation
Comprehensive General Bodily Injury :
Liability Insurance (Public Ea. Occurrence: $
Liability) Property Damage:
Ea. Occurrence: $
Blasting Ea. Occurrence: $
Collapse of Building or
structures adjacent to Ea. Occurrence: $ ---
excavations
Damage to Underground
Utilities Ea. Occurrence: $
Builder's Risk
Comprehensive Bodily Injury:
Automobile Liability Ea. Person: $
Ea.Occurrence:$
Property Damage:
Ea. Occurrence:$
Bodily Injury :
Contractual Liability Ea. Occurrence: $
Property Damage:
Ea. Occurrence: $
Other
Locations covered: Surrounding at Fort Worth TX
Description of operations covered: Sanitary Sewer System Rehabilitation for the above contract
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
thereto attached.
The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy.
I
Agency Insurance Co. --------------------Fort Worth Agent By----------------~-Address _______________ _ Title ________________ _ --------------------
Part F -Bonds
(City of Fort Worth)
Bond No: 022028943
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS :
That we, (1) Conatser Construction TX, LP, as Principal herein, and (2) Liber t y
-=.:M=u=t=ua:::..:l=---=I:..:.:n=s=ur=-'a=n.:..::cc.:ce---=--Cocc...m__.p;_;_a_n_.,__y ________ ,, a corporation organized under the laws of
the State of (3) __ MA ______ , and who is authorized to issue surety bonds in the State of
Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal
corporation located in Tarrant and Denton Counties, Texas , Obligee herein, in the sum of
SEVEN HUNDRED FORTY SEVEN THOUSAND, FOUR HUNDRED FIFTY DOLLARS AND
NO CENTS ($ 747,450.00) for the payment of which sum we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents .
WHEREAS, Principal has entered into a certain written contract with the Obligee dated
JUN 8 20\0 . . the __ day of , 20_ a copy of which 1s attached hereto and made a part
-. -
hereof for all purposes, for the construction of:
Sanitary Sewer Rehabilitation Contract L VIlI (58) Part 3
NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall
faithfully perform the work in accordance with the plans, specifications, and contract documents
and shall fully indemnify and hold harmless the Obligee from all costs and damages which
Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default, then this obligation
shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of such statute, to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this ___ day of ___ 1J_U_N_8_2_0_10 __ _, 20_.
Conatser Construction TX, LP
ATTEST:
PRINCI ~~
By:~
(Principal) Secretary
~R. Conatser
President of Conatser
Title: Management Group, Inc. ,GP
(SE AL)
ATTEST:
Secretary
(SE AL)
Address: P. o. Box I 5448
Fort Worth, TX 76119
Liberty -Mutual Insurance Company
:~~dnU$Jd~
Name: Glenna S. Davis
Attorney in Fact
Address: 175 Berkeley Street
Boston, MA 02 I 17
Telephone Number: 972. 233. 9588
Carolyn Maples
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond No: 022028943
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1), CONATSER CONSTRUCTION TX, LP as Principal herein, and (2) _
Liberty Mutual Insurance Company
existing under the laws of the State of (3) _]-'1A"'-------'
a corporation organized and
as surety, are held and firmly
bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton
Counties, Texas, Obligee herein, in the amount of SEVEN HUNDRED FORTY SEVEN
THOUSAND, FOUR HUNDRED FIFTY DOLLARS AND NO CENTS ($ 747,450.00) 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 ~JUN 8 201 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:
Sanitary Sewer System Rehabilitation Contract L VIII {58) Part 3
NOW, THEREFORE, THE CONDITION OF TIDS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant ( as defined in Chapter
2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of
the work under the contract, then this obligation shall be void; otherwise, to remain in full force
and effect.
PROVIDED,. HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statute, to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNED and SEALED this ___ day of ___ lJ _UN __ 8_2_01_0 __ , 20_.
Conatser Construction TX, LP
PRl ~NCIPAL~
;/ ~~ ~ By: ~--
~
ATTEST:
Name: Jerry R. Conatser
(Principal) Secretary President of Conatser
Title: Management Group, Inc., GP
(SE AL)
ATTEST:
Secretary
(SE AL)
Address: P. o, Box 1544 8
Fort Worth, TX 76119
Liberty Mutual Insurance Company
:~~~
N~.Davis
Attorney in Fact
Address: 175 Berkeley Street
Boston, MA 02117
Witness a ~Suret Telephone Number: 972. 233. 9588
Carolyn Maples
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
--·----~-------------------------------------------------------·--------------------~ --
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS :
MAINTENANCE BOND
§
§
§ -
Bond NO: 0220289 43
That CONATSER CONSTRUCTION TX, LP. ("Contractor''), as principal , and , Lib e r t y
Mu t ual Insur a nc e Co mpany a corporation organized under the laws of the State of _MA __ _
__ , ("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 SEVEN HUNDRED FORTY SEVEN
THOUSAND, FOUR HUNDRED FIFTY DOLLARS AND NO CENTS ($ 747,450.00), 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 d_§y ~ntered into a written Contract with the City of Fo_r:t _
Worth , dat;d-the __ of IJUN 8 2~ _, a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements :
Sanitary Sewer Rehabilitation Contract LVIII (58) Part 3
the same being referred to herein and in said contract as the Work and being designated as project
number(s) SANITARY SEWER P254-703170106088 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 , sa id 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 void , and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in e igbt ( 8) counterparts, each of
ATIEST:
(SE AL)
Secretary
ATIEST:
(SE AL)
Secretary
Conatser Cons t ruction TX, LP
Contractor
Jerry R. Cona t ser
President of Conatser
T~e: Management Group 9 Inc .• GP
Liberty Mutual Insurance Company
Surety
By ~~
Na~Davis
Title: ____ A=t"""t"""o"'"'r"""nc...ce ..... v_-_i_n_-F_a_c_t _____ _
175 Berkeley St reet
Bos t on, MA 02117
Address
-·--------···----·-·· -------·-· --. --------·--·--~---~------· -· ·--------------------------------------------.
2590023
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to
the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance
company, pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint
GREG A. WILKERSON, GLENNA S. DAVIS , CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY
OF FORT WORTH, STATE OF TEXAS .............................................................................................................................. .
, each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed, anv and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
TWENTY FIVE MILLION AND 00/100**'***************** DOLLARS($ 25,000,000.00***** ) each, and the
execution of such undertakings, bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the
Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following By-law and Authorization :
ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings .
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the
chairman or the president may prescribe, shall appoint such attorneys-in-fact , as may be necessary to act in behalf of the Company to make ,
execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations . Such
attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their
signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be
as binding as if signed by the president and attested by the secretary .
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in-fact:
Pursuant to Article XIII , Section 5 of the By-Laws , Garnet W. Elliott , Assistant Secretary of Liberty Mutual Insurance Company , is hereby
authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute, seal , acknowledge and
deliver as surety any and all undertakings, bonds , recognizances and other surety obligations .
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
1/1
1/1
Cl)
C: ·;;;
:::s
.0
>,
C: cu
-C: -o
~l-
>,00
Cl)W
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of ~ [
Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 12th day of June , :t: 0 2009 <M
0~
COMMONWEAL TH OF PENNSYLVANIA
COUNTY OF MONTGOMERY
ss
LIBERTY MUTUAL INSURANCE COMPANY
By~~tf./-~
Garnet W . Elliott, Assistant Secretary
On this J1!.b.._ day of June , 2009 , before me, a Notary Public, personally came Garnet W. Elliott. to me known , and acknowledged
that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above
Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation .
CERTIFICATE
COMMONW~LTH OF PENNSYLVANIA
Notarial Seal
Teresa Pastelia, Notafy Pubf:c
Plymouth Twp ., Montgomery couor;
My Comrniss!cn Expire:; Mareh 28, 2013 ~------··-··-·---
By~
Ter6sa Pastella , Notary Public
I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing
is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the
said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article
XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company .
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980 .
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company , wherever appearing upon a
certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company
with the same force and effect as though manually affixed .
IN TESTIMONY WHEREO.f, llJ.c hereunto subscribed my name and affixed the corporate seal of the said company , this ________ day of
-----l~Jl.,nl+'IN.__, ...... H .....,:Lll--=--
... "C
Cl) C: 3l: cu
~E .... cu
.!!!o .c:o -.. _a,
0 C:
>,Cl> :t: Cl)
:2~ -Cl)
~.o
Cl)O £i
e'9 ·=~ -a:, C: I Oo CJ,-
0 <0
1-,.!.
Important Notice
0
TO OBTAIN INFORMATION ABOUT THIS BOND OR TO MAKE A COMPLAINT:
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P . 0 . Box 149104
Austin , TX 78714-9104
Your notice of claim against the attached bond may be given to the Surety Company
that issued the bond by sending it to the following address :
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting , PA 19462-8284
You may contact the claim office by telephone at:
610-832-8240
Premium or Claim Disputes
If you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim , you should contact the company first. If the dispute
is not resolved, you may contact the Texas Department of Insurance .
This notice is for informa tion purposes only and does not become a part of or a condition of the attached
document. It is given to comply with Section 2253 . 048 , Government Code , and Section 53 . 202, Property
Code , Effective September 1, 2001
Part G -Contract
(City of Fort Worth)
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
LJUN 8 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, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and
(Contracting Company Name here), ("Contractor") Owner and CONATSER CONSTRUCTION TX
LP. Owner and Contractor may be referred to herein individaHy as a "Party" or coilectively as the
"Parties ."
WITNESSETH: That said parties have agreed as follows :
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees ·with the said Owner to commence and complete the construction of
certain improvements described as follows :
Sanitary Sewer Rehabilitation Contract L VIIl {58) Part 3
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City
of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a
part of this contract the same as if written herein.
3 .
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Water (Engineering) of
the City of Fort Worth .
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 150 Calender days.
If the Contractor should fail to complete the work as set forth in the Plans and Speci:ficationsamteoiffl'l'i:n-r..,
Documents within the time so stipulated, plus any additional time allowed as pr · · D
CITY SECRETARY
FT. WORTH, TX
Conditions, there shall be deducted from any monies due or which may thereafter become due him, the
sum of $315 .00 Per working day, not as a penalty but as liquidated damages, the Contractor and his
Surety shall be liable to the Owner for such deficiency.
5 .
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the
project site for Contractor 's sole negligence . In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss , property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not 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 anv such injury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees , 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.
A. If the total contract price is $25,000 or less, payment to the contractors
one lump sum. Payment shall not be made for a period of 45 calendar day
been completed and accepted by the Owner. CITY SECRETARY
. FT. WORTH , TX
B . If the contract amount is in excess of $25 ,000, a Payment Bond shall be executed, in the
amount of the Contract, solely for the protection of the claimants supplying labor and material in the
prosecution of the work.
C If the Contract amount is in excess of $100,000, a Performance Bond shall be executed,
in the amount of the Contract conditioned on the faithful performance of the work in accordance with the
Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner.
D . A Two-year-Maintenance Bond in the name of the Owner is required for all projects to
insure the prompt, full and faithful performance of the general guarantee contained in the Contract
Documents .
8 .
The Owner agrees and binds itself to pay, and the Contractor agrees to receiv e, for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/~
shall be SEVEN HUNDRED FORTY SEVEN THOUSAND, FOUR HUNDRED FIFTY DOLLARS
AND NO CENTS($ 747A50.00).
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 b y said Contractor without the written consent of the Owner. Any
request for any sublease or assignment shall be made in writing and submitted to the Director of the
Engineering Department.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein .
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its
duly authorized officers in ~ counterparts with its corporate seal attached.
----------~·-------------
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
----------
lJUN 8 2010
Done in Fort Worth, Texas, this the_ day of A.D .,20 .
RECO~~ BY:6 ~
DIRECTOR, DEPARTMENT OF
WATER
ContG;ct AuthorizatioR
\2'\ \D .
Date
(ofl g~V'.L C01 tl-rUL-it~ TX , LP
CONTRACTOR
Jerry Conatser , Pre si dent of
Conatser Management Group , In c, G .P.
TITLE
P. 0, f.xJx: l il4! fut I! ML.Jews
ADDRESS 1toJlq
CITY OF FORT WORTH
FERNANDO COSTA, ASST CITY MANAGER
ATTEST:
CITY SECRETARY
(SEAL)
APPROVED AS TO FORM AND
LEGALITY:
OFFICIA L RECORD
CITY SECRETARY
FT. WORTH, TX
-------
PartH-TWDB
(Contracts and Documents)
Texas Water Development Board
Supplemental Contract Conditions (ED-004e)
CWSRF Tier 3, & DWSRF
Instructions on use
Applicability
ED-004e (8-19-02)
These Supplemental Conditions contain provisions that are worded to comply with certain statutes and
regulations which specifically relate to the Clean Water State Revolving Fund (CWSRF) and Drinking
Water State Revolving Fund (DWSRF) program projects receiving funds directly made available by the
Federal capitalization grants. Provisions which are applicable to the project's funding source or dollar
value of the contract are so noted within with the provision.
Construction projects which have Colonia Wastewater Treatment Assistance Program (CWT AP) funding
do not use these conditions but instead use the EPA Supplemental Conditions and TWDB Special
Conditions ED-004C. Construction projects which are financed by CWSRF Tier 2 (projects receiving
state funds) instead use TWDB Supplemental Conditions ED-004E. Projects with State Loan funding use
Supplemental Conditions ED-004G. Optional provisions that are good business practices are available in
ED-004H.
Application of Conditions
The conditions and forms listed under Instructions to Bidders are to be included in the instructions to
bidders for construction services. The provisions listed under Construction Contract Supplemental
Conditions should be included with the other general and special conditions that are typically included in
the construction contract documents by the design engineer. ·
Modifications to Provisions
The Applicant may need to modify parts of these provisions to better fit the other provisions of the
construction contract. The Applicant and the consulting engineer should carefully study these provisions
before incorporating them into the construction contract documents . In particular, Water Districts and
other types of districts should be aware of statutes relating to their creation and operation which may
affect the application of these conditions , ·
The Recipient (Owner) is to determine and incorporate the affirmative action goals for the project into
supplemental condition No . 12. Condition number 15 (Archeological Discoveries and Cultural
Resources) and 16 (Endangered Species) may be superseded or modified by project specific conditions
established during the application process .
These documents may confer certain duties and responsibilities on the consulting engineer that are
beyond, or short of, what the Applicant intends to delegate . The Applicant should ensure that the
contractual agreement with the engineer provides for the appropriate services. Otherwise the Applicant
should revise the wording in these special conditions to agree with actually delegated functions .
Good Business Practices
There are other contract provisions that the Owner and Designer need to include as a matter of good
business practices. It is recommended that provisions addressing the following matters be included in the
construction contract. Contract Provisions that satisfy these are available from TWDB upon request.
WRD-708C Revi sed 9/7/2005 Appendix F 23
• Identify the time frame that the bids may be held by the Owner before awarding a contract. (IE.
Typically for 60 or 90 days.)
• Acknowledge right of the Owner to reject any and all bids.
All proposed modifications to these conditions should be brought to the attention of and discussed with
the appropriate TWDB area engineer. The TWDB engineer can also answer any questions regarding
these conditions. The questions and proposed modifications can be sent to the following address.
Texas Water Development Board
Office of Project Finance & Construction Assistance
P. 0 . Box 13231, Capitol Station
Austin, Texas 78711-3231
(512) 463-7853 FAX (512) 475-2086
WRD-708C Revised 9/7/2005 Appendix F 25
TWDB SUPPLEMENTAL CONDITIONS
CWSRF Tier 3, and DWSRF .
Table of Contents
Instructions to Bidders
Conditions :
1. Minority and Women -Owned Businesses Enterprise Goals
2. Contingent A ward of Contract
3. Equal Ernplovment Opportunity and Affirmative Action
4. Debarment and Suspension Certification
5. Bid Guarantee
Forms to be submitted with bids (attached)
• Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities
(WRD-255)
• MWBE Affinnative Steps Certification and Goals (WRD-217)
Construction Contract Supplemental Conditions
Conditions:
1. Supersession
2. Privity of Contract
3 . Definitions
4. Laws to be Observed
5. Review by Owner, and TWDB
6. Perfonnance and Payment Bonds
7. Progress Pavments and Payment Schedule
8. Workman's Compensation Insurance Coverage
9. Changes
10. Prevailing Wage Rates
11. Contract Work Hours Requirements (29 CFR 5 .1, & 5. 6)
12. Equal Employment Opportunitv and Affirmative Action (41 CFR 60-1.4, 1.7, 1.8, 4.2, and 4.3)
13 . Debarment and Suspension (40 CFR 32, Appendix B)
14. Minoritv and Women-Owned Business Enterprise
15. Archeo1ogica1 Discoveries and Cultural Resources
16. Endangered Species
17. Hazardous Material s
18. Project Sign
19 . Operation and Maintenance Manuals and Training
20. As -built Dimensions and Drawings
Forms to be submitted with executed contracts:
• Contractor's Act of Assurance (ED-103)
• Contractor's Resolution on Authorized Representative (ED-104)
• MWBE Affirmative Steps Solicitation Report (WRD-216)
• MWBE Self-Certification (WRD-218)
Forms to be submitted during construction:
• MWBE Certification and Participation Summary (WRD-373)
WRD-708C Revised 9/7/2005 Appendix F 27
4. 2. The certification in this clause is a material representation of fact upon which reliance was placed
when this transaction was entered into. If it is later determined that the prospective lower tier participant
knowingly rendered an erroneous certification, in addition to other remedies available to the Federal
Government the department or agency with which this transaction originated may pursue available remedies ,
including suspension and/or debarment.
4 .3. The prospective lower tier participant shall provide immediate written notice to the person to which this
proposal is submitted if at any time the prospective lower tier participant learns that its certification was
erroneous when submitted or had become erroneous by reason of changed circumstances .
4.4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction,
participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this
clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive
Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a
copy of those regulations .
4 .5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed ,
covered transaction be entered into , it shall not knowingly enter into any lower tier covered transaction with i
a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ;
ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
4.6. The prospective lower tier participant further agrees by submitting this proposal that it will include this 1
clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Loweri
Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitatioruj
for lower tier covered transactions. 1
4. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4 ,
debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the
certification is erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principals. Each participant may, but is not required to , check the List of Parties Excluded 1
from Federal Procurement and Nonprocurement Programs. ;
4.8. Nothing contained in the foregoing shall be construed to require establishment of a system ofrecords in I
order to render in good faith the certification required by this clause. The knowledge and information of a I
participant is not required to exceed that which is normally possessed by a prudent person in the ordinary I
course of business dealings. · j
4.9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered I
transaction knowingly enters into a lower tier covered transaction with a person who is proposed for ,
debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from I
participation in this transaction, in addition to other remedies available to the Federal Government, the
1
.
department or agency with which this transaction originated may pursue available remedies, including
suspension and/or debarment. !
Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion--Lower Tier Covered Transactions
(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency.
(2) Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
I
I
' i
I
I
f
f
5 . BID GUARANTEE I
Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17 .183). If,
a bid bond is provided, the contractor shall utilize a surety company which is authorized to do business in
Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code .
Forms to be submitted with Bid:
WRD-708C Revised 9/7/2005 Appendix F 29
• Bidder's EEO/NSF Certifications regarding Equal Employment Opportunity and Non-Segregated
Facilities (WRD-255)
• Prime Contractor Affirmative Steps Certification and Goals (WRD-217)
Construction Contract Supplemental Conditions
Conditions:
1. The SUPERSESSION
Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for
Texas Water Development Board assistance to be performed under this contract and these clauses supersede
any conflicting provisions of this contract.
2. PRIVITY OF CONTRACT
Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither
the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or
any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the
date of the assistance award for this project.
3. DEFINITIONS
(a) The term Owner means the local entity contracting for the construction services.
(b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other
person who may be at the time acting in the capacity or authorized to perform the functions of such
Administrator, or the authorized representative thereof.
4. LAWS TO BE OBSERVED
In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal
laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment.
The Contractor shall make himself familiar with and at all times shall' observe and comply with all Federal, ·
State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and
shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives
against any claim arising from violation of any such law, ordinance or regulation by himself or by his
subcontractor or his employees.
5. REVIEW BY OWNER, and TWDB
(a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have
access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel
records, employment conditions, material invoices, and other relevant data and records pertaining to this
Contract, provided, however that all instructions and approval with respect to the work will be given to
the Contractor only by the Owner through authorized representatives or agents.
(b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for
damages.
6. PERFORMANCE AND PAYMENT BONDS
Each contractor awarded a construction contract furnish performance and payment bonds:
(a) the performance bond shall include without limitation guarantees that work done under the contract will
be completed and performed according to approved plans and specifications and in accordance with
sound construction principles and practices; and ·
(b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract
price and remain in effect for one year beyond the date of approval by the engineer of the political
subdivision.
(c) The contractor shall utilize a surety company which is authorized to do business in Texas in accordance
with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code.
WRD-708C Revised 9/7/2005 Appendix F 30
7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE
(a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully
prepared Progress Schedule, showing the proposed dates of starting and completing each of the various
sections of the work, the anticipated monthly payments to become due the Contractor, and the
accumulated percent of progress each month.
(b) The following paragraph applies only to contracts awarded on a lump sum contract price:
COST BREAKDOWN -The Contractor shall submit to the Owner a detailed breakdown of his estimated
cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval
of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the
agreement and before any payment is made to the Contractor for the work performed under the Contract.
After approval by the Owner the unit prices established in the breakdown shall be used in estimating the
amount of partial payments to be made to the Contractor.
( c) Progress Payments
(1) The Contractor shall prepare his requisition for progress payment as of the last day of the month and
submit it, with the required number of copies, to the Engineer for his review. Except as provided in
Paragraph (3) of this subsection, the amount of the payment .due the Contractor shall be determined
by adding to the total value of work completed to date, the value of materials properly stored on the
site and deducting (1) five percent (5%) of the total amount, as a retainage and (2) the amount of all
previous payments. The total value of work completed to date shall be based on the actual or
estimated quantities of work completed and on the unit prices contained in the agreement ( or cost
breakdown approved pursuant to section 6.b relating to lump sum bids) and adjusted by approved
change orders. The value of materials properly stored on the site shall be based upon the estimated
quantities of such materials and the invoice prices. Copies of all invoices shall be available for
inspection by the Engineer. ·
(2) The Contractor shall be responsible for the care and protection of all materials and work upon which
payments have been made until final acceptance of such work and materials by the Owner. Such
payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms
of the Contract and the delivery of all improvements embraced in this Contract complete and
satisfactory to the Owner in all details.
(3) This clause applies to contracts when the Owner is a Municipal Utility District, or Water Control and
Improvement District. The retainage shall be ten percent of.the amount otherwise due until at least
fifty percent of the work has been completed. After the project is fifty percent completed, the District
may reduce the retainage from ten percent to no less than five percent.
(4) The five percent (5%) retainage of the progress payments due to the Contractor may not be reduced
until the building of the project is substantially complete and a reduction in the retainage has been
authorized by the TWDB.
(5) The following clause applies only to contracts where the total price at the time of execution is
$400 ,000 or greater and the retainage is greater than 5% and the Owner is not legally exempted from
the condition (i.e certain types of water districts).
The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such
retainage funds shall be paid to the Contractor after completion of the contract and final acceptance
of the project by the Owner.
(d) Withholding Payments . The Owner may withhold from any payment otherwise due the Contractor so
much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from
the Contractor to any subcontractors or material dealers, for work performed or material furnished by
WRD-708C Revised 9/7 /2005 Appendix F 3 1
them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not
require the Owner to determine or adjust any claims or disputes between the Contractor and his
subcontractors or Material dealers , or to withhold any moneys for their protection unless the Owner
elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in
no way impair the obligations of any surety or sureties under any bond or bonds furnished under this
Contract.
( c) Payments Subject to Submission of Certificates . Each payment to the Contractor by the Owner shall be
made subject to submission by the Contractor of all written certifications required of him and his
subcontractors by Section 3 hereof (relating to labor standards) and other general and special conditions
elsewhere in this contract.
(e) Final Payment.
(1) Upon satisfactory completion of the work performed under this contract, as a condition before final
payment under this contract or as a termination settlement under this contract the contractor shall
execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtui
of, this contract, except claims which are specifically exempted by the contractor to be set forth ;
therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by :
the parties to this contract, final payment under this contract or settlement upon termination of this !
contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties i
under this contract or applicable performance and payment bonds.
(2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor ,
shall prepare his requisition for final payment which shall be based upon the carefully measured or i
computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or !
cost breakdown (if lump sum), as adjusted by approved change orders. The total amount of the finali
payment due the Contractor under this contract shall be the amount computed as described above ,
less all previous payments. ;
!
(3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has
authorized a reduction in, or release of, retainage on the contract work. !
(4) Withholding of any amount due the Owner, under general and/or special conditions regarding
"Liquidated Damages," shall be deducted from the final payment due the Contractor.
I
I
I
!
i
I
8. WORKMAN'S COMPENSATION INSURANCE COVERAGE I
(a) The contractor shall certify in writing that the contractor provides workers' compensation insuranc~
coverage for each employee of the contractor employed on the public project. i
(b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the
subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate t<:>
the governmental entity. I
( c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the
coverage through a group plan or other method satisfactory to the governing body of the governmenuil
• i ~~-I
( d) The employment of a maintenance employee by an employer who is not engaging in building or
construction as the employer's primary business does not constitute engaging in building or constructionJ
( e) In this section: !
(1) "Building or construction" includes: I
!
(A) erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility,
or related appurtenance; l
(B) remodeling, extending, repairing, or demolishing a structure; or ·
(C) otherwise improving real property or an appurtenance to real property through similar activities .
(2) "Governmental entity" means this state or a political subdivision of this state . The term includes a
municipality.
WRD-708C Revised 9/7/2005 Appendix F 32
9. CHANGES
(a) The Owner may at any time , without notice to .any surety, by written order, make any change in the work
within the general scope of the contract, including but not limited to changes :
(1 ) In the specifications (including drawings and designs);
(2) In the time , method or manner of performance of the w ork;
(3) In the Owner-furnished facilities ; equipment, materials, services or site, or
(4) Directing acceleration in the performance of the work.
(5) The original contract price may not be increased under this section by more than 25 percent. The
original contract price may not be decreased under this section by more than 25 percent without the consent
of the contractor. (Local Government Code 271.060)
(b) A change order shall also be any other written order (including direction, instruction, interpretation or
determination) from the Owner which causes any change, provided the contractor gives the Owner written
notice stating the date , circumstances and source of the order and that the contractor regards the order as a
change order.
(c) Except as provided in this clause, no order, statement or conduct of the Owner shall be treated as a
change under this clause or entitle the contractor to an equitable adjustment. ,
( d) If any change under this clause causes an increase or decrease in the contractor~-cost or the time required I
to perform any part of the work under this contract, whether or not changed by any order, the Owner shall f
make an equitable adjustment and modify the contract in writing. Except for claims based on defective !
specifications, no claim for any change under paragraph (a)(2) above shall be allowed for any costs ~
incurred more than 20 days before the contractor gives written notice as required in paragraph (a)(2). In i
the case of defective specifications for which the Owner is responsible, the equitable adjustment shall ;
include any increased cost the contractor reasonably incurred in attempting to comply w ith those defectiv~
specifications. !
( e) If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor \
must, within 30 days after receipt of a written change order under paragraph (a)( I) or the furnishing of a !
written notice under paragraph (a)(2), submit a written statement to the Owner setting forth the general 1
nature and monetary extent of such claim The Owner may extend the 30-day period. The contractor may 1
include the statement of claim in the notice under paragraph (2) of this changes clause. 1
(t) No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under j
this contract. 1
(g) Changes that involve an increase in price will be supported by documentation of the costs components in i
a format acceptable to the Owner. ! -I
10. PREVAILING WAGE RA TES
This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage Rates.
The Owner will determine what are the general prevailing rates in accordance with the statute. The
applicable provisions include, but are not limited to the following :
§ 2258.021. Right to be Paid Prevailing Wage Rates
(a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state,
~~~: -I
( 1) not less than the general prevailing rate of per diem wages for work of a similar character in th d
locality in which the work is performed; and \
(2) not less than the general prevailing rate of per d iem wages for legal holiday and overtime work. ;
(b) Subsection (a) does not apply to maintenance work.
I
( c) A worker is employed on a public work for the purposes of this section if the worker is employed by a
contractor or subcontractor in the execution of a contract for the public work with the state, a politicat
subdivision of the state, or any officer or public body of the state or a political subdivision of the state. i
Added by Acts 1995 , 74th Leg., ch. 76 , § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th Leg., ch.:
165, § 18.01 , eff. Sept. 1, 1997. i
§ 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty
I
(a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay
not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of
the contract.
WRD-708C Re vis ed 9/7/2005 Appendix F 33
(b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of
the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or
part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body
awarding a contract shall specify this penalty in the contract.
(c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not
determine the prevailing wage rates and specify the rates in the contract as provided by Section
2258.022.
( d) The public body shall use any money collected under this section to offset the costs incurred in the
administration of this chapter.
( e) A municipality is entitled to collect a penalty under this section only if the municipality has a population
of more than 10 ,000 .
Added by Acts 1995, 74th Leg., ch. 76 , § 5.49(a), eff. Sept. 1, 1995.
§ 2258.024. Records
(a) A contractor and subcontractor shall keep a record showing:
(1) the name and occupation of each worker employed by the contractor or subcontractor in the
construction of the public work; and
(2) the actual per diem wages paid to each worker.
(b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public
body.
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995.
§ 2258.025. Payment Greater Than Prevailing Rate Not'Prohibited
This chapter does not prohibit the payment to a worker employed on a public work an amount greater than
· the general prevailing rate of per diem wages.
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995.
11. CONTRACT WORK HOURS REQUIRMENTS (29 CFR 5.1 , & 5.6) -This provision only applies
to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance
Program projects which receive funds made directly available by Federal funding.
This contract is subject to Title 29 Code of Federal regulations Part 5 conceming Contract Work Hours,
including but not limited to the following.
Sec. 5 .5 Contract provisions and related matters . (a) omitted.
(b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting
officer to insert the following clauses set forth in paragraphs (b)(l), (2), (3), and (4) of this section in full
in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract
Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required
by Sec. 5.S(a) or 4 .6 of part 4 of this title. As used in this paragraph, the terms laborers and mechanics
include watchmen and guards .
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract
work which may require or involve the employment of laborers or mechanics shall require or permit
any such laborer or mechanic in any workweek in which he or she is employed on such work to work
in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at
a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of
forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (b )( 1) of this section the contractor and any subcontractor responsible
therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be
liable to the United States (in the case of work done under contract for the District of Columbia or a
territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall
be computed with respect to each individual laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in paragraph (b)(l) of this section, in the sum of $10 for
each calendar day on which such individual was required or permitted to work in excess of the
standard workweek of forty hours without payment of the overtime wages required by the clause set
forth in paragraph (b)(l) of this section.
(3) Withholding for unpaid wages and liquidated damages . The (write in the name of the Federal
agency or the loan or grant Owner) shall upon its own action or upon written request of an
WRD-708C Revised 9/7/2005 Appendix F 34
authorized representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work p erformed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime contractor, or any other federally-assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (b )(2) of this section.
(4) Subcontracts . The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraph (b )( 1) through ( 4) of this section and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs
(b)(l) through (4) of this section.
(c) In addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work
Hours and Safety Standards Act and not to any of the other statutes cited in Sec . 5.1 , the Agency Head
shall cause or require the contracting officer to insert a clause requiring that the contractor or
subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall
preserve them for a period of three years from the completion of the contract for ,all laborers and
mechanics , including guards and watchmen, working on the contract. Such records shall contain the
name and address of each such employee, social security number, correct classifications , hourly rates of
wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further,
the Agency Head shall cause or require the contracting officer to insert in any such contract a clause
providing that the records to be maintained under this paragraph shall be made available by the
contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the
(write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit
such representatives to interview employees during working hours on the job.
12. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION -This provision only
applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial
Assistance Program projects which receive funds made directly available by Federal funding and
the contract agreement is for more than $10,000.
During the performance of this contract, the Contractor agrees as follows:
(a) The Contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative
action to ensure that applicants are employed, and that employees are treated during employment
without regard to their race, color, religion, sex, age, handicap, or national origin. Such action shall
include, but not be limited to the following: Employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be provided
setting forth the provisions of this nondiscrimination clause .
(b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive considerations for employment without
regard to race , color, religion, sex, age, handicap , or national origin.
( c) The Contractor will send to each labor union or repre sentative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice to be provided adv ising
the said labor union or workers' representatives of the Contractor's commitments under this section,
and shall post copies of the notice in conspicuous places available to employees and applicants for
employmen_t.
( d) The Contractor will comply with all provisions of E xecutive Order 11246 of September 24 , 1965 ,
the Age Discrimination in Employment Act of 1967,29 U .S .C.A. 621 (1985), Executive Order 12250
WRD-70 8C R ev ised 9/7/2005 Appendix F 35
of November 2 , 1980, the Rehabilitation Act of 1973 , 29 U.S.C.A . 701 et seq. (1985), and of the
rules, regulations , and relevant orders of the Secretary of Labor.
(e) The Contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations , and orders of the Secretary of Labor, or pursuant
thereto , and win permit access to his books, records , and accounts by the administering agency and
the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
(f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract
or with any of the said rules , regulations, or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the Contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,
regu~ation, or order of the Secretary of Labor, or as otherwise provided by law.
(g) The Contractor will include the portion of the sentence immediately precedii:i'g"paragraph (a) and
the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted
by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor
or vendor. The Contractor will take such action with respect to any subcontract or purchase order as
the administering agency may direct as a means of enforcing such provisions, including sanctions for
noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such direction by the
administering agency the Contractor may request the United States to enter into such litigation to
protect the interest of the United States.
(h) The Contractor will comply with Executive Order 11246 based on its implementation of the
Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal
Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part
60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be
performed. The hours of minority and female employment and training must be substantially
uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a
good faith effort to employ minorities and women evenly on each of its projects. The transfer of
minority or female employees or trainees from Contractor to Contractor or from project to project for
the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive
Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of the total
hours of employment and training of minority and female utilization the Contractor should
reasonably be able to achieve in each construction trade in which it has employees in the covered
area. Goals are published periodically in the Federal Register in notice form, and such notices may
be obtained from any office of federal contract compliance programs office or from federal
procurement contracting officers (512) 229-5835. The Contractor is expected to make substantially
uniform progress toward its goal in each craft during the period specified.
Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work
involving any construction trade, it shall physically include in each subcontract in excess of $10,000
the provisions of these specifications and the notice which contains the applicable goals set for
minority and female participation and which is set forth in the solicitations from which this contract
resulted.
13. DEBARMENT AND SUSPENSION -This provision applies only to Clean Water State Revolving
Fund Program projects and Drinking Water Financial Assistance Program projects which receive
funds made directly available by Federal funding.
WRD-708C Revised 9/7 /2005 Appendix F 36
This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and
Suspension. The contractor will comply with the assurances provided with the bid that led to this contract.
14 . MINORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES -This provision only applies
to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance
Program projects.
( a) The Contractor shall , if awarding sub-agreements, to the extent appropriate for the goals listed in the
instructions to bidders make a good faith effort to use minority and women business when possible as
sources of supplies , construction, equipment and services by taking the following steps:
(1 ) Including qualified small, minority, and women's businesses on solicitation lists ;
(2) Assuring that small, minority, and women's businesses are solicited whenever they are potential
sources;
(3) Dividing total requirements , when economically feasible , into small tasks er-f!uantities to permit
maximum participation of small, minority, and women's businesses;
(4) Establishing delivery schedules, where the requirements of the work permit, which will encourage
participation by small, minority, and women's businesses; and
(5) Using the services and assistance of the Small Business Administration and the Office of Minority
Business Enterprise of the U.S. Department of Commerce, as appropriate.
(b) The Contractor shall submit to the Owner information on utilization of minority and women business
enterprises within 30 days of entering into an agreement with a minority or women business enterprise.
The information shall include reporting called for in Texas Water Development Board's Guidance
for Utilization of Small, Minority & Women-Owned Businesses, SRF-052v3 in procurement.
(c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned
Business Participation.
15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES
No activity which may affect properties listed or properties eligible for listing in the National Register of
Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner
. has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of
Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural
or archeological deposits have been avoided or mitigated. However, the Contractor may encounter
unanticipated cultural or archeological deposits during construction.
If archeological sites or historic structures which may qualify for designation as a State Archeological
Landmark according to the criteria in 13 TAC 41.6 -41.10, or that may be eligible for listing on the National
Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations
are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the
TWDB , and the Texas Antiquities Committee, P.O. Box 12276, Capitol Station, Austin, Texas 78711-2276.
The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been
inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State
Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or
permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery
until authorized to do so by the Owner.
16. ENDANGERED SPECIES
No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered
species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of
WRD-708C Revised 9/7 /200 5 Appendix F 37
Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such
species.
If a threatened or endangered species is encountered during construction, the Contractor shall immediately
cease work in the area of the encounter and notify the Owner, who will immediately implement actions in
accordance with the ESA and applicable State statutes . These actions shall include reporting the encounter to
the TWDB , the U.S. Fish and Wildlife Service , and the Texas Parks and Wildlife Department, obtaining any
necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The
Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner.
17. HAZARDOUS MATERIALS
Materials utilized in the project shall be free of any hazardous materials , except as may be specifically
provided for in the specifications.
If the Contractor encounters existing material on sites owned or controlled by the Owner or in material i
sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall ;
immediately notify the Engineer and the Owner. The Owner will be responsible for-the testing for and 1
removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may 1
suspend the work, wholly or in part during the testing, removal or disposition of hazardous materials on sites l
owned or controlled by the Owner. i
18. PROJECT SIGN 1
A project IDENTIFICATION SIGN will be provided to the contrac.tor. The contractor shall erect the sign in i
a prominent location at the construction project site or along a major thoroughfare within the community as I
directed by the Owner.
19. OPERATION AND MAINTENANCE MANUALS AND TRAINING
(a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and
suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each
complete manual to the Engineer within 90 days after approval of shop drawings , product data, and
samples, and not later than the date of shipment of each item of equipment to the project site or storage
location.
(b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary
corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit !
the manual until it is acceptable to Engineer as being in conformance with design concept of project and '!
for compliance with information given in the Contract Documents . Owner may assess Contractor a ,
charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered !
cause for delay. Acceptance ofmaimals by Engineer does not relieve Contractor of any requirements of !
terms of Contract. ;
( c) The Contractor shall provide the services of trained, qualified technicians to check final equipment
installation, to assist as required in placing same in operation, and to instruct operating personnel in the
proper manner of performing routine operation and maintenance of the equipment.
!
( d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance,!
or installation instructions required by the Contractor to install, test, and start-up the equipment. ·
( e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies .
The manual shall contain the following applicable items:
(1) A listing of the manufacturer's identification, including order number, model, serial number, and
location of parts and service centers.
(2) A list of recommended stock of parts, including part number and quantity.
WRD-708C Re vised 9/7 /2005 Appendix F 38
(8)
(3) Complete replacement parts list.
(4) Performance data and rating tables.
(5) Specific instructions for installation, operation, adjustment, and maintenance.
(6) Exploded view drawings for major equipment items.
(7) Lubrication requirements .
Complete equipment wiring diagrams and control schematics with terminal
identification.
20. AS-BUILT DIMENSIONS AND ORA WINGS
(a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records
of location (horizontal and vertical) of all facilities .
(b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints ,
marked with red pencil, to show as-built dimensions and locations of all work constructed. As a
minimum, the final drawings shall include the following:
(1) Horizontal and vertical locations of work.
(2) Changes in equipment and dimensions due to substitutions.
(3) "Nameplate" data on all installed equipment.
(4) Deletions, additions, and changes to scope of work.
(5) Any other changes made.
Forms to be submitted with executed contracts:
• Contractor's Act of Assurance (ED-103)
• Contractor's Resolution on Authorized Representative (ED-104)
· • Affirmative Steps Solicitation Report (WRD-216)
• SMWBE Self-Certification (WRD-218)
Form to be submitted during construction:
• Loan/Grant Participation Sununary (SRF-373)
WRD-708C Revised 9/7/2005 Appendix F 39
SITE CERTIFICATE
ED-IOI
01/03 /00
This is to certify that the City of Fort Worth, Tarrant County, Texas has now acquired, taken
bona fide options on, or initiated formal condemnation proceedings against all property (sites,
easements, rights-of-way, or specific use permits) necessary for construction, operation and
maintenance of (water) (wastewater) facilities described as
Sanitary Sewer Rehabilitation Contract 58 -Part 3
DOE No. 6040
CWSRF Loan No. 72104
in accordance with plans and specifications approved by the Texas Water Development Board. Any
deeds or documents required to be recorded to protect the title(s) held by the City of Fort Worth
have been recorded or filed for record wherever necessary.
In the event of conflicts with existing underground utilities , or to preserve unknown cultural or
historic resources, the City of Fort Worth has the right of eminent domain and will take
condemnation action, if necessary, to acquire any sites, easements or rights-of-way which may be
required to change the location of any of the facilities described above; and upon acquisition of the
rights-of-way and recording of documents, will submit another site certificate to that effect.
EXECUTED this ____ day of _____________ ,2 _0_0_9 __ _
(Signature)
Assistant City Attorney, City of Fort Worth
(Title)
Note: This certificate MUST BE EXECUTED BY AN ATTORNEY OR AN ABSTRACTOR
qualified to evaluate the Applicant's interest in the site and make such a determination.
Contractor's Act Of Assurance (ED-103)
STATE OF TEXAS -COUNTY OF / H~~lf,<J/
/.3 ,;,,.:n,-,+
BEFORE ME, Gttf&AJL< s. , a Notary Public duly commissioned and qualified -in and for the County of / d1' ~"""" r in the State of Texas came and appeared
I'=~~
d/(.oUt-//v.~ttkS ,asrepresentedby l::),c::,ue-u'S I.JC-,the
corporation's //. Y,££S . , who declares he/she is authorized to -a o ~ 14-,s 1:t<....
represent C. c~srli.vt.;l'lo~ Ix Lr' pursuant to provisions of a resolution
adopted by said corporation on the / ;;-~ day of /J,; x 1 (.. , 20 ID
( a duly certified copy of such resolution is attached to and is hereby made a part of this
document). C
~ o~An~~
Oil.cu_ J./,.H,6..f,t,.$, as the representative of CaNST;(uc.;TcJ T;.. L ~
' C 0-u,1-r.s EU-,, __.
declares that C.. o .vs.T,tuc.:noJ /x.c Yassures the Texas Water Development
C! 0 .41 ~~ t!..T ~ e>,-(. -
Board that it will construct 5 t itf'T. 3 project at , , 10 ,;. TH , Texas,
1
in accordance with sound construction practice, all laws of the State of Texas, and the rules
of the Texas Water Development Board.
GIVEN UNDER MY HAND and seal of office this I ~ ~ day of #"r~
201 /0 A.D.
.. I" , ..... _;;;-.. B hf,·,,,. ,.JL .) l
, · ·• -'..,_;\~ \ NOTARY PUBLIC /\ f .J* j State ofTex as
••••••••• ='"·'1-'°'." ...• ~ ·S::'.··· Co m. c :". C0.-1~ 2n11 •
Printed Name
My Commission expires ___ 9:.._-_r_f_._~_0_~_/ __ _
WRD-708C Revised 9/7/2005 Appendix F
ED-103
01/03/01
47
Contractor's Resolution {ED-104)
ON
AUTHORIZED REPRESENTATIVE
f Name or Names
I hereby certify that it was RESOLVED by a quorum of the dire ctors of the
_c_~c,~AJ~ri'Zr~~uc....-__ ___.C_~o-....M=-=S'-'-,_,<_c..,_c.:,_-,_0 ...c....,J __ -.L..J~x.-=-c../ ___ , meeting
name of corporation
on the day of ____ , 20_, that £"'-o tA.... }t<-<-,e& , -------~
__________ ___, and , be , and hereby is ,
authorized to act on behalf of Coµ"9-7.SEk-:: ~c:>.+:S7d<.C.1"7e1J ~~ its
name o f c orporati on
representative, in all business transactions conducted in the State of Tex as , and;
That all above resolution was unanimously ratified by the Board of Directors at said
meeting and that the resolution has not been rescinded or amended and is now in full forces
and effect; and;
In authentication of the adoption of this resolution , I subscribe my name and
affix the seal of the corporation this /:.; '!:" day of tf-/"" r, , 20~.
ED-104
5/01 9/02
~ ~
~Secretary~
(seal)
WRD-70 8C Rev ised 9/7/2005 Appendix F 49
UNANIMOUS WRJTTEN CONSENT OF
THE DIRECTORS OF
CONATSER MANAGEMENT GROUP, INC.
(Effective as of March 1, 2010)
The undersigned Directors of CONATSER MANAGEMENT GROUP, INC., a Texas
Corporation (the 'Company"), hereby consent to and adopt the following resolutions and
actions:
RESOLVED, that BROCK HUGGINS, as the Vice President of Company, is hereby authorized
to: (i) enter into any purchase and sale contracts to acquire or sell assets on behalf of the
Company and/or Conatser Construction TX, L.P., a Texas limited partnership (the
"Partnership"; (ii) enter into loan transactions (whether term loans, lines of credit, letters of
credit, interim or permanent construction loans, or any such other indebtedness) with any third-
party lender on behalf of the Company and Partnership, and to (iii) sign, on behalf of the
Company and/or the Partnership, any conveyance, closing, or loan documents related to any
construction project (and third-party financing related thereto), purchase or sale transaction (and
any third-party financing related thereto), or refinancing of any Company and/or the Partnership
indebtedness, (including, but not limited to, execution of any draw requests, settlement
statements, promissory notes, deeds of trust, security agreements, deeds, and such other
affidavits, closing documents, or loan documents as may be requested by the lender and/or the
title company closing the transaction);
FURTHER RESOLVED, that BROCK HUGGINS is hereby authorized and empowered to do
or cause to be done all such acts or things and to sign and deliver, or cause to be signed and
delivered, all such documents, conveyances, instruments and certificates, in the name and on
behalf of the Company and/or the Partnership, or otherwise, as the Vice President, in his
discretion, may deem necessary, advisable or appropriate to effectuate or carry out in the
purpose and intent of the foregoing Resolutions;
FURTHER RESOLVED, that the execution by the Vice President of any document specifically
authorized by the foregoing Resolutions, or any documents executed in the accomplishment of
any action or actions so authorized is, and or shall become upon delivery, the enforceable and
binding act and obligation of the Company and Partnership, without the necessity of the
signature or attestation of the members or any officer of the Company; and,
FURTHER RESOLVED, that all acts, transactions, or agreements undertaken or executed by
the Vice President, prior to the adoption of these Resolutions in connection with the foregoing
matters are hereby ratified, confirmed and adopted by the Company and Partnership in all
respects.
IN WITNESS WHEREOF, the undersigned Members of the Board of Directors of Company,
has executed this consent to be effective as of this date first set forth above.
DIRECTORS:
Da e Gatewood
JesseMartine/-~
SRF Number
SRF-404
(5/13/91)
Certification Regarding Debarment, Suspension, and other Responsibility
Matters (SRF-404)
The prospective participant certifies to the best of its knowledge and belief that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a civil
judgement rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or
contract under a public transaction; violation of Federal or State antitrust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of records , making false statements,
or receiving stolen property;
( c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1 )(b) of
this certification; and
( d) Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State, or local) terminated for cause or default.
I understand that a false statement on this certification may be grounds for rejection of this proposal or
termination of the award. In addition, under 18 USC Sec . 1001, a false statement may result in a fine ofup
to $10,000 or imprisonment for up to 5 years, or both.
~ e-C,.I(__ Ii 6-~ V ( Ct: -~tr~,<)~'MT
Typed Name & Title of Authorized Repres~ntative
Date
I am unable to certify to the above statements. My explanation is attached.
WRD-708C Revised 9/7/2005 Appendix F 51
Project Name
Project Number
Contract For
Bidder's EEO/NSF Certifications (WRD-255)
S S le tf-t4f$ -C!-oAJ7Uri-C--1-~, ;O, 3 . ;
±/o;o~o
--------------------
The following certifications must be completed by the bidder for each contract.
A. EQUAL EMPLOYMENT OPPROTUNITY:
. .
WRD-255
09/1 2/01
( ) I have developed and have on file at . my each establishment affirmative action programs
pursuant to 41 CFR Part 60-2.
( ) I have participated in previous COD;tract(s) or sqbcontract(s) subject to the equal opportunity
clause under Executive Orders 11246 and 11375. I have filed all reports due under the
requirements contained in 41 CFR 60-1. 7.
( ) I have not participated in previous contracts(s) subject to the equal opportunity clause under
Executive Orders 11246 and 11375.
( ) I will obtain a similar certification from any proposed subcontractor(s), when appropriate.
B. NONSEGREGATED FACILITIES
\/ I certify that I do not and will not maintain any facilities provided for my employees in a
}e1 egated manner, or permit my employees to perform their services at any location under my
control where segregated facilities are maintained; and that I will obtain a similar certification prior
to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the
equal opportunity clause as required by 41 CFR 60-1.8. ·
I understand that a false statement on this certification may be . grounds for rejection of this bid
proposal or termination of the contract award.
Typ,i;;f Do;;Ffuoriud Reprnsentative
Signature of Bidder's klrth;:ci;epresentative
Date
~
;i ; .,,,... rl ~ t::.-u_,, c__u o-__S. T K-Uc 7l cJJ /Y:. c.__?
.S?, :> 7 c.,c...,, / C.. 1-r I Tl-9 $ ,_ /"-t, ..c. T t..,c.J O "'-~/ ""7'),C
7v,r,9
Name & Address of Bidder
WRD-708C Revised 9/7/2005 AppendixF
53
l
WRD-259
3/20/02
VENDOR COMELIANCE WITH RECIPROCITY ON NON-RESIDENT
BIDDERS
Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non-resident
bidder must bid projects for construction, improvements, supplies or services in Texas at an amount lower
than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to
underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-
resident's principal place of business is located. A non-resident bidder is a contractor whose corporate
offices or principal place of business is outside of the state of Texas. This requirement does not apply to a
contract involving Federal funds. The appropriate blanks in Section A must be filled out by all out-of-state
or non-resident bidd~rs in order for your bid to meet specifications. The failure of out~of-state or non-
resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the
blank in Section B.
A. Non-resident vendors in (give state), our principal place of busines~, are required to be
____ percent lower than resident bidders by state law. A copy of the statute is attached.
Non-resident vendors in _____ (give state), our principal place of business, are not required
to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas: ~
7
BIDDER:
G &::t:t:Z>€/C. C «s 7'"l<c...,c 77oe1 J ,'>C J
Company
City
/5~o e.R (-Ju~c.-1 ~
By: (please print)
xf!td U~
Title: (please print)
State
Signature
THIS FORM MUST BE RETURNED WITH THE BID
60
7Ce.ll 'J
Zip
,.
I. PROJECT INFORMATION
TEXAS WATER DEVELOPMENT BOARD
LOAN/GRANT PARTICIPATION SUMMARY
I SRF-373
SRF-373
Revised 07/21/06
~: "fy'I/DEl Project
Number .
B. Applicant/Entity Name C. Contract or
Loan Amount
D. Program Type (insert 'X"tor'a11thatapp1yJ
Pmj~2t Description: rl0 ,<./T~,t c7 S-'l ~'r 3
! Appli?8ntl!=ntity l
D orinking Water SRF (DWSRF)
D ciean Water SRF (CWSRF)
I __ J colonia Wastewater (CWTAP)
D other
TWOS: Construction Contract Number :
."( ' .. : .~. " . . .
II. LIST OF ACTUAL CONTRACTS/ PROCUREMENTS
:\:.·
N: .• Column 1
Column2
Column3
Column4
Column 5
Column 6
Enter the full name , street address, city/state/zip for each firm awarded a contract for the project
. s' .
T;·:; Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES
Fl'·:
-:'\J
•' C
: .. _r ,:·
Enter the type of business : SBE; MBE; WBE; SRBA; or OTHER (OTHER= Non-SBE, MBE , WBE or SBRA)
Enter the exact amount of the awarded contract
' J ··, -'.,i:/ .. Enter the exact date the contract was or will be executed
'.''N.,
Enter the certification type (Le . state; federal; NCTRCA; City of Houston ; Self-Certification etc.) '.,/' -·-··---·--------·---·----··---·---·-·--------·------·------·------
')!_\.··. :· ·./: ~ .:. ~-,r~Ol"~m~_-_1
,ttani~ ; {\ddre.si{of ·. Contracte~
/: · . ',' · .. FinnN.e.ndor · :
Colunin2 · ·
P'rocurerr,ienf
·category
Column·3
_Type of
Elusiness
: Column 4 .'. Column 5
A¢t~aJ cb6traci .· .· ., C6ritr1i{
· AW:arcied (~) ;_ · '. Exeput;n 'Oate :
. ;'
~ ;-o K.~K,... S ,<.; -3 7 3
JV,,1-tre.-I
.. · . . · . C'rilumn . s·: ,-, ., ·
.·Type_~rsMwBE ·_:,·
· · .. · · C~rt1fi~_tion . ,
I fiere6y certify tfiat aff of tlie Jinns fisted a6ove were contracted to warli,pn tlie speajietf project. I afso certify tliat I wiff immeaiatefy notify tlie <feJ(as Water
<Devewpment Q3oara if any of tlie fistea smaff, minority, women-ownea or rura{ Jinns are terminate! from tlie project. > '.: ".stgn~t~re -Authorized Represe~tati~e ·. .·. l'it1~ .··
•-. ' ·'"·.: '.· :· : • .. •• • :· • ff ••
.. . · Date ·
Ill. ~DB APPR~VAL s fr;(ATURES
-
•·~ ····. >:_, 'bPFCA Engineer . ~ . ._ . : ... ·. . . ' . . , Approval Date SMVJBE Coordinator::, ..
PRIME CONTRACTOR:
PROJECT DESCRJPTION:
COLUMNJ
NAME/ADDRESS OF ENTITIES
Robert Granados Trucking
5412 Kingslink Circle
Fort Worth , Texas 76135
Cowtown Redi-Mix
PO BOX 163267
Fort Worth, Texas 76161
Roadrunner Traffic Supply
3200 Marquita Dr.
Fort Worth , Texas 76116
MJ Pipeline Inspection, Inc.
P OBOX851
Granbury, Texas 76048
Suncoast Resources , Inc.
6922 Cavalcade
Houston, TX 77028
HD Supply Waterworks, Ltd .
P O BOX 840700
Vallas, Texas 75284
JLB Contracting , LLC
POBOX24131
Fort Worth, TX 76124
Rinker Materials
PO BOX 730197
Dallas , Texas 75373-0197
Conatser Construction TX, LP
PO BOX 15448
·Fort Worth, Texas 76119
CONATSER CONSTRUCTION TX, LP
SANITARY SEWER REHAB, CONTRACT LVIll (58) -Part 3
COLUMN] COLUMNJ
CONTRACT CATEGORY TYPE OF BUSINESS
Services and Supplies MBE
Supplies MBE/WBE
Supplies MBE/WBE
Services WBE
Supplies WBE
Supplies Non-MBE/WBE
Supplies Non-MBE/WBE
Supplies Non-MBE/WBE
Supplies/Services Non-MBE/WBE
COLUMN4 COLUMNS
ACTUAL CONTRACT AWARDED CONTRACT EXECUTION DATE
$63,900 .00 April 15, 2010
$31,200 .00 April 15, 2010
$4,000.00 April 15, 2010
$16 ,400 .00 April 15 , 2010
$8,000.00 April 15, 2010
$131 ,557.00 April 15, 2010
$6 ,200.00 April 15 , 2010
$5 ,800 .00 April 15, 2010
$480,393.00 April 15 , 2010
COLUMN6
TYPE OF CERTIFICATION
NCTRCA
NCTRCA
NCTRCA
NCTRCA
NCTRCA
N/A
N/A
N/A
N/A
FORM SRF-373
Page 1
Texas Water Development Board SMWBE Guidance (SRF-052 v .5)
Re v. 07/21/06
FOR THE UTILIZATION OF
SMALL, MINORITY & WOMEN-OWNED
BUSINESSES IN PROCUREMENT
Texas W ate r Development Bo ard SMWBE Gu idance Document {SRF-052v.5)
rev . 07/21/06
TABLE OF CONTENTS I
I. GENERAL INFORMATION
A . Background
B. EPA Policy
C . Applicability
D . Guidance Document
E. Benefits
F. TWDB Role
G. Flowchart of Procurement Process
II. DEFINITIONS
Ill. FAIR SHARE POLICY
A. Fair Share Policy
B . Fa ir Share Goals
IV. GOOD FAITH EFFORT
A. General
B . Six Affirmative Steps
C. Professional Service/Other Contracts
D. Contractor Selection
E. Documentation
Financial Application Phase
Subsequent Phases
SMWBE Forms
Tips for Achieving a Good Faith Effort in Procurement
V. AFFIRMATIVE STEPS OUTREACH PROGRAM
A .
B.
C.
D.
E.
F .
VI . AUTHORITY
Affirmative Step One:
Affirmative Step Two :
Affirmative Step Three:
Affirmative Step Four:
Affirmative Step Five :
Affirmative Step Six :
Compile Solicitation Lists
Solicit Contractors
Reduce Contract Size
Establish Delivery Schedules
Use Government Sources to Identify
Monitor Prime Contractor's GFE
A. Federal Laws , Executive Orders and Federal Regulations
B. State Laws
C. TWDB Rules
-
Texas Water Development Board SMWBE Gu id ance Document (SRF -05 2v.5)
rev. 07/2 1/06
.1. CGENERAL INFORMATION
A. Background -The Texas Water Development Board (TWDB) receives grants from the
Environmental Protection Agency (EPA) to provide low-interest loans to eligible political
subdivisions , As a direct result of the United States Supreme Court's decision in
Adarand Constructors, Inc. v. Pena 115 S. Ct. 2097 (1995), the EPA established new
policies governing Small, Minority and Women-Owned Business Enterprises (SMWBE).
These new policies are included in the Grants and Operating Agreements between the
EPA and TWDB , and apply to all recipients of financial assistance .
B. EPA Policy -EPA's policy (policy) requires recipients of its financial assistance to
establish Fair Share Goals (goals) for awarding contracts and procuring goods and
services from SMWBE's in the construction , supplies , equipment, and services
procurement categories . The policy is meant to ensure that SMWB-Fs have the
opportunity to participate in the procurement process , for all phases of the project. It is
important to note that although the policy includes small (SBE) and rural area (SBRA)
business enterprises, EPA is only statutorily required to collect data and enforce fair
share goal objectives for Minority and Women-Owned business enterprises. TWDB will
continue to collect information on SBE and SBRA participation, but those contract
awards will not count towards the MBE and WBE goals.
I
C. Applicability -EPA's policy applies to all procurements made after May 8 , 1998, for the
Texas Water Development Board (TWDB) Drinking Water State Revolving Fund
program (DWSRF), Tier Ill Clean Water State Revolving Fund program (CWSRF) and
Colonia Wastewater Treatment Assistance Program (CWT AP). · TWDB programs not
affected by this policy are: Water Quality Enhancement (WOE), Water Supply Account
(WSA), State Participation, Agricultural Loans and Grants , Tier II Clean Water State
Revolving Fund program (CWSRF) and Economically Distressed Areas Program
(EDAP).
D. Guidance Document -The intent of the SMWBE guidance document is to assist
applicants and contractors comply with EPA's policy regarding SMWBE 's. It is based, in
part, on publications, training manuals and other guidance documents developed by
EPA to implement their policies published in 40 CFR Parts 30 , .31, and 35-The guide
also ensures consistency w ith the Supreme Court's decision in Adarand Constructors,
Inc. v. Pena 115 S. Ct. 2097 (1995).
E. Benefits -The Affirmative Steps Outreach Program is designed to benefit both
recipients of EPA funds and the business community. Applicants can receive lower
interest rates on loans in comparison to those available on the open-market, as well as
having access to a greater pool of potential contractors to bid on their projects. This
increased competition could have the affect of lowering overall project costs , thus ,
lessening the repayment burden on the Applicant.
F. TWDB Role -The TWDB strives to provide all the necessary technical ass istance
needed to both applicants and prime contractors throughout all phases of the project.
This can include reviewing draft newspaper advertisements , Request for Qualifications
(RFQ), and Information for Bids (IFB) to ensure SMWBE components are included; and
scheduling pre-application, project management, pre-bid and pre-construction
conferences upon request.
Texas W ater Deve lopment Boa rd
G . Flowchart of SMWBE Document Review
S MWBE G uidance Doc ument (SRF-052v .5)
rev . 07/2 1/06
(Note : CWT AP funding does not have IUP, but must comply w ith EPA's Fair Share Policy)
APPLICANT
Ranked on the
Intended Use Plan (IUP)
by the TWDB
APPLICANT
Schedules Pre-Application
Meeting with TWDB Staff
APPLICANT
May Procure Financial Advisor,
Bond Counsel, & Consultant
Engineer in accordance with
EPA's Good Faith Effort Policy
(See TWDB Guidance SRF-052)
SMWBE COORDINATOR
3 . E-Mails Review Engineer
Deficiencies Checklist &
any Corrected Forms
4 . Contacts Applicant
(as necessary)
SMWBE COORDINATOR
1. Reviews Corrected Forms &
Other Documentation
2 . Contacts Applicant With Any
Final Deficiencies to Correct
APPLICANT
Receives Letter of Invitation
to Submit
Loan Application
APPLLC.ANT
Decides to Continue with
The Application Process
APPLICANT
Submits Financial Assistance
Application to TWDB
SMWBE COORDINATOR
1. Reviews WRD-215, and
216 ,217 ,218 ,SRF-373 (whe<eapp;ceble/
2. Enters Data into SMWBE
Tracking System
3. Determines Acceptability
No
Deficiencies
SMWBE COORDINATOR.
1. E-Mails Review Engineer
with final approval
2 . Forwards SMWBE Packet to
Records Management
Texas Water Development Board
I II.
S MWBE Guidanc e Document (SRF-052v.5)
rev . 07/2 1/06
DEFINITIONS
For the purpose of this guide, the following definitions shall apply :
+ Applicant -Eligible political subdivision or privately-owned water sy~tem applying for financial
assistance from the TWDB.
+ Construction -Any contract or agreement to provide the building, erection, alteration, remodeling,
improvement or extension of a TWDB-funded project.
+ Equipment -Tangible , nonexpendable personal property having a useful life of more than one year,
and an acquisition cost of $5 ,000 or more per unit.
+ Grantee -Direct recipients of EPA funds through cooperative grant.
+ Minority Business Enterprise (MBE) - A business concern which , 1) is certified as socially and
economically disadvantaged by the Small Business Administration (SBA), or; 2) is certified as a
minority business enterprise by a State or Federal agency, or; 3) is independent and at least 51 ;
percent-owned and controlled by minority group member(s), or; 4) is a Historically Black College or
University (HBCU's).
I
(Minority individuals in clude Black Americans, Hispanic Americans, Native Americans, Asian Pacific Americans,
or other groups wh ose members have been determined to be disa dvantaged by the Small Busin ess Act or by the
Se cretary of Commerce under Exec utive Order 11625, §5.)
+ Prime Contractors - A business concern that enters into written agreements directly w ith the
Applicant for construction , supplies , equipment and services.
+ Recipients -Eligible political subdivisions or privately-owned water systems, who receive financial
assistance from the TWDB , and/or prime contractors procured by political subdivisions or privately-
owned water systems receiving financial assistance from the TWDB.
+ Services -A contractor's time and effort (incl. consultants), which do not involve the delivery of a
specific end-item , other than documents (i.e . reports, design drawings , specifications, etc.).
+ Small Business Enterprise (SBE) -A small business concern , including any affiliate that is
independently owned and operated, but not dominant in the field in which they operate. Must also be
officially qualified as an SBE by the Small Business Administration (SBA), which uses a numerical
definition called "Size Standard" that is almost always stated in either number of employees or
average annual receipts .· (See Table 1) · · · · -· · · -· · ··· · ·
+ Small Business in a Rural Area (SBRA) - A small business concern that is located and conducts its
principal operations in a rural area/non-metropolitan county (as defined by the SBA).
+ Subcontractors -A business concern that enters into written agreements directly with the Prime
Contractor for construction, supplies , equipment and services.
+ Supplies -All tangible personal property other than equipment.
+ Women Business Enterprise (WBE) - A business concern which , 1) is certified as economically and
socially disadvantaged by the SBA, and ; (2) (a) is at least 51 percent owned by one or more women,
or in the case of a publicly-owned businesses, at least 51 percent of the stock is owned by one or
more women , and ; (b) whose daily business operations are managed and directed by one or more of
the women owners .
Texas Wa te r Deve lo pm e nt Board SMWBE Guidance Docu ment (SRF-052v .5 )
rev. 07/2 1/06
Ill. FAIR SHARE POLICY .. · I
A. Fair Share Policy -It is EPA's policy that recipients of EPA financial assistance through
grants , cooperative agreements and loans put forth a good faith effort to identify, solicit and if
possible , award a fair share of con t racts/procurements to small , minority and women-owned
businesses. This policy applies to all contracts/procurements for construction, supplies,
equipment and services . In accordance with these guidelines , the TWDB has established
and presently admin isters the SMWBE program , to promote SMWBE participation for all
applicable program projects.
B. Fair Share Goals -The goals shown below were developed using data from the 1997 United
States Economic Census , which determined the availability of small, minority and women-
owned businesses throughout the State. The goals a re applied to individual project contracts
and procurements , which then determines the maximum potential procurement opportunities
(in dollars) that are available to be awarded to MBE 's and WBE 's in eadi -ofthe applicable
procurement categories . It is important to note that the goals are not achievement standards
or quotas, nor is achieving the goals mandatory. However, applicants and prime contractors
(including minority and women-owned businesses) are required to adequately demonstrate
that a good faith effort was made to achieve the goals using EPA's six affirmative steps . The
fair share goals are negotiated by ind ividual states , and are then presented to EPA fo r
approval.
The current EPA-approved fair share goals for the State of Texas are as follows:
Supplies 18% 29%
; ----------------------------' !
Equipment 13% 13% I l
-----------..,.._------------·-----···------·-----·····-···-··-···-····--·-·-·-··-··--.. --··i f:
!
Services 22% 26%
Texas W ater Deve lopment Board SMWBE Guidance Doc ument (SR F-052v.5)
re v . 07/2 1/06
IV. GOOD FAITH EFFORT
A. General -To ensure compliance with the EPA's Good Faith Effort Policy and Affirmative
Steps Outreach Program, the TWDB recommends that all applicants review their own
procurement policies and procedures to see if/how SMWBE's are addressed . For
applicants that may have outdated or unwritten procurement procedures, the six
affirmative steps outlined below, provide an excellent starting point for updating and/or
developing written procurement procedures to address SMWBE 's .
B . Six Affirmative Steps
(1) Include qualified SMWBE 's on solicitation lists ;
(2) Solicit potential SMWBE's , whenever they are potential sources;
(3) Reduce contract size/quantities , when economically feasible , to permit
maximum participation of SBE 's SMWBE 's ;
(4) Establish delivery schedules to encourage participation by SMWBE 's ;
(5) Use the services and assistance of the SBA, the Minority Business
Development Agency, the U.S. Department of Commerce, as appropriate ;
(6) Require Prime Contractor's to follow steps 1-5 when awarding subcontracts
or sub-agreements .
I
C. Professional Service/Other Contracts -As part of the application phase , applicants
typically enter into prime contracts for professional services such as Financial Advisor,
Bond Counsel , and Consultant Engineer. In addition to following the Six Affirmative Steps ,
the Applicant must also procure professional services in accordance with Title 10, Chapter
2254 of the Texas Government Code (Professional Services Procurement Act) and Title
40 Code of Federal Regulations, Part 31 (Uniform Administrative Requirements for Grants
and Cooperative Agreements to State and Local Governments).
D . Contractor Selection -Recipients are responsible for establishing their own criteria for
awarding contracts and for review ing RFQ 's , IFB 's , and other bid documents to determine
their validity and acceptability . Although the TWDB does not oversee this aspect of the
process, it does recommend that adequate documentation be maintained to show the
openness of the selection process and the method used to select the proposal/bid to
ensure compliance with EPA's policy.
E . Documentation
• Financial Application Phase -As part of the financial application package, applicants must
submit documentation certifying an understanding of EPA's good faith effort policy ,
including the fair share goals and six affirmative steps. This information is documented on
TWDB form WRD-215, APPLICANT AFFIRMATIVE STEPS CERTIFICATION and
GOALS.
Note: It is not uncommon for applicants to procure the services of Financial Advisor,
Bond Counsel, and Consultant Engineer during the financial application phase . However,
they must have been procured in accordance with EPA's good faith effort policy to be
funded with federal loan proceeds.
• Subsequent Project Phases -Once the TWDB approves the loan commitment , applicants
may proceed with the planning, design , and construction phases of the project, as directed
by the TWDB rev iew/project engineer. For each new procurement or contract award, the
applicant (in the procurements of prime contractors) and the prime contractors (in the
procurement of subcontractors) must demonstrate their understanding and adherence to
EPA 's good faith effort policy for all project costs to be funded with federal loan proceeds. ·
Texas Water Development Board SMWBE Guidance Document (SRF-052v .5)
rev . 07/21/06
Texas Water Development Board
Small, Minority, Women-Owned Business Enterprise Program
Tips for Achieving a Good Faith Effort in Procurement
To assist entities identify, include, and utilize qualified Small, Minority, and Women-Owned Business
Enterprises (SMWBE), applicants and prime contractors are encouraged to refer to the following list of
resources made available on a local, statewide , and national level.
! Resources for identifying SMWBE's:
• Texas Building and Procurement Commission's (TBPC) Centralized Master Bidders List (CMBL) &
Historically Underutilized Business (HUB) Search -The CMBL & HUB Search is a statewide database
managed by the TBPC. This database contains contact information on all vendors registered to do business
with the State, including TBPC-certified HUB vendors. The CMBL & HUB search is an online system available
to the public free of charge .
http ://www.tbpc.state .tx.us/cmbl/cmblhub .html
+ Texas Department of Transportation -Disadvantaged Business Enterprise Directory
http ://www.dot.state.tx.us/business/tucpinfo .htm
+ The City of Houston -Minority, Women-Owned, and Disadvantaged Business Directory
http://houston.mwdbe.com/FrontEndNendorSearchPublic.asp?TN=Houston Diversity
• The City of Austin -Minority Vendor List
http://www.ci.austin.tx.us/purchase/pu vendor intro.htm
+ Small Business Administration's-Dynamic Small Business Search -SBA-DSBA is an Internet-based
system that allows applicants and prime contractors to search for small, minority and women-owned
businesses in their area .
http://dsbs.sba.gov/dsbs/dsp dsbs.cfm
• Other Minority & Women Business Organizations that you can contact directly to obtain a list of
rtid d f qua 11e ven ors or your procurement opportunity:
American lndi,,m Chamber of Commerce of Texas Texas Association of
Historically Underutilized Businesses
Website: www.aicct.com Website: www.texashubs.org
Contact: Diana Woodward Contact: Roy Mata
Email: dwoodward@aicct.com Email: rmata@tgsaustin .com,
info@texashubs.org
Phone: 817-429-2323 Phone: 512-220-4293
Fax: 817-451-3575 Fax: 512-288-9121
Central & South Texas Minority Business Council Women's Business Council -Southwest
Website : www.cstmbc .org Website: www.wbcsouthwest.org
Contact: Name: Jennifer Mort Contact: Emilia Menthe, Erica Williams
Email: jennifer@sdtmbc.com, eva@cstmbc.com Email: ementhe@wbcsouthwest.org ,
ewilliams@wbcsouthwest.org
Phone: 210-525-7925,512-386-8766 Phone: 817-299-0566
Dallas/Fort Worth Women Contractors Association Minority Business Development Council
Website: www.dfwmbdc.com Website : htt1;r//www.womencontractors .org/
Contact: Andrew Nash Contact: Josena Arquieta
Email: business@dfwmbc.com Email: jarquieta@womencontractors.org
Phone: 214-630-0747 Phone: 713-807-9977
Fax: 214-637-2241 Fax: 713-807-9917
Texas Water Development Board
0 tions for announcin our solicitation:
SMWBE Guidance Document (SRF-052v.5)
rev . 07/21/06
• Direct Communication -Contacting potential bidders by direct communication can include but are not
limited to correspondence by letter, facsimile, telephone, or email. Applicants and prime contractors are
required to provide copies of outreach letters, mailing lists, telephone, fax, and email tracking logs .
• Small Business Administration's (SBA) Sub-Net -Sub-Net is an Internet-based system that allows
applicants and prime contractors to post their procurement opportunities online . Access to the database is
free to government agencies and contractors, and is an excellent resource for soliciting SMWBE's for your
project.
The Sub-Net database can be accessed at: http ://web .sba.gov/subnet
• Newspaper Advertisements -The posting of applicable project procurement opportunities should be
done in accordance with the notice requirements of state law on competitive bidding , where applicable . There
are specific laws governing each type of entity. For example, two important provisions of state law governing
municipalities require:
1. The notice should be published once a week for two consecutive weeks in a newspaper published in the_'.
municipality. If no newspaper is published in the municipality, the notice must be posted at the city hall for 14
days before the date set to publicly open the bids and read them aloud;
2. The date of the first publication should be BEFORE the 14th day of the date set to publicly open the bids .
*** Please consult your legal counsel for specific laws governing your entity. ***
I Pertinent language that needs to appear within the text of the solicitation includes:
A. This contract is contingent upon release of funds from the Texas Water Development Board (TWDB).
B. Any contract or contracts awarded under this Invitation for Bid (IFB) or Request for Qualifications (RFQ)
are expected to be funded in part by a loan from the TWDB. Neither the State of Texas nor any of its
departments, agencies, or employees are or will be a party to this IFB, RFQ , or any resulting contract.
C. This contract is subject to the Environmental Protection Agency's (EPA) "fair share policy", which includes
EPA-approved "fair share goals" for Minority Business Enterprise (MBE) & Women Business Enterprise (WBE)
firms in the Construction, Supplies, Equipment, and Services procurement categories . EPA's policy requires
that applicants and prime contractors make a good faith effort to award a fair snare of contracts, suf>contracts,
and procurements to SMWBE's. Although EPA's policy does not mandate that the fair share goals be
achieved, it does require applicants and prime contractors to demonstrate us of the six affirmative steps. The
current fair share goals for the State of Texas are as follows:
CATEGORY MBE WBE
CONSTRUCTION 34.0% 8.0%
SUPPLIES 18.0% 29.0%
EQUIPMENT 13.0% 13.0%
SERVICES 22.0% 26.0%
D . Equal Opportunity in Employment -All qualified Applicants will receive consideration for employment
without regard to race, color, religion, sex, age, handicap or national origin. Bidders on this work will be
required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375,
and as supplemented in Department of Labor regulations 41 CFR Part 60. Small, minority, and women-owned
business enterprises are encouraged to respond .
A complete version of TWDB document, "SMWBE State Revolving Fund Program Guidance Document for the
. Utilization of Small, Minority, and Women-Owned Business Enterprises in Procurement' is available online at:
http://www .twdb.state.tx.us/publications/forms manuals/SRF052 .rtf
A .
B.
C .
D.
Tex as Water Deve lopment Board SMWB E Gu idance Doc um ent (S RF -052v.5)
rev . 07/2 1/06
V. AFFIRMATIVE STEPS OUTREACH PROGRAM I
Affirmative Step One : Include qualified SMWBE's on solicitation lists
See ''Tips for Achieving a Good Faith Effort in Procurement" on previous page.
Affirmative Step Two: Solicit potential SMWBE's , whenever they are potential sources
• DIRECT COMMUNICATION -Use of direct communication as a means to solicit potential
contractors can include contact by certified letter, facs imile , e-mail and by telephone . Direct
communication implies that a contractor solicitation list has been established ; this list must be
provided as backup documentation to the WRD-216 form when submitted .
• INDIRECT COMMUNICATION -Use of indirect communication as a means to solicit potential
contractors can include advertising in one or more local , regional or statewide newspapers ,
trade association publications , minority media outlets, Internet or other .website listings , and/or
by notifying women and minority business organizations and chambers of commerce of these
procurement opportunities. Newspaper advertisements must run in accordance with applicable
purchasing guidelines and must include a statement encouraging the participation of minorities,
women and small businesses subm itting an RFQ and/or bid .
Affirmative Step Three : Reduce contract size/quantities , when economically feasible, to
permit maximum participation of SBE 's SMWBE's
Reducing contract size increases the opportunity fo r SMWBE participation by dividing the work
into smaller increments that may be more favorable to smaller businesses. An optimum time to
consider reducing contract size is during the project design phase . Methods for reducing
contract size could include, but are not limited to: reviewing the project for opportunities to
stage work ; dividing multiple-site work; dividing work by task; limiting "brand name
requirements"; and soliciting multiple bid items.
Affirmative Step Four: Establish Delivery Schedules to Encourage Participation
Delivery schedules can sometimes determine whether a firm will be able to participate in the
procurement process. Short delivery schedules often favor larger firms that have more staff
and more available resources to complete big projects in a short period of time . Advanced
planning and adequate project management can allow for reasonable delivery schedules,
lengthening response time to receive bids and/or proposals, and can even increase
competition , which can lead to reduced cost to the applicant.
E. Affirmative Step Five : Use the services and assistance of the SBA, the Minority
Business Development Agency, and the U.S . Department of
Commerce, as appropriate
F.
The SBA and the Department of Commerce (DOC) Minority Business Development Agency
(MBDA) both manage outreach programs to assist SMWBE's business increase their
procurement opportunities . The SBA assists small businesses in the development of business
plans, financing, and education; applicants are encouraged to educate contractors on the
services available to them through these government organizations. See Affirmative Step One
for web links to those agencies .
Affirmative Step Six: Require all Prime contractors to follow steps 1-5 when
awarding subcontracts/sub-agreements
Prime Contractors are required to follow steps 1-5 when awarding subcontracts/sub-
agreements . They are also required to include the applicable "fair share objectives" in all
project bid documents when soliciting for subcontracting opportunities . Including this
information in the bid document/RFP ensures the potential bidder's awareness of the
requirement and notification to comply. Any contract or subcontract awarded without regard to
the "fair share objectives " can be considered ineligib le for loan funding by the TWDB.
Texas Water Development Board SMWBE Guidance Docume nt (S RF-052v .5)
rev. 07/21/06
VI. Authority
A . Federal Laws, Executive Orders and Federal Regulations
1. Public Law 95-507 -The Amendments to the Small Business Act.
a .) Establishes the Office of Small and Disadvantaged Business Utilization in every
Agency having procurement powers .
b.) Establishes the 8(a) program.
c.) Establishes Preferential Procurement Goals for participation by small businesses,
small disadvantaged firms, 8(a) and small women-owned concerns in Federal
contracting programs . The goals are forwarded to the Small Business Administration
on an annual fiscal year basis for approval or negotiation.
2. Public Law 100-533 -Women's Business Ownership Act of 1988. Increases the
advocacy Role of Federal Agencies to further promote and advanceWBE utilization in
Federal contracting and subcontracting activities .
I
3. Public Law 100-590 -Small Business Administration Reauthorization and Amendment Act
of 1988. Enacted on November 3, 1988. It requires Federal agencies with substantial
procurement or grant-making authority to establish rural area business enterprise
development plans. The Administrator of the Small Business Administration has identified
EPA as a Federal agency having substantial procurement and grant-making authority.
EPA has established a Rural Area Business Enterprise Development (RABED) Plan
covering both financial assistance and direct procurement.
4. Public Law 101-507 -EPA Appropriation of Act of 1991. The 1991 Appropriations Act
signed into law on November 5, 1990. "The Administrator of the Environmental Protection
Agency shall, to the fullest extent possible , ensure that at least 8 per centum of Federal
funding for prime and subcontracts awarded in support of authorized programs, including
grants, loans and contracts for wastewater treatment and leaking underground storage
tanks grants , be made available to business concerns or other organizations owned or
controlled by socially and economically disadvantaged individuals (within the meaning of
Section 8(a)(5) and (6) of the Small Business Act (15 U.S.C. 637(a)(5) and (6)), including
historically black colleges and universities. For purpose of this section, economically and
socially disadvantaged individuals shall be deemed to include women ... "
5. Public Law 102-389 -The 1993 Appropriations Act. Enacted on October 6, 1992 changes
the language in the Administrative Provisions of PL. 101-507 by adding the word
'hereafter' to the first sentence of the provision which states , "The Administrator of the
Environmental Protection Agency shall, hereafter ... " The addition of the word "hereafter"
makes the language permanent.
6. 0MB Circular A-102. Standards to be used by Federal agencies in establishing
procedures for the procurement of supplies, services and construction with Federal
assistance funds .
7. Executive Order 11625. Issued on October 13, 1971. The Order clarified the authority of
the Secretary of Commerce to implement policy and to assist minority business
enterprises. One of the factors was, " ... to coordinate the participation of Federal
departments and agencies in an increased minority enterprise effort." As a result of this,
the Order required the Secretary of Commerce to, " ... Promote the mobilization of activities
and resources of State and local governments , businesses and trade associations,
universities , foundations , professional organizations and volunteer groups toward the
growth of minority business enterprises, and facilitate the coordination efforts of these
groups with those of Federal departments and agencies ." The Order further requires that
Texas Water Development Board SMWBE Guidance Document (SRF-052v.5)
rev . 07/21/06
the Secretary, with the participation of other Federal departments and agencies, as
appropriate, to develop comprehensive plans and specific program goals; establish
regular program monitoring and reporting systems; and evaluate the impact of Federal
support in achieving the objectives established by th is Order. The Order requires the head
of each Federal department or agency to furnish information and reports in a manner
prescribed by the Secretary of Commerce. It further stipulates that within the constraints
of law and appropriations, Federal departments and agencies shall foster and promote
minority business enterprise .
8. Executive Order 12138. Issued on May 18, 1979. The Order directed all Federal agencies
to: ( 1) facilitate , preserve and strengthen women's business enterprise and to ensure full
participation by women in the free enterprise system ; (2) take affirmative action in
support of women's business enterprises; and (3) extend Federal financial assistance to
any program or activity ... each department or agency empowered to , shall issue
regulations requiring the recipient of such assistance to take appropriate affirmative action
in support of women's business enterprise and to prohibit actions or policies which
discriminate against women's business enterprise. Pursuant to Executive· Order 12138,
the regulation implemented by the agencies shall prescribe sanctions for noncompliance.
Sanctions by EPA were set forth in 40 CFR Part 30 , Subpart I. In the case of assistance
awards to recipients other than State and local governments they are still set forth there .
In the case of assistance awards to State and loca l governments they are set forth in 40
CFR Part 31.43.
9 . Executive Order 12432 -Minority Business Development. Issued July 14, 1983. The
Order directed all Federal agencies to: (1) develop an MBE plan on an annual basis ; (2)
establish MBE objectives; (3) identify methods for encouraging prime contractors and
grantees to utilize MBEs ; (4) build upon programs administered by the Small Business
Administration and Minority Business Development Agency; (5) furnish an annual report
regarding the accomplishments of their MBE programs; and (6) establish programs to
deliver management and technical assistance to MBEs.
10. 40 CFR Part 30. EPA implements its small business , minority business and women-
owned business programs for institutions of higher education , hospitals, and other non-
profit organizations in 40 CFR Part 30.44(b).
11. 40 CFR Part 31.EPA implements its small business, minority business and women-owned
business programs for States, local governments and Indian Tribes through its "Uniform
Administrative Requirements for Grants and Cooperative Agreements to State and local
Governments", 40 CFR Part 31, in 40 CFR 31.36(b) Procurement standards and Sec.
31 .36 ( e) Contracting with small and minority firms, women's business enterprise and
labor surplus area firms ensuring use of six affirmative steps .
12. 40 CFR Part 35, Subpart K. Under the State Revolving Fund Program requirements for
the participation of minority and women-owned bus i nesses apply to assistance in an
amount equaling the grant. To attain compliance with MBE/WBE requirements , the
Regional Administrator or designee will negotiate an annual "fair share" objective with the
State for MBE/WBE participation on these SRF-funded activities . A fair share objective
should be based on the amount of the capitalization grant award or other State
established goals. See 40 CFR 35.3145(d). Ref: www.epa .gov/authority.htm
Texas Water Deve lopment Board
B. State Laws
S MWBE Guidance Document (SRF-052v.5)
rev . 07/21/06
1. Texas Water Code -Chapter 15, Subchapter J. SUBCHAPTER J . FINANCIAL
ASSISTANCE FOR WATER POLLUTION CONTROL establishes the state water
pollution control revolving fund to be administered by the board under this subchapter and
rules adopted by the board
2. PROFESSIONAL SERVICES PROCUREMENT ACT (CHAPTER 2254. SUBCHAPTER
A.)
Added by Acts 1993, 73rd Leg ., Chi. 268, Sec. 1, eff. Sept. 1, 1993.
Sec. 2254.002. Definitions .
In this subchapter:
(1) "Governmental entity" means:
(A) a state agency or department;
(B) a district, authority, county, municipality, or other political subdivision of the
state; or
(C) a publicly owned utility.
(2) "Professional services" means services :
(A) within the scope of the practice , as defined by state law, of:
(i) accounting ;
(ii) architecture ;
(iii) land surveying;
(iv) medicine ;
(v) optometry;
(vi) professional engineering; or
(vii) real estate appraising; or
(B) provided in connection with the professional employment or practice of a
person who is licensed as:
(i) a certified public accountant;
(ii) an architect;
(iii) a land surveyor;
(iv) a physician, including a surgeon ;
(v) an optometrist;
(vi) a professional engineer; or
(vii) a state certified or state licensed real estate appraiser.
Added by Acts 1993, 73rd Leg ., ch. 268, Sec. 1, eff. Sept. 1, 1993. Amended by Acts
1997, 75th Leg., ch. 244, Sec. 1, eff. Sept. 1, 1997.
Sec. 2254.003. Selection of Provider; Fees .
(a) A governmental entity may not select a provider of professional services or a
group or association of providers or award a contract for the services on the basis
of competitive bids submitted for the contract or for the services , but shall make the
selection and award:
( 1) on the basis of demonstrated competence and qualifications to perform the
services; and
(2) for a fair and reasonable price.
(b) The professional fees under the contract:
(1) must be consistent with and not higher than the recommended practices
and fees published by the applicable professional associations ; and
(2) may not exceed any maximum provided by law.
Added by Acts 1993, 73rd Leg ., ch. 268, Sec. 1, eff. Sept. 1,1993.
Sec. 2254.004. Contract for Professional Services of Architect, Engineer, or Surveyor.
(a) In procuring architectural, engineering, or land surveying services, a
governmental entity shall:
( 1) first select the most highly qualified provider of those services on the basis
of demonstrated competence and qualifications; and
(2) then attempt to negotiate with that provider a contract at a fair &
Texas Water Develo pm ent Bo ard
reasonable price .
SMWBE Guidance Doc ume nt (SRF -052v.5)
rev. 07/21/06
(b) If a satisfactory contract cannot be negotiated with the most highly qualified
provider of architectural , engineering , or land surveying services , the
entity shall :
( 1) formally end negotiations with that provider;
(2) select the next most highly qualified provider; and
(3) attempt to negotiate a contract with that provider at a fa ir & reasonable
price.
(c) The entity shall continue the process descr ibed in Subsection (b) to select and
negotiate with providers until a contract is entered into .
Added by Acts 1993, 73rd Leg ., ch. 268, Sec. 1, eff. Sept. 1, 1993. Amended by Acts
1997, 75th Leg., ch. 119, Sec. 1, eff. Sept. 1, 1997.
Sec . 2254 .005 . Vo id Contract. A contract entered into or an arrangement made in
violation of this subchapter is void as against public policy.
Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1, 1993.
3. Local Government Code
A . CHAPTER 252 . PURCHASING AND CONTRACTING AUTHORITY OF
MUNICIPALITIES
B . CHAPTER 2051 . GOVERNMENT DOCUMENTS , PUBLICATIONS , AND
NOTICES
C . CHAPTER 2251 . PAYMENT FOR GOODS AND SERVICES
D. CHAPTER 262. PURCHASING AND CONTRACTING AUTHORITY OF
COUNTIES
C . TWOS Rules
1. Chapter 363, Financial Assistance Programs
2 . Chapter 371, Drinking Water State Revolving Fund
3 . Chapter 375 , State Water Pollution Control Fund
WRD-215
Revised 07/21/06
TEXAS WATER DEVELOPMENT BOARD
APPLICANT/ENTITY AFFIRMATIVE STEPS CERTIFICATION and GOALS
WRD-215
I. PROJECT INFORMATION
A. TWDB B. Applicant/Entity C . Lo an/Grant D. Program Typ e
Project No . Name Am ount (insert "X" for all that apply)
D Drinking Water SRF (DWSRF)
D Clean Water SRF (CWSRF)
D Colonia Wastewater (CWT AP)
D Other
II. GOOD FAITH EFFORT (Applicable to all PRIME Contracts Awarded by the Applicant/Entity)
I utuftrstatuf tfiat it is my mponsi6iGty to comp(y witfi a{[ state atuf feaera{ regufations atuf guidance in tlie utiCization of Sma{{, 9.f.inority,
'Women-Owned atuf Sma{[ (J3usinesses in IJ{.ura{ }treas, in procurement. I certify tliat I UJi{[ maf.! a "good faitfi effort" to afford opportunities for
S!JYE, 9.f.<B'E, W:IJ!E atuf S(J3'1Uf 's 6y:
1. Including qualified SBE , MBE, WBE and SBRA's on procurement soli citation lists ;
2. Soliciting pote ntial SBE, MBE, WBE and SBRA's;
3. Reducing contract size/quantities, when eco nomi cally feasible , to permit maximum participation by SBE , MBE ,
WBE a nd SBRA's ;
4. Establishing delivery schedules to encourage participation by SBE , MBE , WBE and SBRA's ;
5. Using th e services and assistance of the Small Business Administration, Minority Busin ess Development A gency,
U .S . Departme nt of Commerce, Texas Marketplace;
6. Requiring all PRIME contractors to follow steps 1-5 of the "good faith effort" in employing SBE, MBE , WBE and
SBRA Subcontractors ;
Signature -Applicant/Entity Representative Title Certification Date
Ill. PROJECT PARTICIPATION ESTIMATES (Demonstrates maximum potential for MBE/WBE participation, based on total loan/grant amount)
Total Procurement Potential MBE Participation Potentia l WBE Participation
Cost Category Total Goal Extension Goal Extension
Construction $ -34 .0% $ -8.0% $ -
Supplies $ -18.0% $ -29.0% $ -
-··------···------·----··--··---------··--· ·--·--·--·· --------------------------------------------------r---------·-·---·----·-·-·-· ·-· --------
Equipment $ -13.0% $ -13.0% $ -
Services $ -22.0% $ -26.0% $ -
*Other Issuance Costs $ -N/A N/A
(not subiect to MWBE =Isl
Total Procurement $ -$ -$ -(must equal loan/Qrant amount)
IV. TWDB APPROVAL SIGNATURES
OPFCA Engineer Approval Date SWMBE Coordinator Approval Date
*Other ISSUANCE costs can include : orig_ination fees; bond insurance_; land/easemenUriqht-of-way_;_fillorney ~I fee;_paying aqent fee or
other non:!Jid project costs.
TEXAS WATER DEVELOPMENT BOARD
AFFIRMATIVE STEPS SOLICITATION REPORT
WRD~216 ··.· 1
WRD-216
Revised 07/21/06
I. PROJECT INFORMATION
,,A TWDB
.. '. Project No.
R Applicant/Entity
·Name .
Contract
Amount
.0,
::':' Prime Contractor: ~ G I ~ "' .. · • '· ·. .. .. . . -A2.~.d:,X~ ____ <.>..!'!.'>-_T_/!,_c,,>_qJ_!!.hL_l_},.J .. ,J.
· · . Solicit~tion By: I . Applicant/Entity J __ j · Prime bontr~'ct6f .
•' \'TWDB Construction Contract Number:·
Program Tyj)e ..
' . . (insert ~)('.' for all that apply)
L=:J Drinking Water SRF (DWSRF)
~-~I Clean Water SRF (CWSRF)
LJcolonia Wastewater (CWTAP)
[=:_]other
II. SOLICITATION LIST
Ill.
.r
: N ,
;.~:
;T, \1~-
;<:=:: r:··
/J :
:'.()
::N: ;::s .
Column 1 List on this form , or provide a separate list of each business entity solicited for procurement:
Full name, street address, city/state/zip, for each Small, Minority , Woman , Rural Area or Other
Column 2 Enter one of the following procurement or contract categories :
CONSTRUCTION, SUPPLIES; EQUIPMENT; SERVICES
----------------------------------•
Column 3 SBE, MBE, WBE, SRBA, or OTHER (NOTE! "OTHER"= Company or firm is Non-SBE, MBE, WBE or
SBRA)
Column 4 Evidence of Good Faith Effort solicitations will include a combination of the following outreach
methods. Adequate backup documentation must be attached to this form for each method used .
1. Newspaper Advertisements 5. Internet & Web Postings
Q irect Contact by Phone , Fax , Mailouts 6. Trade Association Publications
3. Meetings or Conferences 7. Other Government Publications
4. Minority Media
·columri;1
:; :::: . , . . : .. ·. •. Name ~ Address cit · ...
) 'J3usioe.ss Entities Solicited for Procurement
,:~·. :• I i·;!,· "-;·:::.'. ·; .. , ·:, • -'• ' . .-... '.°:" .· • ·. . . .
!-----------------~-· 1-!j
• , S(gn~tiJre -Authorized R~presentativ~
.· .• .. · .• ApJ>roval Date ''swMeE<fo6rdinatdr . ·· ·· .... ,. : ..... _'"'.· -··.. ·. ··.•·:
PRIME CONTRACTOR:
PROJECT DESCRIPTION:
COLUMN!
NAME/ADDRESS OF ENTITIES
AEI
1107 Arwine court, Suite #I 00
Eu le ss, Texas 76040
B20 Environmental , Inc .
3103 Clear Lake Court
Arlington, TX 76017
DFW lnfrstructure, lnc.
4913 Briar Patch Lane
Burleson, TX 76028
Magnum Manhole
3 828 Cava lier Dr.
Garland, tX 75042
NTP Plumbing
I 025 E. Powell Ave.
Fort Worth, TX 76104
Ram Tool & Supply Company, lnc
2323 Crown Ro ad
Dallas, Texas 75229
All-Tex Pipe & Supply, Inc.
5205 E lliott Reeder Road
Haltom City, TX 76117-5915
Ceco Sales Corp
708 N . Main St.
Fort Worth, TX 76154
LKT & Associates
PO Box 66 8
Melissa, TX 75 454-0 668
Romar Supply, Inc.
2468 Fabens Road
Dallas, TX 75229
Thompson Bearings & Power Tmms
P O BOX 222261
Dallas, TX 75062
THT E lectric Co mpany
dba THT
2999 N . Stemmons Freeway
Tower We ll Resources, LLC
P OBOX 1641
Coll eyville, TX 76034
Winston Wa ter Cooler, Ltd.
50 14 Mark IV Parkway
Fo rt Worth, TX 76106
CONATSER CONSTRUCTION TX, LP
SANITARY SEWER REHAB, CONTRACT LVIII (58) -Part 3
COLUMN2
CONTRACT CATEGORY
SERVICES
SIC: 162306
SERVICES
SIC: 162306
SERVICES
SIC: 162306
SERVICES
SIC: 162306
SERVICES
SIC: 162306
SUPPLIER
SIC: 179102
SUPPLIER
SIC: 321201
SUPPLIER
SIC: 321201
SUPPLIER
SIC: 321201
SUPPLIER
SIC: 321201
SUPPLIER
SIC: 321201
SUPPLIER
SIC: 321201
SUPPLIER
SIC: 321201
SUPPLIER
SIC: 321201
COLUMN3
TYPE OF BUSINESS
Provides TV Inpsection and Pipe
Cleaning
M/WBE CONTRACTOR
Provides TV Inpsection and Pipe
Cleaning
M/WBE CONTRACTOR
Provides TV lnpsection and Pipe
Cleaning
M/WBE CONTRACTOR
Provides TV Inpsection and Pipe
Cleaning
M/WBE CONTRACTOR
Provides TV lnpsection and Pipe
Cleaning
M/WBE CONTRACTOR
Supplies Rebar
M/WBE CONTRACTOR
Supplies Pipe, Pipe Fittings and Valves
M/WBE CONTRACTOR
Supplies Pipe, Pipe Fittings and Valves
M/WBE CONTRACTOR
Supplies Pipe, Pipe Fittings and Valves
M/WBE CONTRACTOR
Supplies Pipe, Pipe Fittings and Valves
M/WBE CONTRACTOR
Supplies Pipe, Pipe Fittings and Valves
M/WBE CONTRACTOR
Supplies Pipe, Pipe'Fittings and Valves
M/WBE CONTRACTOR
Supplies Pipe, Pipe Fittings and Valves
M/WBE CONTRACTOR
Supplies Pipe, Pipe Fittings and Valves
M/WBE CONTRACTOR
COLUMN4
SOLICITATION METHODS
Direct by Phone, Fax, Mailouts
Direct by Phone, F ax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct by Phone, Fax, Mailouts
Direct b y Phone, Fax, Mailouts
Direct b y Phone, Fax, Mailouts
FORM WRD-216
Page 1
March 22, 2010
Conatser Construction TX. LP
P. 0. Box 15448
Fort Worth, Texas 76 11 9
(817) 534-1743
FAX: (817) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00321201
We are soliciting bids from Certified and Approved M.B .E. and W .B.E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
SANITARY SEWER SYSTEM REHABILITATION CONTRACT LVJII (58), PART 3
Sewer Project No: P254-703170106088
DOE#: 6040
City Project No. #01060
PROJECT BID DATE: April 8, 2010
WESTERN HILLS LIFT STATION -REPLACEMENT PROJECT
Water Project No: 01316
DOE#: n/a
City Project No. n/a
PROJECT BID DATE: April 8. 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P . 5327 Wichita Street, Fort Worth, Texas.
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No . 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5 :00 PM; otherwise bids
will be considered non-responsive .
We appreciate your interest in this project and look forward to working with you in the future. If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556 .
Bertha Gianulis
Controller
March 22, 2010
Conatser Construction TX, LP
P.O. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
FAX: (8 17) 534-4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
SIC 00179102
We are soliciting bids from Certified and Approved M.B.E. and W .B .E. Enterprise companies who wish to
quote us sub-prices on the following project [s]:
SANITARY SEWER SYSTEM REHABILITATION CONTRACT LVill (58), PART 3
Sewer Project No: P254-703170106088
DOE#: 6040
City Project No. #01060
PROJECT BID DATE: April 8, 2010
WESTERN HILLS LIFT STATION -REPLACEMENT PROJECT
Water Project No: 01316
DOE#: n/a
City Project No. n/a
PROJECT BID DATE: April 8, 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas.
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon 's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids
will be considered non-responsive.
We appreciate your interest in this project and look forward to working with you in the future . If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556.
Bertha Gianulis
Controller
Conatser Construction TX . LP
P. 0. Box 15448
March 22, 2010
Fort Worth, Texas 76119
(817) 534-1743
FAX: (817) 534-4556
Attention: Certified and Approved l\IBE and WBE Enterprise Companies
SIC 00162306
We are soliciting bids from Certified and Approved M .B .E. and W.B.E. Enterprise companies who w ish to
quote us sub-prices on the following project [s]:
SANITARY SEWER SYSTEM REHABILITATION CONTRACT LVID (58). PART 3
Sewer Project No: P254-703170106088
DOE#: 6040
City Project No. #01060
PROJECT BID DATE: April 8, 2010
WESTERN BILLS LIFT STATION -REPLACEMENT PROJECT
Water Project No: 01316
DOE#: n/a
City Project No. n/a
PROJECT BID DATE: April 8, 2010
Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation
and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,
Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas .
All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance
No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through
13-A-29), prohibiting discrimination in employment practices.
All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5: 00 PM; otherwise bids
will be considered non-responsive.
We appreciate your interest in this project and look forward to working with you in the future. If you
have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556 .
Bertha Gianulis
Controller
~A --.-/1
DBE
DBE JD# FIRM ADDRESS CITY STATE ZIP PHONE FAX LETTER
March 23, 2010
00162306 AEI l l 07 Arwine Court, Suite #lOO Euless TX 76040 (817) 268-1381 (817) 268-1921 y
00162306 B20 Environmental, Inc. 3103 Clear Lake Court Arlington TX 76017 (817) 467-7006 (817) 465-6149 y
00162306 DFW Intrastructure, Inc. 4913 Briar Patch Lane Burleson TX 76028 18887399070 (817) 332-7244 y
00162306 Magnum Manhole & Underground Co. 3828 Cavalier Drive Garland TX 75042 (214) 687-2293 (972) 276-5318 y
00162306 NTP Plumbing & Utilities Contractor PO BOX 21 lO Fort Worth TX 76104 (817) 483-6200 (817) 483-6203 y
00179102 Ram Tool & Supply Company, Inc . 1432 Mac Arthur Dr. Carrollton TX 75007 (817) 759-1993 (817) 759-2799 y
00321201 All -Tex Pipe & Supply, Inc . 5205 Elliott Reeder Road Haltom City TX 76117 (817) 831-3821 (817) 831-2173 y
00321201 Ceco Sales Corporation 708 N. Main Street Fort Worth TX 76154-0 (817) 429-1866 (817) 332-5103 y
... v,
00321201 LKT & Associates P OBOX668 Melissa TX 75454 (214) 544-0440 (214) 544-3684 y
00321201 Romar Supply, Inc. 2468 Fabens Road Dallas TX 75229 (214) 357-2020 (214) 357-1398 y
00321201 Thompson Beatings & Power Transmission LLC PO BOX 222261 Dallas TX 75062 (972) 812-0878 (972) 812-0877 y
00321201 THI Electric Company, lnc. OBA THT 2999 N . Stemmons Frwy Lewisville TX 75077 (972) 979-3204 (469) 322-2668 y
00321201 Tower Well Resources, LLC P OBOX 1641 Colleyville TX 76034 (817) 849-1577 (817) 485-1677 y
00321201 Winston Water Cooler, LTD . 5014 Mark IV Parkway Fort Worth TX 76106 (817) 624-9090 (817) 624-1747 y
23-Mar-10
S end Log
tatus AtType P rioriN ame Date P a ... C o S u ... P ho ne Number/C ...
omplete Fa x Send AE I Tue 3/23/20104:11 P M 2 8 172 68 1921
omplete Fa x Send 8 20 Environme nta l, Inc. Tue 3/2 3/20 10 4 :14 P M 2 817465614 9
Fax Send Conatser Construction , Inc. te Tue 3/23/2010 4 : 17 P M 2 8 175344556
Fa x Sen d DFW lntrastructure, Inc. T ue 3/2 3/2010 4:19 P M 2 8 173327244
Fax Send LKT & Associates Tue 3/23/2010 4 :2 0 PM 2 2 145443684
Fa x Send Magnum Manhole & Undergrou ... Tue 3/23/2010 4 :22 PM 2 9722765318
Fax Send Ram Tool & Supply Company, In c Tue 3/23/2010 4:24 PM 2 8177592799
Fa x Send Romar Supply, Inc. Tue 3/23/2010 4 :27 PM 2 2 14 3571398
Fa x Send Thompson Bearings & Power Tr ... T ue 3/23/2010 4:28 PM 2 9728120877
Fax Send THT Electric Company, Inc. D Tue 3/23/2010 4 :31 PM 2 4693222668
Fax Send Winston Water Cooler, LTD. Tue 3/23/2010 4 :34 PM 2 8176241747
Fax°Send Ceco Sales Corporation Tue 3/23/2010 4 :37 PM 2 8173325103
Fax Send NTP Plumbing & Utilities Contr Tue 3/23/2010 4:39 PM 2 8174836203
Fax Send All-Tex Pipe & Supply, Inc. Tue 3/23/2010 4:43 PM 2 8178312173
Failed Fax Send Tower W e ll Resources, LLC Tue 3/23/2010 4 :45 PM 2 8174851677
?i°c...t? V F/'4-.,c. ./{[ 14-~'-c:= 6 is c_o.....,"' e ~-t:.-p ~ s -:i..'3-10 ¥
Pa ge 1
:rom: Bertha Gianulis To : Inc . te Conatser Construction
Conatser Construction, TX., LP
Tel: 817-534-1743
Fax: 817-534-4556
To: Inc. te Conatser Construction
Company:
Fax Number: 8175344556
. . . ... .. -.~ .-......... -.-.--
jsubject :
Pagesincluding cover page: 2
MESSAGE
Date: 3/23/2010 Time: 4 :17:50 PM Page 1 of 2
FAX COVE
From : Bertha Gianulis
Company : Conatser Construction
Fax Number : (817) 534-4556
Time: 4:10:5-8 PM Date: 3/23/2010
We are soliciting bids from Certified and Approved MBE and WBE ·
enterprise companies forprojects within the City of Fort Worth, Texas.
The following letter outlines the details.
Thank You for your interest.
WinFax PRO Cover Page
I
f rom: Bertha Gianulis To: Inc . le Conatser Construction Date : 3/23/2010 Time : 4 :17:50 PM
CONATSER CONSTRUCTION TX., L.P.
March 22, 2bi0
P . 0. Box 15448
Fort Worth, Texas 76119
(817) 534-1743
(817) 534~4556
Attention: Certified and Approved MBE and WBE Enterprise Companies
We are soliciting bids from Certified and Approved M.B .E. and W.B.E . Enterprise companies who wish to
quo~ 1.lS sub-pnces on the following project [ s]:
SANITARY SEWER SYStEM REHABILITATION -CONTRACT L VIII (58). PART 3
Se~er Project Nm P254-703170106088 · ·
DOE#: . 60ii0 -
C4Y Project No. #01060 ·
PROJECT BID DATE:· April ~.2010
WESTERNIHLLS LIFT STATION REPLACEMENT PROJECT
Water Project No: 01316 ·
DOE#: n/a .
City Project No.· n/a
PROJECT BID DATE: April 81 2010
Specifications and Cqnµ-act Documents for this project [ s] may be obtained at the Office of Transportation
and Public Work:$ Department. Municipal Office Building, 1000 Throckinorton Street, Fort Worth, Texas
or can be viewed at Conatser Cons,truction Tx., L.P. 5327 Wichita Street, Fort Worth, Te,cas .
All Subcontractors must hE1ve a Certificate of Insurance on file with us prior to bid submittal and must
be capable of having a Performance, Payment and Maintenance Bond.
All Subcontractors will be required to comp I y wit!i Provision 5159-A of" Vernon's Annotated Civil
Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City OrdiJlance No .
7278, as ainended by City Ordinance No . 7400 (Fort Worth City Code Sections l 3-A-21 through 13-A-29),
prohibiting discrimination in employment practices.
All bids must be quoted "One WorkDay Prior to Bid Opening", no laier than 5:00 P.M.; otherwise bids
will be considered non-responsive .·· · ·
We appreciate your .interest in this project and look forward to working with you :in the future. If you have
any questions or comments regarding the above , please call me at (817) 534 -1743 . Our Fax Number is
(817) 534-4556.
Bertha Gianulis
Controller
Page 2 of 2
1
TEXAS WATER DEVELOPMENT BOARD
PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS
,. WRD,;.217
WRD-217
Revised 07/21/06
I. PROJECT INFORMATION
A TWDB B. ApplicanUEntity C. Loan/Grant G . Program Type
Proj~ct No . Amount (insert ·x· !or all that apply)
D Drinking Water SRF (DWSRF)
D Clean Water SRF (CWSRF)
.o. Contra ct Number E. Prime Contractor -. F. Contract Amount D Colonia Wastewater (CWT AP)
c_ 0 ,tU ,4-,T ~---
r,_.,.,, ,v~Ti<vC77o.J D Other
'-,-/)(
II. GOOD FAITH EFFORT (Applicable to all Su b-Ag reements Awarded by the Prime Contractor)
Ill.
J uniferstanif t fiat it is my responsi6ility to compfy u:itli a[[ state anif fetkra{ regulati<ms anif 9 uitfance in tM uti{ization of Sma[[,
'.Minority, 'Wom en-Ownetf antf Smaff <Busint sses in <Ju,ra{jlreas, in procurem ent . I ctrtify tfia t I wiff ma/is a "oootf faitli effort ' to a.ff°' : EXCEPTION
opportunities for .NYE, '.M<JYE, 'Wll'E antf ,S(l!<R)I. '.5 5y: t---A~s-th-e----P""'ri_m_e_C.,,..-o-n-tr-a-ct_o_r .--1
1. Including qualified SBE, MBE, WBE and SBRA's on procurement solicitation lists; I certify that I have reviewed
2. Soliciting potential SBE, MBE, WBE and SBRA's; the contract requirements and
found no available
3. Reducing contract size/quantities , when economically feasible , to permit maximum subcontracting opportunities.
participation by SBE, MBE, WBE and SBRA's ; 1 also certify that I will fulfill
4. Establishing delivery schedules to encourage participation by SBE , MBE, WBE and 100 percent of the contract
SBRA's; requirements with my own
5. Using the services and assistance of the Small Business Administration, Minority Business employees & resources .
Development Agency, U.S. Department of Commerce, Texas Marketplace ;
6 . Submitting documentation to the Texas Water Development Board to verify good faith
effort, steps 1-5 .
D
(check if applicable)
. •·., ;-_slgnafor,~~Auth~rize~ Representative , Title .cirtir.i~tibn bate . := ~.--,,_; -~,
ESTIMATES (Demonstrates maximum potential for MBE/WBE participation, based on total contract amount)
. . ' . ,,' ',);i:Qtal i>f~cur~'ment
. ,;/(,;pst'Category · · ,Total
Construction $ Yoo -o? .3 _ _:: 34.o~ _ _!__ ___________ ··----
Supplies $ ol<. 7 0 S 18.0% $
Equipment $ -13.0% $
Services $ c::>o --22.0% $ ~ 3 ' c, o
*Other Issuance Costs
not su ·ect to MWBE oals $ ~ NIA
· To.ta!. Procuremei:it .·. $,. · · ..., t_ ·;; 7 ~. .· .. o··. -~
must equal co~iracfainciuot) . ~ T · 7 ..> •1
8.0% $
------------·---1
29.0% $
13.0% $
26.0% $ C)
N/A
IV. TWDB APPROVAL SIGNATURES
, OPFCA Enginoor . Approval · Date SWMBE Coordinator · . · .· .. \'Ap~rova(D~~e
• Other ISSUANCE costs can include : origination fees: bond insurance ; land/easemenUright-of-way ; attorney general fee; paying agent fee or
othe~ non-bid project costs .
1
TEXAS WATER DEVELOPMENT BOARD
SMWBE SELF-CERTIFICATION
WRD-2 18
Revised 07/21/06
For Utilization of Small, Minority, Women-Owned, & Small Businesses in Rural Areas in Procurement
WRb-21 ·s ~,
I. PROJECT INFORMATION
A. TWDB
Project No .
B . Applicant/
Entity Name .
C. Contract
Amount,·
D. .· Program Type .
(insert ·t for ?U. that apply)
E. Contractor Name and Address
CJ Drinking Water SRF (DWSRF)
CJ Clean Water SRF (CWSRF)
CJ Colonia Wastewater (CWT AP)
CJ Other ________ -1
II. CERTIFICATION
l ftere6y certify that tfte a6ove nametf finn ~ in-fact, 9:. S!JJd[,_ 9.1.itwrity. 'Women-Ownetf or Smaff (J3usiness in 9:. ~ ~
in accortfance witfi tfte 'Texas 'Water(J)eve/i,pment (}Joartf guitfance aocument ~<R'l!-052!
Place "X" in the
appropriate
category
Ill. NOTARIZATION
State of:
County of:
Small Business Enterprise (SBE)
Minority Business Enterprise (MBE)
Women-Owned Business Enterprise (WBE)
Small Business in a Rural Area (SBRA)
Titlif ·
-(Impn·nt SeaQ
SWORN TO AND SUBSCRIBED before me on:
' '·('. L .: I. ' I -~ "J -
, -< I_\ \ f OTAi::v PUSLIC
r ·· · · ''1 l l'
,
.. -1r· -:7'1: ,:< ,\'.:>:·:~/ Si'.l e of Texas
•., .. --· ··, .• • "0r')n) r: ''"'· 08 -1 ('\-201 1 ? '·· ,, \.• .
Signature Date
Printed Name: ~t::-J,(?1{14 My Commission Expires on :
IV. TWDB APPROVAL SIGNATURES
Approval ~ate : Approval Date
TEXAS WATER D1:VELOPMENT BOARD
SMWSE .SELF-CERT_IFICATION
WRD-218
Revised 07121/06
_For Ult1izaiion of Sman. Minc,rity •. Wom.en-Owned, & Small au$irie~s ih Rural Areas in Piocµtement
_,;. •A. TWDB
--Pi-a;ect No.
Plac& ~X"'in'ihe
a,:ip~iiete
ca~~
County -of:
OPFCA Eilgfneer
B. Applicanl/
EMifyName
I WRD-218
C. ·Contract
Amount
D. Program ype-
(11iseff")C"far,a1111,a1 app1yj
c=J ' Driilldng Water SRF (DWSRF)
[=1 Clean WaterSRF (CW~RF)
CJ :CQlonia Wa~'*water(CWTAP)
CJ Other __ --.,-.,-----
Sman Bus.iness ._E.nteiprise (SBE} ·
Minonty Business' Enterprise (MBE)
Women-Qwri~d Business -Enterprise (WBJ;)
Small Business ~n a Rural Ar~ (~BRA)
0 57
Date
My CQmnussi® Expires on:
Approval· Date
TEXAS WATER DEVELOPMENT BOARD
SMWBE SELF -CERTIFICATION
WRD-2 18
Revised 07/21/06
For Utilization of Small, Minority, Women -Owned, & Small Businesses in Rura l Areas in Procurement
I. PROJECT INFORMATION
A. TWDB
Project No .
B. Applicant/
Entity Name
WRD-218
C. Contract
Amount
0 . Program Type
(inse rt "X" for all that apply.)
E. Contractor Name and Address
CJ Drinking Water SRF (DWSRF)
[=1 Cle~m Water SRF (CWSRF)
CJ Colonia Wastewater (CWTAP)
CJ Other_. -~-----,--f
II .. CERTIFICATION
l liere6y certify that tlie a60'CJe name{ firm j§ in c(act, E: Sma{( · !Minority; 'Women-Owned" or Smaff (}Jusiness in E: CJJ.,µraf ~
in accoriance witft tfte 'Tqas 'Water (Development (}Joari guiaance aocument (JCJJ.,'f-052 !
Small Business Enterprise (SBE)
Place "X" in the Minority Business Enterprise (MBE) -c;X --appropriate
category Women-Owned Business Enterprise (WBE) . ><
Small Business in a Rurai"Area (SBRA)
Signature ~ PRIME Contractor title ·. D~te
Signature -APPLICANT/ENTITY Representative Title Date
Ill. NOTARIZATION
State of: (I mprint Sea[)
County of:
' I'
L .\\)
SWORN TO AND SUBSCRIBED before me on : ,Y F "'-IC
__ ;y;..,:ns
,(' 1
Date
Printed Name : /!;,:l,f7'1,(1,/ My Commission Expires on :
IV. TWDB APPROVAL SIGNATURES
OPFCA Engineer Approval Date SMWBE Coordinator Approval Date
Ma~ 07 2010 9:41 ROADRUNNER
! 8172 444 8 1 9
WR0·2 10
, TEXAS WATER DEVELOPMENT BOARD
J SMWBE SELF -CERTIFICATION
For t.Il/lization c,f Sm11II, ,Minority, Vlomen-Owned, & Small Busine:;ses in Rural AreEJs ir1 Pro c ureme n t
I. PROJEC:T INFORMATION
. TW05
1:irojecl No.
e. 4pplicanv
.. ~nllly Name
I
I
I
C. ontrl!!cl
Amount
,1T1 -._..-, ____ ,
D.
CJ r.~-l
CJ
c.:.=i
Progrim1 Type
(in~w •1 'X' for all tha t c11~I,·)
D rinking W:!ller SRF (DWSRF)
Clean Water SRF (CVVSRF)
Colonia Wastewater (CWTAP)
Other -·--·P'-·-·-·~··----
II, CERTIFICATION
Ill.
! fl£rJb. ccrt.i[y ili!n:. t/1£ a6cr~ TUJtnllf .fm1l i! in-fact.. ~ Sl!!.!1ff;_ 2rfir1ority. 'W!Jr11c1i-Orv11~a. or Jim!Jl ~ ill ~ !Ewa{ )lrct1 ,
in aunr(onq. wft./i tn~ '1i'l'as 1,llatcr Wit11climmcnt rDoanf auitfn,u;, {.ocumtnt C:S!f:f-OJ2l
Pl~<::e "X'' In the
.ippropriate
r;:i;i1egoiy
Small Business E.nLerprit;e (SBE)
Minority Business Enterprise (Ml:iE)
Women-Owned Business Enterprise (W$E)
Srnafl Ellrsiness In a ~ural Area (SBRA)
Title
•. ~ ..
:c
O~te
---------+--~ -···-··----
$(tile of: _;....-
I €"f..tfS.. __ ~-,
County of: --...1.Jt.. ll_ e.!:e!f..c..., --·
SWORN TO AND SUBSCRIBED b!fore rne or::
~e.:. l;t .?.Cl'O
~--'--····· ·oet~
,----------··-------
Pdnled Nerne : vi!. -:i .. -,r,.,,,.,;1 G · Y,P -., JIT''I ("4,v
Dete
--i----·--~·--"· ---
(lmpn11t s,110
;-·.,·,
.. ,( j
·'. ,, ,•,,,
i i'. .. i ,.':,
------··-~
IV . iWDB APPROVA.l., SIGNATURES
OPFCA Englt'IHr Approv,111 011ta $MWBE Coort11n:c1tor A{lp-rovi.l D.at& __ ,, __
-··· •.. ·------~-· -~--
p. 1
1
TEXAS WATER DEVELOPMENT BOARD
SMWBE SELF-CERTIFICATION
WRD-218
Revised 07 /21 /06
For Utilization of Small, Minority, Women-Owned, & Small Businesses in Rural Areas in Procurem ent
I. PROJECT INFORMATION
A . TWDB
Project No.
B. Applicant/
Entity Name
WRD-218 ·1
C . Contract
Amount
D. Program Type
(i nsert "X" fo r aU that apply)
CJ Drinking Water SRF (DWSRF)
CJ Clean Water SRF (CWSRF)
C=1 Colonia Wastewater (CWT AP)
CJ Other _______ --1
II.. CERTIFICATION
l liere6y certify tfi.at tfr.e a60'[)e nametf finn ~ in-fact, P:. Sma{[, !Minority. 'Women-Owned= or Smaff (}Jusiness in P:. ~ ~
in accordance witfi. tfr.e ffexas 'Water(J)e-velopment (}Joartf guidance tfocument CS'\Rf-052!
:
Small Business Enterprise (SBE)
Place "X~ in the Minority Business Enterprise (MBE) f--X --. appropriate
category Women-Owned Business Enterprise . (WBE) :x-
Small Business in a Rural Area (SBRA)
Signature -·PRIME Contractor Title D~te
Signature -APPLICANT/ENTITY Representative Title ; Date
Ill. NOTARIZATION
State of: (Imprint Sta{)
County of:
... ~~ I I
,,.;;f-,,1Y I• J:1 .IC t
-:.,· .':' ,:;f 1exa -:~
:, 1_:r-:-1 .,, r
SWORN TO AND SUBSCRIBED before me on :
Date
Printed Name : .L ~ ~ r,t:"1,( (qrr (.::r(,4,v My Commission Expires on : '7-r? ·,o//
IV. TWDB APPROVAL SIGNATURES
OPFCA Engineer Approval Date SMWBE Coordinator Approval Date
-·
1
TEXAS WATER DEVELOPMENT BOARD
SMWBE SELF-CERTIFICATION
WRD -2 18
Revi sed 07/21/06
For Utilization of Small, Minority, Women -Owned, & Small Businesses in Rural Areas in Procurement
WRD-218 .
I. PROJECT INFORMATION
A . TWDB
Project No.
B. ApplicanU
Entity Name
E. Contractor Name and Address
C. Contract
Amount
D. Program Type .
(insert "X" for all that apply)
CJ Drinking Water SRF (DWSRF)
C=1 Clean Water SRF (CWSRF)
[=i Colonia Wastewater (CWTAP)
[=i Other _______ _,
II. CERTIFICATION
Ill.
· l fiere6y certify that tfie a6ove namea firm f:i in-fact, !!:. Small; :Minority. Women-Owne.i or Sma{[ (]3usiness in f!:. ®,µraf ~
in accordance witli tfie 'Texas Water(J)evefopment (]3oartf guufance tfocument t;51!.'f-052l
Place "X" in the
appropriate
category
Signature -PRl"1E Contractor
State of:
County of:
Small Business Enterprise (SBE)
Minority Business Enterprise (MBE)
Women-Owned Business Enterprise (WBE)
Small Business in a Rural Area (SBRA)
Title ··
Title
SWORN TO AND SUBSCRIBED before me on :
/c .... ""\-~ ,O 0
Date
{Imprint Seal)
Printed Name : ~71,M G; My Commission Expires on :
D~te
Date
9-r f· ~/I
IV. TWDB APPROVAL SIGNATURES
OPFCA Engineer Approval Date SMWBE Coordinator Approval Date
j
I
' I
-
I
I
I
I
I
I
I
I
I
I
I
TEXAS WATl:R DEVELOPMENT BOARD
SMWBE SELF-CERTIFICATION
WRD-218
Revised 07i21/0t1
For Ulillzalion of Smalt, Minority, Women-Owned, & Small Businesses in Rural Areas in Procurement
WRD-218
I. PROJECT INFORMATION
A. TWDB . B. Applican
Project No. Entity Name
E. Contractor Name and Address
Su
C. Contract
Amount
Program Type
Vnsltlt "X" fer all Iha.I apply)
c=J Drinking Water SRF (DWSRF)
Cl Clean Water SRF (CWSRF)
[=:I Colonia Wastewater (CWTAP)
[=:J Other _______ -1
II. CERTIFICATION
Ill.
l .im§::t. certify tliat t1u a.iO'Cle nametf firm i}, in-fact ~ Jm4., 9dinprity. 'W'mnen-Or.viud" or Sma!I <Busirws it! .e ~ ~
in accorrlimce wit6 tfie 'Iqas 'Water {J)tpefi,pmmt <Boarrl quu{aru:e d"ocument ~f-OS2l
Place ·x" in the
appropriate
·category
Signature ~ PRIME Contractor
State of:
County or:
Small Business Enterprise (SBE}
Minority Business Enterprise (MBE)
Women-Owned Business Enterprise (WBE)
Small Business in a Rural Area (SBRA)
Title ·
SWORN TO AND SUBSCRIBED before me on:
A,-/,..rc... /";> :>ol'b
Date
(Jmpn'uiStal)
Printed Name: ttP ~h My Commission Expires on:
a
9-r '8. ,)-Qt/
IV. TWDB APPROVAL SIGNATURES
OPFCA Engineer · Approval Date SMWBE Coordinator Approval Date
....... ···-···, .. ••······-······ ············-···-··--·------·······-··---·-----... -· ··-···· ........... \ ......• , .. --............... ___ _
!
I
!
.!
.!
!
l
I
I
i
i
1
I
I
i
i
I
APPENDIX A
Temporary Right-of-Entry Forms
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel # TROE 1
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & W estcliff, Block 108, Lot 28
5101 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and
convey to the City of Fort Worth, TX , herein after referred to as "Grantee" a temporary right of
entry onto property described as Block 108 , Lot 28 , Westcliff Addition and Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5101 Westhaven Dr., Fort
Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of
disconnecting home/business from old water/sewer line, and reconnecting to new
water/sewer line.. Upon execution of this agreement, Grantor will grant Grantee and its
contractor's access to the Property for the purpose stated herein , until such time as the project is
completed and approved by the Grantee, at which time the above described temporary right of
entry becomes void.
This Right of Entry shall include the right of Grantee and its employees , agents , representatives ,
or contractors to access the aforementioned property .
TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the
rights and appurtenances thereto , anywise belonging unto the said Grantee , is successors and
assigns , for the purposes set forth above .
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under this Right of Entry.
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Please Print)
TEMPORARY RI GHT OF ENTRY
Rev. 7/2006
(Signature)
• r
w u z w
LL
w u z w
LL
f; • •
0 10' 20' <lO'
~l--,5...J~=~' ==-!
SCALE : I": 20'
f;.
I
SSIIH
WESTHAVEN
-p l_~ -----...-_, J. .
DRI VE
I
I
- - - - - ---#rn##r/r###r/r#m
_..__........___.._ ___ ------..J'.. ·.r n __ T. .
0 If '~ I~
I~
11
I
I
---'----1
I
I
LOT 4
ZUBER, JOHN O . ETU% A/ARY
460! BAR/f/lCI: OR///E
LOT 5
CHRISTIAN, CHARLOTTE CAYLE
5104 lf/ESTHA//EN OR/VE
NO . P254-703170106088
DOE #6040 , CITY PROJECT No . 01060
MAP NO. 2030-364 , MAPSCO N0 .89-P
fORTWORTH CITY OF FORT WORTH, TEXAS ~ WATER DEPARTMENT
RIGHT OF ENTRY EXHIBIT
•
5101 WESTHAVEN DR IV E
FORT WORTH TX 76132-2036
BLK 108 LOT 28 WE STCLIFF ADDITION
rJngrou p RJN GROUP, INC.
4100 INTERNATIONAL PLAZA
OVERTON CENTRE TOWER II, SUITE #460
FORT WORTH, TEXAS 76109
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel # TROE 2
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & Westcliff, Block 108, Lot 27
5105 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and
convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of
entry onto property described as Block 108 , Lot 27 , Westcliff Addition and Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5105 Westhaven Dr., Fort
Worth, Tarrant County,. Texas, hereinafter referred to as the "Property", for the purpose of
disconnecting home/business from . old water/sewer line, and reconnecting to new
water/sewer line.. Upon execution of this agreement, Grantor will grant Grantee and its
contractor's access to the Property for the purpose stated herein , until such time as the project is
completed and approved by the Grantee, at which time the above described temporary right of
entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents , representatives ,
or contractors to access the aforementioned property.
TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the
rights and appurtenances thereto , anywise belonging unto the said Grantee , is successors and
assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under this Right of Entry.
EXECUTED this the __ day of ______ , 2010 .
GRANTOR:
(Please Print)
TEMPORARY RIGHT O F ENTRY
Rev . 7/2006
(Signature)
w u z w
u.
O JO ' 20' I I ;.J
SCALE: I": 20'
40'
I
" • p " • p t> I> I> I>
LOT 4
ZUBER, JO/fN O . ETU% AIARY
4601 BARI/I/CK OR/VE
I ______ J
NO . P254-703170106088
DOE #6040 , CITY PROJ ECT No . 01060
MAP NO . 2030-364 , MAPSCO N0 .89-P
fORTWORTH CITY OF FORT WORTH, TEXAS ~ WATER DEPARTMENT
LOT .?6
BENOER, AIARY K .
5109 lfEST/fAVEN OR/VE
LOT 5
C/fR/ST/AN, ClfARLOTTE CAYLE
5104 lfESTlfAVEN OR/VE
I
-J. -,
I I
I I
I
LOT 6
JO/fNSON, JO/fN
ETU% AIA/LE
4600 LASSEN CT.
L ___ _
RIGHT OF ENTRY EXHIBIT
•
5105 WESTHAVEN DRIVE
FORT WORTH TX 76132-2036
BLK 108 LOT 27 WESTCLIFF ADDITION
rJn group RJN GROUP, INC.
4100 INTERNATIONAL PLAZA
OVERTON CENTRE TOWER II, SUITE #460
FORT WORTH, TEXAS 76109
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel# TROE 3
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & W estcliff, Block 108, Lot 26
5109 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and
convey to the City of Fort Worth , TX, herein after referred to as "Grantee" a temporary right of
entry onto property described as Block 108 , Lot 26 , Westcliff Addition and Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5109 Westhaven Dr., Fort
Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of
disconnecting home/business from old water/sewer line, and reconnecting to new
water/sewer line.. Upon execution of this agreement, Grantor will grant Grantee and its
contractor 's access to the Property for the purpose stated herein, until such time as the project is
completed and approved by the Grantee , at which time the above described temporary right of
entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents , representatives ,
or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the
rights and appurtenances thereto , anywise belonging unto the said Grantee , is successors and
assigns , for the purposes set forth above .
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under this Right of Entry.
EXECUTED this the __ day of ______ ., 2010 .
GRANTOR:
(Please Print)
TEMPORARY RI GHT OF ENTRY
Rev. 7/2006
(Signature)
:=.--
t> t> • •
t> • • t> • • t> • • t> • •
LOT 26
BFNOFR, MARY K.
5109 11'£STIIA//£N ORI//£
/
0 10' 20'
I ;.J ;.J
SC ALE: I"= 20 '
40'
i
l
CROll'OFR , JIMMIE £TU% KATIILFFN
5 tr J 11'£S TlfA //FN OR I//£ I
LOT 25
-. l_...._=-..=-J. . . --·-ul ·. __ · ~_.· ·._,--l --j.
WESTHAVEN DRIVE
. . Yra##r/r8~~_fx~~-= _____ _ -------..--~"'"-~
ClfRISTIAN, CHARLOTT£ CAYLF LOT 5 I
5104 11'£STIIA//£N ORI//£
r ~
NO P254-703170106088
. ROJECT No . 01060 DOE #6040 , CITY p MAPSCO N0 .89-P MAP NO . 2030-364 ,
FORTWORTH CITY OF FORT WORTH. TEXAS
~. WATER DEPARTMENT
, ,
LOT 6
JOIINSON. JO/IN £TU% MAIL£
4600 L AS SEN CT.
I
< :, G_j It?
V) /~ I
V) :r
Lu /
--J /
I
IGHT OF ENTRY EXHIBIT
rjn group RJN GROUP, INC.
4 100 INTERNATIONAL PLAZA
OVERTON CENTRE TOWER II, SUITE #460
FORT WORTH, TEXAS 76109
-
p • ~
I
I
Lor 26
BENDER, N.4R Y K .
5109 lfESTf/.4VEN OR/VE
i
@)
-'
u /
LOT 25
CROlfOER , J/,1./,1.f/E Erux K.4Tf/LEEN I 5/!J lfESTfl.4VEN OR/VE
(_ ----
I
I
,-j -,
I I I
I
I
I
Lor 6
JOHNSON, JOf/N ETt/% ,1./.4/LE
4600 L.4SSEN er.
L------,
...---------j ----------, --------1
NO P254 -703170106N088 01060 . PROJECT o . OE #6040 , C!TY64 MAPSCO N0 .89 -P MAP NO . 2030-3 '
0 tO ' 20· 40'
1--;.J ;..J i
SCALE: I": 20'
/
-I
OF ENTRY EXHIBIT
fORTWORTH CITY ~ OF FORT WORTH.TEXAS
WATER DEPARTMENT rjn group RJN GROUP, INC.
~---
I
./~
~ ~/ / ~' /
I
I
: / ' I I
I I
I I
I I
I I
I I I
0 10·
....., I
/
I LOT 24
20'
I
SCALE : 1·= 20'
,o·
!
:,~: I I ! ·,
I I
I I
LOT 25
Cl?Oll'OEI?. Jl;/,/MIE ET!/X l(ATHLEEN l 5;; 3 ll'ES THA //EN Of? I //E
I a_,
I ~I
HAI?/? IS, I? I CHARO C .
520; lfES THA //EN 01? I //E V
I
JOHNS TON, JESS
ET!/X JEANICE
5205 ll'ES THA //EN 01? I //E f LOT2J f
-EX.B"ss-------SIIH
I
I
I
:[:
LOT 12
COHENOUR, ;/,/Al?CAl?E T E TV I I? CHI? IS
460! LASSEN CT.
I
I I I
I I r ------:~ t_,
L-------, ',
' ' ' ' ' '
LOT !J
I( ILL;/,/AN, ;/,/ICHAEL J .
5204 lfES TIIA //EN 01? I //E
I
No P254-703170106088 0 1 060 . PROJECT No .
OF 'ENTRY EXHIBIT
RIGHT 5201 WESTHAVEN 0~~~~38
DOE #6040 , crj:4 MAPSCO N0 .89-P MAP NO . 2030 - '
fORTWORTH CITY OF FORT WORTH, TEXAS ~ WATER DEPARTMENT
FORT WORTH wTls/c6L?FF ADDIT I ON BLK 108 LOT 24
rjn group RJN GROUP, INC.
4 100 INTERNA'J,~ ::~E #460
OVERTON CENTRE 7i TEXAS 76109 FORT WORTH,
~--
0 10 ' 20' ,o ·
......__J ;.J i
SC ALE: I"= 20'
W # h"#7"P# # h"h"r'h;o,<p # h"h"r'/;,;5£# # h '.,~,L/;,"P# # h"h;,y,,"P# # # ##7',7" F --1----1-------, --------------------------------------------. I
-EX./2"SS-
I
I
I
I I
I I I
I I I
'I I
I I
I I
I I
I I
I I
I I
I I I
I I I
I I
LOT 24
lfARR/S, R/CIIARO C.
520! lf'ESTIIA//DV OR///E y
/
I I
JOI/NS TON, JESS
I '/ '
I I
I I
I I
I I
I I
I I
ET//% JEAN/CE
5205 lf'ES TIIA //EN OR ///E
LOT 22
P/PER, JOIIN J.
E TU% BARBARA
5209 l!IES TIIA //EN
OR///E g LOT2J 1
ii
~I
r--,...p l __ i : --= Jr? J-:l u ----. -, JI . r.~. :,---
WESTHAVEN DRIVE
~_:. ( ______ £!-.Ff~~·····~-
-Ex./J'ss--
: (_J /
/
/~ WT'2
'---1.._j SI/A If', JASON S . E TAL
I lfJ 460! LASSEN CT.
I lfJ 1~
r------J
-------1-----
L _______ ,
I
I
I
I
I
l,.
'
No P254-703170106088 01060 . PROJECT No . DOE #6040 ' C ITY64 MAPS CO NO . 89-P MAP NO . 2030-3 '
fORTWORTH CITY OF FORT WORTH. TEXAS ~ WATER DEPARTMENT
LOT !J
YOUNC , CURT A.
5204 lf'ES Tl/A //EN OR ///E
I LOT 14 Al.
mo.11,1-5s.m':11/ff/ oR i VE 5208 /lie.
r 1 1
!L'! ) ~------,
/ / --4 -----~-------1
OF ENTRY EXHIBIT
rjn group 4100 INTE~r!!iwtfi t SUITE #460
OVERTON C1;~0RTH. TEXAS 76109 FORT.,, '
RJN GROUP, IN~
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel # TROE 7
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & Westcliff, Block 108, Lot 22
5209 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned , hereinafter referred to as "Gran tor", does by these presents grant and
convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of
entry onto property described as Block 108 , Lot 22 , Westcliff Addition and -Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5209 Westhaven Dr., Fort
Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose -of
disconnecting home/business · from old water/sewer line, and reconnecting to new
water/sewer line .. Upon execution of this agreement, Grantor will grant Grantee and its
contractor's access to the Property for the purpose stated herein , until such time as the project is
completed and approved by the Grantee, at which time the above described temporary right of
entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents, representatives,
or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the
rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and
assigns , for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under thi s Right of Entry.
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Please Print)
TEMPORARY RIGHT O F ENTRY
Rev . 7/2006
(Signature)
=------
-EX./2'SS-
I !:
ff WT2J I /C"\I JOHNS TON, JESS
'@)
I
FTL/% JEAN/CF
/! 5205 ll'FS THA VEN OR I VF
p
I LOT 22
p !ffffk tJJJftf
5209 ll'FS THA VEN
OR/VF
~
_J
20'
I
SCALE : I':: 20'
40'
!
LOT 21
HARLESS. BOB JR. FTL/% CLAIRE
52!J ll'FSTHAVFN OR/VF
0
-Ex.trss-WESTHAVEN DRIVE r-------------.. --L.._ ---Ex.trss
r---t:-r:,-·-...o.·. ·~---...:T ~---c.--· .. {----,-_ r-::~:-,-.;11r--·_::_:=--...::::~~ j·F
I '°'" I t i! THOMAS . JAMFs M. , ro I
LOT !J
KILLMAN, MICHAEL J.
5204 ll'FS THA VEN OR I VF
I
I I I r 1 1
/ I
I
FTL/% CHRIST/NF I .
52& ~5THAVEN MM ! r;
L _____ . j <f Lu /
I
I _ , I
l.
' ' <f --1 ____ __
--------1 I ---. ' ,. ' ' ' ' ' ' ' ' ' ' ' ' ' '
,. ,.
N~ P254-703170106088 01060 . TY PROJECT No . DOE #6040, C I 4 MAPSCO N0 .89-P MAP NO . 2030-36 '
fORTWORTH CITY OF FORT WORTH, TEXAS ~ WATER DEPARTMENT
I
OF ENTRY EXHIBIT RIGHT 5209 WESTHAVEN ~~~~638
FORT WORTH J{s it~IFF ADD ITI ON BLK 108 LOT 22
rjn group RJN GROUP, INC.
4100 INTER't.f6wtt h,~ #460
OVERTON C1;~0 RRTH TEXAS 16109 FORT,,, •
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel# TROE 8
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & Westcliff, Block 108, Lot 21
5213 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and
convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of
entry onto property described as Block 108 , Lot 21 , Westcliff Addition and Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5213 Westhaven Dr., Fort
Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of
disconnecting home/business from old water/sewer line, and reconnecting to new
water/sewer line.. Upon execution of this agreement, Grantor will grant Grantee and its
contractor 's access to the Property for the purpose stated herein, until such time as the project is
completed and approved by the Grantee, at which time the above described temporary right of
entry becomes void .
This Right of Entry shall include the right of Grantee and its employees , agents , representatives ,
or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the
rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and
assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under this Right of Entry .
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Please Print)
TEMPORAR Y RI GHT OF ENTRY
Rev . 7/2006
(Signature)
~--
O 10' 20 ' 40'
.......___J ;..J !
-EX.t2'SS -
Y#/,,<'p # h'#r'/7'# # # h'#r'/7'## h' h'h'r'/7'/,,<'p h' h'h"r7>"## # h'h'r'/r;~# # #77) ______ :: _______ ::~:: _______ ::_! r------------------
SCALE: !'= 20'
LOT 22
PIPER, BARBARA
JOAN OOBB/NS
520.9 lfES THA VOi
OR/VE
I
LOT 21
HARLESS, BOB JR. ETL!Y CLAIRE
52 ! J lfES THA VEN OR/ VE
0
1 ~ I I I
I I I
:/ ,' I I
I I
I I
I I
I I
I I I
I I I : I : I I
I I
I I
I I
I I
I I I
I I I
LOT 20
JACKSON, L ·
ALLAN<! LAL!R/E S.
52 ! 7 lfES TflA VEN OR I VE
I
I /
_ -Ex.8'ss-
---·-------..... i.._---....;;~..;;;;---9~s11.:,~7r::-----------·---------··---------·"'I r---,{ __ J[_~_
I r 1 -,
I I
I
LOT 14
THOMAS , JAMES Al.
ETLIY Cf/R/ST!NE
5208 lfESTflAVEN OR/VE
{_ _____ , J
, ---------j ------
.,--------l I
I
I
I
I
No P254-703170106088 01060 . PROJECT No . DOE #6040 , C IT Y 4 MAPSCO N0 .89-P MAP NO . 2030 -36 '
fORTWORTH CITY OF FORT ARw~::~TEXAS ~ WATER DEP
I
I
I
I
I
LOT 20
ORAi(£, BRITTANY N .
460! KEN/f'AY CT.
/__ _______ _
I --------. I
ENTRY EXHIBIT RIGHT OF DRIVE
5213 WESTHAVEN 32-2040
FORT WORTH Tlsr7ct\ FF ADD IT I ON BLK 108 LOT 21 W
rjn group RJN GROUP, INC.
4100 INTERNAT/O~ r:~TE #460
OVERTON CENTRE TO~S 76 109 FORT WORTH,
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel # TROE 9
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & Westcliff, Block 108, Lot 20
5217 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTYOFTARRANT §
That the undersigned, hereinafter referred to as "Gran tor", does by these presents grant and
convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of
entry onto property described as Block 108 , Lot 20 , Westcliff Addition and Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5217 Westhaven Dr., Fort
Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of
disconnecting home/business from old water/sewer line, and reconnecting to new
water/sewer line.. Upon execution of this agreement, Grantor will grant Grantee and its
contractor 's access to the Property for the purpose stated herein , until such time as the project is
completed and approved by the Grantee, at which time the above described temporary right of
entry becomes void .
This Right of Entry shall include the right of Grantee and its employees , agents, representatives ,
or contractors to access the -aforementioned property.
TO HA VE AND TO HOLD the above described right of entry , together with all and singular, the
rights and appurtenances thereto , anywise belonging unto the said Grantee, is successors and
assigns, for the purposes set forth above .
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under this Right of Entry .
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Please Print)
TEMPORARY RI GHT OF ENTRY
Rev . 7/2006
(Signature)
~----
0
•
-EX.tz-ss -
/
o io· 20·
,......,___j ;.J
SC ALE: r•: 20'
LOT /9
J A Cl(S, OA///0 L ·
ETU)(' Al/LL /CENT
522! ll'ESTflA//EN OR!//E
<O '
!
I
I
G -.. ~-1-=0 --ol __
-Ex.ess-. -·~ j. WESTHAVEN DRIVE , .. r------1~-----SIIH
I
I
I
I
o I ~ ft
I (j ~, I ro I
I
Q/ >---I, ~,
~ I
< I
I J Lu /
<i
----------·-------------------
I
I
I
• -----------
LOT 20
ORAl(E, BR/ TTANY N .
460! !(£Nll'AY CT.
I I I
I I I
I I I I
I I I I
CHAIN UNK FENCE
LOT /0
RAAI/REZ, LUIS A . ETU% fl/LOA
4600 1//ANflOE 01?///E.
l --------__ jj !
I I ~---
/ F, ' ~NTRY EXHIBIT NO P254 -703170106N088 01060 · PROJECT o . DOE #6040 , Clj~4 MAPSCO N0 .89 -P MAP NO . 2030-'
RI G H T O rn DR I VE
5 2 17 WESTHA V 2 -2040
FORT WORTH TlsT7ct?FF ADDITION BLK 108 LOT 2 0 W
rORTWORTH CITY OF FORT WORTH, TEXAS ~ WATER DEPARTMENT
rjn group RJN GROUP, IN~
4 100 INTERNAT/Wt,i: SUITE #460
OVERTON CENTRE TO TEXAS 76 109 FORT WORTH,
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel # TROE 10
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & Westcliff, Block 108, Lot 19
5221 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned , hereinafter referred to as "Grantor", does by these presents grant and
convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of
entry onto property described as Block 108 , Lot 19 , Westcliff Addition and Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5221 Westhaven Dr., Fort
Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose of
disconnecting home/business from old water/sewer line, and reconnecting to new
water/sewer line .. Upon execution of this agreement, Grantor will grant Grantee and its
contractor's access to the Property for the purpose stated herein, until such time as the project is
completed and approved by the Grantee, at which time the above described temporary right of
entry becomes void .
This Right of Entry shall include the right of Grantee and its employees , agents , representatives ,
or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the
rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and
assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under this Right of Entry .
EXECUTED this the __ day of ______ , 2010 .
GRANTOR:
(Please Print)
TEMPORARY RIGHT OF ENTRY
Rev. 7/2006
(Signature)
::::-:..--
________ , ____ -
WALL
)_
~
---'--------
LOT 20
ORAKF, BR! TTANY N .
460! KFNll'AY CT.
I
I I I
I I I
< ' ~ _J:li
I I --------------:
CHAIN UNK FENCE
LOT 10
RAMIREZ, Lt/IS A. FTt/% fl/LOA
4600 I //ANHOF OR I //F.
0 IQ ' 20' ~O'
bh5...J.;;;;!,,,,5...J~==-'
SC AL E: 1·= 20'
I
I
~----\ I I
No P254-703170106N088 01060 · PROJECT o. DOE #6040, CITY 4 MAPSCO N0.89-P MAP NO. 2030-36 '
rORTWORTH CITY OF FORT WORTH. TEXAS ~ WATER DEPARTMENT
I
I
RIGHT 5221 WESTHAVEN1~~~~6 40
FORT WORTH wTlsT7c6LI FF ADD IT I ON BLK 108 LOT 19
OF ENTRY EXHIBIT
rjn group RJN GROUP, IN~
4100 INTE~'t!!:,°w~ i SUITE #460
OVERTON CENTORTLJ TEXAS 76109 FORTW< ,n,
Sanitary Sewer Rehabilitation, Contract 58 -Part 3
Parcel # TROE 11
Doe# 6040, Sewer Project# P254-703170106088
Abstract 693 & Westcliff, Block 108, Lot 18
5225 Westhaven Dr., Fort Worth, Tarrant County, Texas
STATE OF TEXAS
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
§
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and
convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of
. entry onto property described as Block 108, Lot ll., Westcliff Addition and Abstract 693 as
shown on the plat recorded in Tarrant County Plat Records a/k/a 5225 Westhaven Dr., Fort
Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of
disconnecting home/business from old water/sewer line, and reconnecting to new
water/sewer line .. Upon execution of this agreement, Grantor will grant Grantee and its
contractor's access to the Property for the purpose stated herein, until such time as the project is
completed and approved by the Grantee, at which time the above described temporary right of
entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents, representatives,
or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and singular, the
rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and
assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to accessing the
Property under this Right of Entry.
EXECUTED this the __ day of ______ ., 2010.
GRANTOR:
(Please Print)
TEMPORARY RIGHT OF ENTRY
Rev. 7/2 006
(Signature)
=---
0 10' 20' ,o·
J,--;...J ;..J !
SCALE: I"= 20'
I I
LOT 19
I * LOT II?
I /
J4C1(S, 04///0 L .
£TUX NILL /CENT
522! lf'£STh'4//£N ORI//£
I ! LOT 18
L /CON, JOEL C .
5225 lf'£STh'4//£N ORI//£
LISBY, LES £TUX J4N
5JO I lf'£S Tlf4 //EN OR I//£
~
/,-LL:> ////// r
p
a.
o I ·'----0-l
I I I
I I
I I
I :
CHAIN LINK FENCE
LOT 10
l?4N/1?£Z, Lt/IS 4 . £TUX lf!L04
4600 l//4Nh'OE 01?///£.
NO P 2 54 -7031701060 8 8 01060
· PROJEC T No . DOE #6040 , CIT3~4 MAP S CO N0 .89-P MA P NO. 2030-'
fORTWORTH CITY OF FORT WORTH, TEXAS ~ WATER DEPARTMENT
l
l
-\
I
l
I
l
l
\
I
LOT .?I
NON4S TFl?!OS, C48/?/£L
5JOO lf'£S Tlf4 //EN 01? I//£
OF ENTRY EXHIBIT RIGHT 52 2 5 WE STHAVEN DRI~64o
FOR T WOR T8H wTl s ict?lF-AD D ITION BLK 108 L OT 1
RJN GROUP, INC. + 4 100 INTERNATIONAL PLAZA #460 rJ n gro u n OVERTON CENTRE TOTEXAWERi',:'!!i-: _ ~ ¥ FORT WORTH,
APPENDIX B
City of Fort Worth Traffic Control Typicals
:r··
"GENERAL NOTES"
1. All channelizing devices shall be in accordance with the current edition of the Texas Manual
on Uniform Traffic Control Devices .
2. All Traffic Control Devices shall have working visible warning lights as required in
accordance with the current edition of TMUTCD .
3 . For Temporary Situations, when it is not feasible to remove and restore pavement
markings, channelization must be made dominant by using a very close device spacing.
This is especially important in locations of conflicting information , such as where traffic is
directed over a double yellow centerline . In such locations, channelizing device spacing of
10 feet is required . ·
4. For Long Term Stationary work, all conflicting pavement markings must be removed and
centerline striping provided where two way traffic is in adjacent lanes.
5. Contractor shall provide sidewalk closure, crosswalk closure and/or walkway bypass
wherever pedestrian movements are affected by construction activities . All sidewalks and
crosswalks shall be accessible when contractor is not working unless otherwise approved by
the City Traffic Engineer.
6. The use of trailer mounted ARROW DISPLAYS may be required on all lane closures . The
contractor shall provide one (1) stand-by unit in good working condition at the job site, ready
for use, if his operation requires 24-hour a day closure set-ups and if required .
7. City Traffic Engineer and/or Inspectors may require additional traffic control devices.
Posted
Speed Formu la*
MPH
30
35 L=WS 2
60
40
45
50 L=WS
*L= Taper length in feet
TYPICAL TRANSITION LENGTHS AND
SUGGESTED MAXIMUM SPACING OF DEVICES
Minimum Desirable Taper Suggested Maximum Device
Lengths (L) Feet Spacinq
10 ' 11' 12 ' On a Taper On a Tangent
Lane Lane Lane (Feet) (Feet)
Offset Offset Offset
150 165 180 30 60-75
205 225 245 35 70 -90
265 295 320 40 80-100
450 495 540 45 90-110
500 550 600 50 100-125
W = Width of offset in feet S= Posted speed
Note: Buffer Zone will be 25 feet (maximum).
CJ CJ
~
o=°
Channelizing d ev ices
Tra il er mounted
arrow display
Flagger
Barricade
Sugge sted Sign
Spacin~ (Feet)
uxll
Dimension
120
160
240
320
400
i
l
l
i
l
I
!
I
!
I
!
i
I
!
I
!
l
i
l
)
I
i
I
I
I
I
' !
}
!
i
i
J
.i ~ ,l
'.i
i ~
i ,
.;
j
z
<r
-' CL
N
(SJ
(SJ
N
' N
' N
w
1--
<r
0
END
ROAD WORK
7/16/09
~'''''"' ----~OFT ~,,
• ., P,~ ••••••••• ~.fl '•
;' ... "· t. 'c:;,'.·· * ··-~ . ,.... • •• ii ~
t.: ~·~ , .. : ............................. ~
I.. PETER Z. LAI ~ , ............................. :··j
''f~·.. 85495 ./~~ t~o~.f 'CENS~~.-~; ,,~ss··,, .. ···~~GJ
\~-]ONA\. ---.. ''""~
RIGHT
LANE
CLOSED
\
ROAD _o_
WORK
AHEAD
CITY OF FORT WORTH
TRANSPORTATION
AND Note:
I
ir I ir ! 0 0
0
0
0
END
---------ROAD WORK
.Q.~<---J
~ <I a: w
0 a:
3 <I I
0
0
----0:-+--r I< oooool
~ w ARROW BOARO IF SPEED LIMIT
ir
0
0
0
I I
0
0
0 poo
0
0
0
I if I if
_o_
_o_
~ ~ IS ,40 MPH OR GREATER
CO N
Ol
5
C
X ~
IO
~
4)
0
C
IO
>
X " ([
RIGHT
LANE
CLOSED
ROAD
WORK
AHEAD
TYPICA L ONE WAY MULTIPLE LANE STREET
ONE RIGHT LANE CLOSURE
PUBLIC WORKS See reverse side for General Notes and Oevtce Spacing PLAN "131 R"
i.
I
t
!
I
I . I
i
I
I
I
I
I
i
l
I
l
!
' t
l
!
i ,\
j '-
l
I
!
I
I
ISl
ISl
N .......
M .......
l!1
w
t-
<I:
0
.I
'
7 /16/09 ~,,,,~,, ..
--... E. OF TF~ ~\ .,~~!.•·······~ '•
#e.. •• * •, ~ . , v.• . ·,
~.:··· · ..• i, .. !. : ~ .... ~-·=·····························~ I.. PETER Z. LAI , }·····························:··1
,tgi·. 85495 .... ~
te_Ol-~f.CENS~~--~~ ,,~ss;-·······f:.~G;r
\\.,. ONA\. ---'"'"'~
CITY OF FOR T WOR TH
i TRANSPORTAT ION
AND
PU BLIC \~ORKS
TMUTCO Figure TA-3,4 & 6
I
~ 1V
0
0
0
I 0
0
0
MI N.\ o
10 F EE T o~
lo
0
0
0
0
::,.::
a:
0
3
a: w
Li..
Li..
::J
(ll
0 -----+--~
0
0
0
0
0
0
0
z -L
t-w w
Li..
ISl
lf)
0
I
,I ,
I
<[
w a:
<[
w z
0
N
X
<I
L -
t-w w
Li..
(S)
(S) -
ROAD
WORK
AHEAD
TY PICAL TWO WAY STREET -SPEED LIMI T 30 MP H OR LESS
SHORT TERM ST A TIOt~ARY -12 HR S OR LESS -DA YTIME ON LY
Note:
See reverse side for General Notes and Device Spacing PLAN "220 B"
i
!
!
I
I
i ~
i· r
I
i
!
l
I
!
I l ! !
I
f
!
!
l
I
l i
I
I
j \
~
0
N
N
~-
..J a..
0
0
N
' n
' L{)
w
I-
<(
0
E ND
R OAD WORK
10 FEET o
MIN. 0 ( fl
a
a
C
a
a
0
0
0
0
0
0
0
0
0
l<'. ·.
Cl'.
0 ::;
Cl'. w
lJ..
lJ..
::J
(I)
...J
I')
::,
<(
w a::
<(
w z
0
N
END
ROAD WORK
7/16/09 .,,,,,,,.. '.
-• ~E. OF TE~~\ , --~P:··········~'5' '• ; , ~-·· * ..... f.t ! , • • ,.f:.
,.... ·.-tt'·~ :.: ~*"" -r··=·····························~ 1.. PETER Z . LAI ~ l:·····························:··j
,t '°'... 85495 . .-:tt:; i~··(. Q·'~ t~O,e:,,./CENS~ ... ·~.,. , ,,~s.s:•, ... ,, .. f~GJ ,
\\,/,ONA\. ---; .. '"'"" . ;
)~
c1TY oF FORT woRTH TYPICAL Two vJAY STREET -SPEED LIMIT 30 MPH OR LESS
TRANSPORTAT ION INTERMEDIA TE TERM -OVERNIGHT TO 3 DAYS
AND l--=-"No~t~e_: __ ~---------------1
PUBLIC WORKS See reverse side for Genero l Notes ond Device S ocin . p LAN '' 2 2 Q C 11
I
I
!
~--------------------------------------------J
(
' ··N
N
z
<(
..J
Cl..
0
0
N
' n
' \[)
..
w
f-
<(
0
Flogger
2 Floggers required wheneve
opposing traffic required
to use same lane.
Fl oggers shall be in constant
radio contact.
No congregroting around
flogger stations.
Flogg er stations must be
lighted at night.
END
ROAD WORK
CITY OF FORT WORTH
TRANSPORTATION
AND Note:
~~
END
ROAD WORK
i i I 7/16/09 _, .. ,,,,,~
--~t;.OFT~
a ..:"'~":-············ '•
£TI a --~-· * '• . ,D , ••• '-. I D "'* . . .., > •• • tf · ;.:-\•6',. -r································fl. '-PETER Z. LAI ~
1il ::.:: <(
,. ................................ ;;,
,; ·. 8549"" :~' O'.w ''g~\ :) /<i;;:f Oo: t~o,,;.~f.CENS'f:<:J··~~ 3: <( ,,~ss··· .. ····'i:.~c,;,r
\\" IONA\. --
D
~,,,,,-
D
Q'.
)~ WW
D LL .z
LL 0
1; :::J N m
0
0
0
0
0 z X
0 ~ <(
0 ~
0 I-w 0
~0\0
w
lL S? Fio_gger Required On
Collector /R esidentia l
Streets . Additional Floggers
Moy Be Requ~ed Depen~ng On
a<" Field Conditions .
X
TYP ICAL TWO WAY STREET
LANE CLOSURE
PUBLIC WORKS See reverse side for General Notes and Device PL AN " 2 21 "
I
I
I
I
!
!
l
I
!
i·
I
[
; ;
I
' !
i
t
!
i
!
I
(
I
' i.J..
z
<(
_J a..
0
0
N
'-0
t')
' ::: ..
w
I-
<(
0
c;)
onono ~
JNVN lJ~lS T
¢:::i
~
"
CITY OF FO RT WORTH
TRANSPORT A T iON
AND
P UB LI C WORKS
JJ,
w :::;;
<{ z
,-
w w n:: ,-
(/)
.,..
~
/
..1.
l~I '--------¢:::i
Note:
..1. STREET MN.IE ' DET OUR g
-1 " !u
_,(I-
~
w
~ z
1-w w n::
I-
(/)
I :lUJY•.;, ""'" I
03S01:) O\'Ocl
FU LL S TREET CLOSURE DETOUR
See revers e side for General No t es an d Device S
ROAD
CLOSED
STREET NAM(
DETOl.R
ROAD
CLOSED
AHEAD
PL AN " F -1 "
i
I I ~---
j l . ·,
N
' u.
~
...J o.. ..
0
0
N
' 0
I')
;:::,
w
t-<t
0
RO AD
CL OSED
w
~ z
1-w w
°' 1-
(/)
::lt JIW IU rnJ4 1
OJ
OJSO'\J O'i'~
.I
w
~ z
1-w w
"' 1-
(/)
RO AD
ClOS£0
AHEAO
'""""' "" 1-_,,--m-.,-;, T
7/16/09
.L '-._ SfRE Cl NMA£-,
""""-C(f OOA'
r
!'lo'''''"' --•E. OFT~~~\ -"'~~·········~"'•· ;~:.·· * ··, ·~ , •• • .... '"::t, ,... . .... ~~
, .. ~.r,. f~: ............................. ~
1.. PETER Z. LAI , ,. ··················."iJJ ·,: .. :.·········· .... :0:"' ~ ,,~-8549:, /,:y:: •e0..c:·~!.CE'NS~~.·~.¥ A =::-··--::::-:> ,,~ss·•., ..... E.~G.r
\\}ONA\...,--'"'''~
FULL STREET CLOSURE DETOUR CITY OF FORT WORTH
TRANSPORTATION
AND
PUBLIC WORKS
Note = p I. AN , , F _ 2 11 See r·e verse s,de for Generol Notes ond De vic e Spac in _
!
[
!
I
I
I
i ,.
[.
;
i
t
I
}
!
l
l
!
i
!
I
I
t
!
l
I
I
I
f
I
I
I
I
I
j
i
I
I r
!
!
.
(")
I
U-
(")
0
' '<t" ....
' .... .....
w
I-
<[
p
CITY OF FORT WORTH
TRANSPORTATION
ANb
PUBLIC WORKS
TI
l
·~
I lL.. ff.n1l STREET NAM( ~ I =#====:::R:;==~-~l===~==r=i =
II~======
7/16/09
;J~
~,,,,,, .. : ---E. OF TE~~\ ;-~~~·········~~'· , ~-·· * "-.J_ •1 ;1 •. ·· ~ ..• 6-
,,.. '.~·f,, f~=·······················f·····~ ,_ PETER Z. LA li , ,. ·························r·:··j ,;· ..8549... ! .'~; ., .. ~. ::> .~;~.., 't-'0°·· , ..-.Q ·~-y., ~ ~;.-.f.C'E'NS~.·~~-
1\'"°S.sf"" ···t.~ 'J' \\-~!)NA\..._--. ...... ,,,.._. i
i
FULL INTERSECTION CLOSURE DETOUR
Note, ts.A II F-3 '' See reverse side for General Notes o nd Device S ocln , 1v1
1
i
[
i
f
i ' I
l
i
!
[
;
}
!
I
i-
i
I
I
!
!
I
r
I
f
i
}
f
I
! ;
I
i
i
!
!
I
r
F
-I
C)
0
0
N
' <.D
i
I '
I
S?
w
I-
I <t:
0
I I
I
i .. /
)
7/16/09
•''''''"'\ -E. OFT: ~ ' --;~~ ......... ~ ' ,r, .... * ···:t •, "* .. . .• 13 , . . ,~ ,.: ~ ... , r··=·····························Y.
l PETER Z. LAI ~ l:·······························-il ''ti\ 85495 .... ~
•e0~·f!.9ENS~~.·~~ ,,~ss, ..... ·''fi.\\G;,r
\\-.. ONA\.. --'"'''"'''""
CITY OF FORT WORTH
TRANSPORTATION
w
~ z
,-
w w er ....
Vl
SIOEWALK
CLOSED
Sl0£WAl,,IC CLOSED
<;==
V'S( OTH(R SI)[.
SIDEWALK CLOSURE DETOUR
AND Note :
PUBLIC WORKS
ee reverse side o r P L AN "P -1"
j
i
\.
N
' 0..
~
....J
0..
0
0
N
' <.D
' 0
w
I-
<(
0
7/16/09 ,.,,,,,,,~
-~~~.9.f.!.~.h. 'C:>.'···· ··-~ . ,,,. •.. ' "" "" .. . .~\ '•·· .. ~~ "•: !•r, .. f .. : ............................. ~
1. PETER Z. LAI , ):····························:··1 ,t,i.. 85495 /~~
l~O).,~ 1CE.NS~~.-~; ,,~ss• ........ ~~GJ
\\.,/PNA\. :.--...... ,,,~
;J~
<:IT Y OF FORT WORTH SIDEWAL K CLOSURE DETOUR
TRANSPORTATION
AND ,~N~o~t~e_= ~~~~~~~~~~~~~~~~---1
PUBLIC WORKS See reverse side for General Notes and Device S ocin . P L AN " P -2 "